Loading...
2029 RFQ 17/18-33 CCNA CPWGmom FINANCE DEPARTMENT Thursday, December 20, 2018 .a Nr1, 1 .73 1 To' C't y Clerk/Mayor cA --RF X v V The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order F1 Mayor's signature F] Final Plat (original mylars) F]. Recording F] Letter of Credit Rendering F1 Maintenance Bond Safe keeping (Vault) F] Ordinance Deputy City Manager F] Performance Bond F] Payment Bond F] Resolution E] City Manager Signature El F] City Clerk Attest/Signature F] City Attorney/Signature Once completed, please: F] Return originals to Purchasing- Department F] Return copies EJ Special Instructions: Uo,&I 13oja4l�zqw From SharePoint—Finance—Purchasiniz Forms - 2018.doc -2- � 2—Iq Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND CRIBB PHILBECK WEAVER GROUP INC. FOR SOLICITATION NUMBER: RFQ 17118-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day 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 CRIBB PHILBECK WEAVER GROUP, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 3918 North Highland Avenue; Tampa, Florida. 33603. 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 I111"!zg 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.SanfordFL.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 211'aae 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. 31PaL,e 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: THE CITY OF SANF Oo qlv w) kP (i � Tract Houchin, CMC, FCRM, City Clerk T A-4 1 Approved as to form and F", Legality:- 4111age Attest: e y J. arhart ice President THE CONSULTANT 13y: Sheila L. Tarte President/Treasurer Dated: Ibq / C 5 ( 1) a 4r e rr rir, it !* •. PROFESSIONAL CONSULTING SERVICES., July 31, 2018 �cpwg SXi4FORD AT THE READY. ' FLORIDA Cribb Philbeck Weaver Group, Inc. Marisol Ordonez, Purchasing Manager 3918 N. Highland Avenue City of Sanford Purchasing Division Tampa, Florida 33603 300 N. Park Avenue Suite 243, 2nd Floor (813) 361-2644 Sanford, Florida 32771 greg.hass@cpwgengineering.cam COPY Phone: (407) 688-5028, or extension 5030 Email: purchasing@sanfordfl.gov i July 31, 2018 Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division 300 N. Park Avenue Suite 243, 2nd Floor Sanford, Florida 32771 RE: RFQ 17/18-33 Professional Consulting Services Dear Selection Committee Members, The Cribb Philbeck Weaver Group, Inc. (CPWG) is pleased to submit our qualifications to you and to the City of Sanford. Our firm is particularly excited about this opportunity, as CPWG firmly satisfies all the criteria required and our project team possesses all the necessary qualifications for the areas we are applying for. CPWG has been providing professional services to municipalities throughout Florida since 2004. We have extensive experience in providing construction engineering & inspection services throughout the State of Florida. CPWG is headquartered in Tampa with Florida offices in Oviedo, Clermont, Tavares, and Clearwater as well as an office in Branson, MO. Our team consists of engineers, scientists, planners, landscape architects, designers, technicians, field staff, GIS specialists and administrative staff. Our team's experience provides seasoned experts who have worked together for many years to address our client's project needs on an as -needed basis. Our motto, "At The Ready." is based on years of successfully meeting the needs of continuing contracts. Our team is small enough to effectively and efficiently handle issues, but sizable enough to possess a depth of experienced staff necessary to manage multiple tasks. We are committed to providing exceptional service through every phase of the project. Being at the ready, our firm ensures that your project receives focused attention. The CPWG team is committed to completing all tasks in a timely manner. The CPWG team specializes in projects associated with continuing contracts for counties and municipalities. We understand that the work orders may range from items as small as Retention Pond Certification for $300 to a Complete Streets Roadway Design for $785,000 and we give each project the attention it requires. Our team is familiar with providing the needs of municipalities and counties through individual project RFP's as part of a larger contract. SpecWe are extremely successful in projects related to urban stormwater retrofits, complete streets, water, wastewater and reclaimed feasibility and design projects, roadway design, design -build overhead utility undergrounding, parks and sports complexes, lake nutrient studies, and transportation engineering. CPWG maintains an active and engaged Quality Control program, which ensures that our deliverables are accurate, thorough, biddable, and constructible. In tandem with our exacting Quality Control program, we conduct value engineering reviews to ensure that the City receives the maximum value as well as competitive and effective results. Heading up the effort as project manager will be Jeff Earhart, PE. Jeff has over 25 years of experience both designing and teaching the essential aspects of design services described in your Request for Qualifications. We are confident that our provided references will demonstrate our team's proven ability to provide the services we are applying for. The chart below lists the services we are applying to provide (please see details in Tab F). X a. Architectural & Engineering Design X g. Planning Services X m. Environmental X b. Project Administration X h. Civil Engineering X n. Traffic Engineering/Analysis X c. Inspection Services X i. Transportation X o. Landscape Design X d. Surveying X j. Stormwater X p. Water/Wastewater Engineering e. Soils k. Solid Waste X q. Facility f. Geotechnical X I. Parks and Recreation X r. Infrastructure Improvements Page 3 � % �,� ,, „ � �,- � �� wrl r / ,c /',, ',,,,, !'; —HEREA— The City of Sanford will benefit from selecting CPWG because: • Our project manager, Mr. Jeff Earhart brings 25 years of experience working with municipalities • CPWG has been successfully providing professional engineering consulting services in Florida for over 14 years • CPWG offers recent and relevant experience working with similar continuing services projects • CPWG has the ability to employ a multidisciplinary team to each project • CPWG prides itself on being responsive to our clients and is always "AT THE READY." On behalf of CPWG, we thank you for reviewing our submittal and we look forward to having an opportunity to work with the City of Sanford on this very important contract. Sincerely, Stephen R. Tarte, Principal Page 4 —HcREA— � CITY OF &ki4FORD FLORIDA ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Professional Consulting Services 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER July 31, 2018 RFQ 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Jeffrey Earhart, PE T NAME OF FIRM Cribb Philbeck Weaver Group, Inc. (CPWG) 6. TELEPHONE NUMBER 7. FAX NUMBERADDRESS (407) 604-3225 813-662-2295 jeff.earhart(cD_cpwgengineering.com C. PROPOSED TEAM (Complete this section for the prime contractor and all kev subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM F�] (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) Page 5 C P W g n'4,� THE REA­ 0�, (Check) W 2 W �rzo 0 0 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street Full Service Engineering (CPWG) Suite 1031 a. Oviedo, FL 32765 El CHECK IF BRANCH OFFICE b. DCHECK IF BRANCH OFFICE C. El CHECK IF BRANCH OFFICE d. Ej CHECK IF BRANCH OFFICE e. El CHECK IF BRANCH OFFICE f. EICHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM F�] (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) Page 5 C P W g n'4,� THE REA­ 0�, . . . . . . . . . . FLORIDA Jeff Earhart, PE mrtFLORIDA Steve Tarte Mike Stalzer, PE J I ( Sarah Hill, PE ) I � Matti Rukholm, RLA �Jeffrey Schwartz, PSM, PE ) I l Jeff Earhart, PE J I ( Yaima Ballester, PE Greg Hass, CGC I l Jeff Earhart, PE ) I l Greg Hass, CGC Jeffrey Schwartz, PSM, PE) I l Sue Woodbery, PE I � Jeff Earhart, PE Mike Stalzer, PE J Andy Nunez, PE J ( David Greene, El, BSEE Page 6 . . . . .... . . . .... .... . . - - . .... C P W 9 . ....... .. . . ..... ... - AT THE READY. P;afuep�;b10 • 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 Jeffrey Earhart, PE, F.ASCE Program Manager a. TOTAL b. WITH CURRENT FIRM I. Stormwater / I. Parks & Recreation 25 14 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Ph.D.- Civil Engineering (in progress) Professional Engineer - No. 0049935 FL MS - Engineering Management Region 5 Governor, American Society of Civil Engineers MS - Water Resources Member, Florida Engineering Society BS - Civil Engineering Member, Florida Association of Stormwater Utilities 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Earhart has 25 years of experience providing stormwater design services throughout Central Florida. He has managed many continuing engineering contracts for cities and counties throughout Florida and understands what cities need. He was awarded the ASCE Florida 2003 Young Engineer of the Year Award and 2009 Engineer of the Year Award. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED STANDARD FORM 330 (REV. 8/2016) PAGE 2 Pass -a-Grille Way Stormwater System Redesign, Phase I and II PROFESSIONAL SERVICES CONSTRUCTION (If applicable) St. Pete Beach, Florida 2015 - Ongoing I 2017 - Ongoing i. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm a' Program Manager/Stormwater Engineer. CPWG evaluated and designed stormwater, roadway, and utility improvements between 1st Avenue and and Cabrillo Way (approximately 9,900 linear feet). The existing Stormwater system was upgraded with additional inlets, baffle boxes and Tideflex devices on all designed outfalls to prevent backflow, and the addition of a new stormwater pump station near 1st Avenue. Fee: $1.41 Million Total Project Construction Cost: $21.7 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Lawne Stormwater Retrofit PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, Florida 2012-2014 2014 b. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLErCheck if project performed with current firm Program Manager/Stormwater. CPWG designed a passive regional stormwater facili'ty�(RSF) prior to its discharge to Lake Lawne (a Florida Impaired Waterbody). The stormwater facility design included public information kiosks, exotic vegetation removal, native vegetation restoration, water quality treatment, erosion/sedimentation controls, and a solar powered irrigation system. Designed a solar powered irrigation system to irrigate nearby sorts fields. Provided construction administration. Fee: $298,407 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Barber Park Playground, Splash Pad & Parking Improvements, PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orange County, FL 2017-2018 Currently Ongoing I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Program Manager/Park Designer. The CPWG team assisted Orange County staff in providing design assistance and site permitting for the playground, splash pad and parking improvements at Barber Park. The project consisted of designing a playground with rubberized play surface and shade structures for sun protection, a fenced water splash playground with multiple types of water features, additional park seating, and 40 additional parking spaces and ancillary stormwater improvements. Fee: $95,155 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Dr. Phillips Additional Ball Fields, PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicable) Orange County, FL 2015-2017 2016-2018 I d' (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE F,/1 Check if project performed with current firm Program Manager/Park Designer. CPWG's engineers assisted Orange County in deve oping Dr. Phillips additional ball fields. Our Team designed three lighted ballfields (2 little league and 1 senior field) on approximately 9.2 acres. In additional to the fields, the design included concrete sidewalks, landscaping, fencing, parking spaces, irrigation, and drainage. CPWG coordinated the environmental assessment and obtained an ERP permit from SJRWMD. Fee: 174 258 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Church Avenue, Tiberon Cove Road to Range Line Road Project PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicable) Longwood, Florida 2012 -2017 2013-2017 e. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if pr%ct performed with current firm Program Manager. CPWG provided engineering services for the improvement of approximately 5,400 feet of Church Avenue. The roadway design project involved milling and resurfacing roads and adding stormwater drainage design, curbing, and sidewalks. The design included two ten -foot lanes, one five-foot sidewalk with a type F curb, a ribbon curb on the opposite side of the road with an additional drainage swale and two sections where asphalt roadways were replaced with brick pavers. Fee: $65,870 STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 7 i. , �i�£, /G„ fli der : .r,xEas.o.. 12. NAME Steve Tarte 1111Ahl)12l,Yi�t'CITY OF } 47 _A203 FLORIDA E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 13. ROLE IN THIS CONTRACT Principal -in -Charge 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 16. EDUCATION (Degree and Specialization) Bachelor of Science, Economics 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT 28 1 14 17. CURRENT PROFESSIONAL REGISTRATION (State and discipline) Member, Florida Stormwater Association Member, Florida Native Plant Society 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Tarte has 27 years of experience providing services in the consulting engineering field. Mr. Tarte has developed and managed projects with many municipal, state and federal agencies. He also manages the firm's construction business and activities, and is actively engaged in developing bid packages, documents, and managing all field construction activities. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 Parr 8 i(n?�.r,i�/1 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Church Avenue, Tiberon Cove Road to Range Line Road Project PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Longwood, Florida 2012-2017 I 2013-2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE [-71 Check if project performed with current firm a. Principal -in -Charge. CPWG provided engineering services for the improvement of approximately 5,400 feet of Church Avenue. The roadway design project involved milling and resurfacing roads and adding stormwater drainage design, curbing, and sidewalks. The design included two ten -foot lanes, one five-foot sidewalk with a type F curb, a ribbon curb on the opposite side of the road with an additional drainage swale and two sections where existing asphalt roadways were replaced with brick pavers. Fee: $65,870 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Lawne Stormwater Retrofit PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, Florida 2017-2018 Currently Ongoing b' (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE f Check if project performed with current firm Principal -in -Charge. CPWG designed a passive regional stormwater facility (RSF) prioo its discharge to Lake Lawne (a Florida Impaired Waterbody). The stormwater facility design included public information kiosks, exotic vegetation removal, native vegetation restoration, water quality treatment, erosion/sedimentation controls, and a solar powered irrigation system. Provided construction administration. Fee: $87,158 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Reconstruction Phase I PROFESSIONAL SERVICES CONSTRUCTION (If applicable) St Pete Beach, Florida 2015 - 2018 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Principal -in -Charge. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between 1st and 18th Avenue. Project also included improved LED lighting, roadway upgrades based on Complete Streets concept, a new stormwater system, and upgrades to the existing water, wastewater, and sewer systems. Submitted FDOT right-of-way and environmental permits. Fee:$685,000 Total Project Construction Cost: $10.2 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Reconstruction Phase I) PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St Pete Beach, Florida 2016 - 2018 Currently Ongoing (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm d' Principal -in -Charge. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between Cabrillo Drive to 18th Avenue (Approx 5,000 feet). Project also included improved LED lighting, roadway upgrades based on Complete Streets, a new stormwater system, and upgrades to the existing water, wastewater, and sewer systems. Performed construction administration and provideed landscaping. Fee: $725,000 Total Project Construction Cost: $11.5 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Groveland Farms Drain Study PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Lake County, Florida 2017-2018 Currently Ongoing e (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE i Check if project performed with current firm Principal -in -Charge. CPWG engineering study to establish the Base Flood Elevations or 25 -year and 100 -year storm events and identify locations where the drainage system may be improved. Survey area was approximately 28,000 acres of unincorporated Lake County that suffers from road flooding. Team created an ICPR model to evaluate how our recommended improvements reduced flood stages. Fee: Ongoing STANDARD FORM 330 (REV. 8/2016) PAGE 2 Parr 8 i(n?�.r,i�/1 12. NAME Michael Stalzer, PE �A+SFQRU�/d, n • . E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 3. ROLE IN THIS CONTRACT a. Engineering Design 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 16. EDUCATION (Degree and Specialization) Bachelor of Science, Civil Engineering, The Catholic University of America, Washington, D.C. Entrepreneurship Scholars Program, University of Missouri at Kansas City 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM 28 1 3 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Florida Registered Professional Engineer License # 79953 Missouri Registered Professional Engineer License # E26709 Arkansas Registered Professional Engineer License # 15241 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Stalzer has worked on all aspects of plan engineering design and has extensive experience coordinating with local, state, and federal agencies for regulatory compliance and permitting. He manages CPWG day to day engineering operations and all aspects of project deliverables, including construction plan development, design, and permitting. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 9 w/ ��f;x v;4i I�� jr �JC�i,i �% i J mall fi�)��� F✓ ;o,f,� �G ��'i,.El� a FYI �� / ;; �/�ATTRE READY. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Complete Streets Design, Phase II PROFESSION�SERVICESNSTRUCTION (Ifapplicable) St. Pete Beach, Florida 2016 - OCurrently Ongoing (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm a' Civil Engineer. CPWG evaluated and designed stormwater, roadway, and utility improvements between 1st Avenue and 19th Avenue (approximately 9,900 linear feet). The existing stormwater system was upgraded with additional inlets, 13 baffle boxes and 13 Tideflex devices on all outfalls to prevent backflow, and the addition of a new stormwater pump station at 3rd Avenue. Fee: $685,000 Total Project Cost: $10.2 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Stormwater System Redesign, Phase I PROFESSIONAL SERVICES CONSTRUCTION (if applicable) St. Pete Beach, Florida 2015-2018 2017-2018 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm b. Civil Engineer. CPWG evaluated and designed stormwater, roadway, and utility improvements between 1st Avenue and Cabrillo Way (approx. 5,100 linear feet). Stormwater system was upgraded with additional inlets, 11 baffle boxes and 11 Tideflex devices to prevent backflow. CPWG developed public information program, obtained easements, and provided construction administration. Fee: $725,000 Total Proiect Cost: $11.5 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Church Avenue, Tiberon Cove Road to Range Line Road Project PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Longwood, Florida 2012-2017 2013-2017 I (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE F,71 Check if project performed with current firm C. Civil Engineer. CPWG team provided engineering services for the improvement of approximately 5,400 feet of Church Avenue. The roadway design project involved milling and resurfacing roads and adding stormwater drainage design, curbing, and sidewalks. The design included two ten -foot lanes, one five-foot sidewalk with a type F curb, a ribbon curb on the opposite side of the road with drainage swale and two sections where the existing asphalt roadways were re laced with brick pavers. Fee: 65,870 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Lawne Stormwater Retrofit PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orange County, Florida 2017 - Ongoing I Currently Ongoing d' (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ,/ Check if project performed with current firm Principal -in -Charge. CPWG designed a passive regional stormwater facility (RSF) prior o its discharge to Lake Lawne (a Florida Impaired Waterbody). The stormwater facility design included public information kiosks, exotic vegetation removal, native vegetation restoration, water quality treatment, erosion/sedimentation controls, and a solar powered irrigation system. Provided construction administration. Fee: $87,158 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Riverside Acres Park Erosion Control PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, Florida 2017-2018 Currently Ongoing I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm e Civil Engineer. The project objective was to provide design assistance and permitting for installing gabion baskets with rip rap at Riverside Acres Park. The design covered approximately 375 linear feet of rip rap erosion control along both sides of the river. Construction plans included all erosion control improvements, grading, and stormwater elements. Submitted Orange County and SIRWMD permits. Fee: $ 16,533 STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 9 w/ ��f;x v;4i I�� jr �JC�i,i �% i J mall fi�)��� F✓ ;o,f,� �G ��'i,.El� a FYI �� / ;; �/�ATTRE READY. f1,2avuit��z b� rQ >� • 1 �- IrFLORIDA E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME Jeffrey Schwartz, PSM, PE 13. ROLE IN THIS CONTRACT b. Project Administration 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Tampa, Florida 16. EDUCATION (Degree and Specialization) Bachelor of Science, Civil Engineering, University of Central Florida 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM 18 1 1 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Florida Registered Professional Engineer License # 83329 Florida Professional Surveyor & Mapper License # LS 6618 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Schwartz has 18 years of surveying and mapping and engineering experience. The majority of his experience has been focused on project management, client relations, production and design. His client's have included FDOT, FDEP, county, city and town governments across central Florida. He takes pride in completing a project under budget and on schedule. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 ( �g IPa1 sl( �.,.���,,���,✓,'�Ifl��:��r. ���lu�, ,, ,F,14�1F ���il�(1rl���r�r 9_0, i�fl,tl i/�,�/������,../1 .,.�+'P ��,�,,,/.,�/ iii;,,.., ,,, .„ �r rxc ae�or. �� c pig (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Stormwater System Redesign, Phase I PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St. Pete Beach, Florida 2015-2018 I 2017-2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm a` Surveyor. CPWG evaluated and designed stormwater, roadway, and utility improvements between 1st Avenue and Cabrillo Way (approx. 5,100 linear feet). Stormwater system was upgraded with additional inlets, 11 baffle boxes and 11 Tideflex devices to prevent backflow. CPWG developed an extensive public information program, obtained ROW easements, and provided overall construction administration. Overall Fee: $725,000 Total Project Cost: $11.5 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Stormwater System Redesign, Phase 11 PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St. Pete Beach, Florida 2016 - Ongoing 2018 - Ongoing b' (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Surveyor/Engineer CPWG evaluated and designed Stormwater, roadway, and utility improvements between 1st Avenue and 19th Avenue (approximately 9,900 linear feet). The existing stormwater system was upgraded with additional inlets, 13 baffle boxes and 13 Tideflex devices on all outfalls to prevent backflow, and the addition of a new stormwater pump station at 3rd Avenue. Overall Fee: $685,000 Total Project Cost: $10.2 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Groveland Farms Drain Study PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Lake County, Florida 2017-2018 I c. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE F,/� Check if project performed with current firm Lead Surveyor/Engineer. CPWG engineering study to establish the Base Flood Elevations for 25 -year and 100 -year storm events and identify locations where the drainage system may be improved. Survey area was approximately 28,000 acres of unincorporated Lake County that suffers from periodic road flooding. The CPWG team created an ICPR model to evaluate how the effectiveness of our recommended improvements in reducing flood stages. Fee: Ongoing (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Water Main Extension (Eagle 1(nob Point to Leslie Lane) PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Lake Mary, Florida 2018 d. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE O Check if project performed with current firm Lead Surveyor/Engineer. Role: Project Lead Surveyor/Engineer. CPWG Fee: $????? CPWG completed a topographic survey, right of way survey and property line survey of a portion of two existing subdivisions, for an approximate distance of 1000 linear feet, for the design of a water main extension/connection between the two subdivisions. A di ital terrain model (DTM) was completed for the project limits excluding the e istina railroad corridor. Fee: $17,635 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Estella Park PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Lake Mary, Florida 2018 e• (3) BRIEF DESCRIPTION (Briefscope, size, cost etc.) AND SPECIFIC ROLEi✓ I Check if project performed with current firm Lead Surveyor/Engineer. CPWG completed a topographic survey of Estella Park in Lae Mary. The survey established horizontal control, a project baseline and vertical control including project benchmarks for future construction. The completed survey included a digital terrain model (DTM), a tree survey and a survey of a portion of the existing pond located within the project limits. Fee: 4,588 STANDARD FORM 330 (REV. 8/2016) PAGE 2 ( �g IPa1 sl( �.,.���,,���,✓,'�Ifl��:��r. ���lu�, ,, ,F,14�1F ���il�(1rl���r�r 9_0, i�fl,tl i/�,�/������,../1 .,.�+'P ��,�,,,/.,�/ iii;,,.., ,,, .„ �r rxc ae�or. �� c pig /S�4FORD CITY OF fi���aNr kI� FLORIDA 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 Greg Hass, GCG C, Inspection Services a. TOTAL b. WITH CURRENT FIRM r....-1.4.., 32 1 3 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Bachelor of Science, Building Construction, Auburn University, Certified General Contractor No. CGC1504481 Professional, Building Design + Construction, ID No. 103 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Hass is a construction professional with 32 years of general contracting and project management experience. He excels at overall management accountability and technical expertise in all aspects and phases of construction to ensure profitability and on-time project delivery. He is highly skilled in financial analysis, problem solving, contract negotiations, written and verbal communications. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 11 '' i �„ y Z __ E( o R� (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED SR 434 Median Landscape Design Improvements PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Longwood, Florida 2016 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a' General Contractor/Inspection Services. Prepared the Landscape and Irrigation construction plans required to construct the project. The plans incorporated all applicable requirements listed in the FDOT District Seven Landscape, Irrigation, Maintenance, and Erosion Control Plans Preparation Checklists and other applicable FDOT safety, setback and plans preparation criteria. The tans identified construction materials. Fee: $36,360 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Reconstruction Phase I PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St Pete Beach, Florida 2015-2018 I 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE O Check if project performed with current firm b. Inspection Services. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between Cabrillo Drive to 18th Avenue (Approx 5,000 feet). Project also included improved LED lighting, roadway upgrades based on Complete Streets, a new stormwater system, and upgrades to the existing water, wastewater, and sewer systems. Performed construction administration and provideed landscaping. Fee: $725,000 Total Proiect Construction Cost: $11.5 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED SR 699 Safety Median Landscape Project PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Madeira Beach, Florida 2016 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. General Contractor/Inspection Services. Constructed new landscaping elements for the newly -constructed medians and existing landscape islands along SR 699. CPWG constructed landscape and irrigation per plans for the project. The construction incorporated applicable requirements listed in the FDOT district seven landscape, irrigation, maintenance, and erosion control tans preparation checklists and other safety criteria. Fee: $332,524 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED GraybaR Warehouse PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Tampa, Florida 2017-2018 2018 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm d. General Contractor/Facilities. CPWG performed the renovation of a 32,000 SF warehouse for a national electrical distribution company. The project included the fast build -out of 8500 SF of office and retail space. The office design included modular furniture and met all safety code requirements. Warehouse compliance features included a fire alarm, Security System, and fire curtain. Custom racking and shelving were designed, installed and tested upon completion of the warehouse. Fee: Ongoing (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Warren Webster Community CenterONAL FPROFESSI SERVICES CONSTRUCTION (Ifapplicable) St. Pete Beach, Florida 2017 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e General Contractor/Facilities. CPWG completed a complete renovation of the Warren Webster Community Center clubhouse. The renovation focused on updating and beautifying the building. Upgrade renovations included a new ceiling, LED lighting, a new HVAC system, several new doors, and the installation of new low impact windows. Drywall was repaired or replaced as necessary throughout the building. The interior and exterior of the building were painted. Fee: $129,773 STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 11 '' i �„ y Z __ E( o R� CITY OFF SkNFORD FLORIDA 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 Andres E. Nunez, Jr., PE n. Traffic Engineering and Analysis a. TOTAL b. WITH CURRENT FIRM 40 1 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 16. EDUCATION (Degree and Specialization) BCE, Civil Engineering, Georgia Institute of Technology MSCE, Civil Engineering, Georgia Institute of Technology 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Professional Florida Engineer No. 28549 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Nunez has a diverse technical background covering all areas of transportation and traffic engineering. He is experienced in a variety of techniques and computer applications for evaluating traffic impacts and for maximizing traffic operations efficiency and safety. He has extensive experience in large-scale project management and thrives while working in multi -disciplinary project teams. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 12 (N 9 ........ r g,(ir7�1 �ifr si 9 ��i;1r1f, /"I , i (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED District -wide Traffic Engineering and Operations Studies, PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) FDOT Districts One, Five and Seven, Orlando, Florida (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a' Mr. Nunez served as Traffic Operations Studies Project Manager or Project Engineer almost continuously since 1985. He is highly experienced in the areas of municipal study and design assignments. Typical assignments include hundreds of signal warrant studies and intersection analyses, miles of urban and rural arterial studies, data collection and pushbutton design plans. (1) TITLE AND LOCATION (City and State) Intelligent Transportation Systems (ITS) Study and Implementation (2) YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (Ifapplicable) Plan for Interstates, FDOT District Seven, Orlando, Florida (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm b Mr. Nunez, as the Senior Transportation Engineer managed the definition and development of a plan to implement a freeway management system for the FDOT's District Seven. The project includes the development of an ITS Architecture and a staged implementation plan for the Interstate Highway System within the Tampa Bay area. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Change Avenue Streetscape and Utilities Reconstruction PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orlando, Florida (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm C. Mr. Nunez designed an organically grown pre -cursor to the current "Complete Streets" initiative combining the deployment of walkable/pedestrian scale improvements featuring wider sidewalks with brick pavers, bike lanes, shade trees, rest conversion high emphasis pedestrian crosswalks with ADA style sidewalk transitions, modern larger size pedestrian signal pedistals, narrower vehicular travel lanes and pedestrian/vehicular way finding signage. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Residential and Commercial District Traffic Calming PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orlando, Florida I d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Mr. Nunez, as Senior Transportation Enpeer, assisted the development of a systematic approach to collect traffic data and solicit input from property owners/residents to identify and develop countermeasures to speeding and extraneous cut -through traffic. Deployed selective traffic enforcement, narrower travel lanes, Florida Speed Humps and sundry parking regulations. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED High Hazards Intersection Improvements PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orlando, Florida I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e Mr. Nunez, the Senior Transportation Engineer, assisted the development of a systematic approach to collect traffic data and solicit input from property owners/residents to identify and develop countermeasures to speeding and extraneous cut -through traffic. Deployed selective traffic enforcement, narrower travel lanes, Florida Speed Humps and sundry parking regulations. STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 12 (N 9 ........ r g,(ir7�1 �ifr si 9 ��i;1r1f, /"I , i CITY OF FLORIDA0, SkNFORD 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 Susan M. Woodbery, PE m. Environmental Engineer a. TOTALTWITH CURRENT FIRM Wetland Specialist 31 9 15. FIRM NAME AND LOCATION (City and State) Cribb Phi|beckWeaver Group, |nc,(Oviedc\FL) 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Bachelor of Science in Environmental Engineering, University of Florida Professional Engineer # 0052156 Florida EWRI Treasurer, ASCE Florida Section, East Central Branch Member, Florida Stormwater Association 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • Certified Erosion and Sedimentation Inspector 9 SWFWIVID Wetland Delineation and Soils Analysis Training ° Interconnect Pond Routing (|CPR)Course ° FSA T[NDLWatershed Protection VVodohop ° Arc/info GIS Technical Training 19. RELEVANT PROJECTS STANDARD FORM 330 (REV8/2O6)PAGE 2 Page 13 ������� C (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED OCU Northwest WRF Reject Water & Pumping Improvements PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orange County, Florida 2015-2017 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a Role: Orange County WBE Environmental Engineer. Performed construction site investigation to identify potential presence of threatened and endangered species, and wetlands. Designed conceptual layout of stormwater management requirements for new impervious area, prepared cost estimate and determined permitting requirements. Performed threatened species on-site review and permitted relocation of gopher tortoise. Performed final permitting of stormwater management. Fee: $23,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Adair Stormwater Retrofit Improvement with Exfiltration PROFESSIONAL SERVICES CONSTRUCTION (11'applicable) Orlando, Florida 2011 2011 b (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE V Check if project performed with current firm 14S Role: Project Engineer /Project Manage The Ivanhoe Plaza Park exfiltration gallery sys em project was designed as an off-line stormwater treatment to reduce pollutant loading to Lake Adair, an Impaired Waterbody. The underground exfiltration galley results in minimal ecological impact to the passive city park. Project tasks included design, cost estimate, ERP permitting, and post -construction phase services. Fee: $62,500. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Colonial Town Phase 2A Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (It'applicable) Orlando, FIL 2018 - Ongoing I (3) BRIEF DESCRIPTION (Briel'scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm C. Specific Role: City of Orlando WBE Engineering Sub -consultant. Subcontract role on project included field reconnaissance for utility location, utility coordination to evaluate design impacts, and coordinate utility locations with project manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Storm Conduit Drainage Improvements from Lake Lancaster to PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Lake Davis, Orlando, Florida 2015 Future Construction I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm d. Role: City of Orlando WBE Engineering Sub -consultant. Subcontract role on project included field reconnaissance, utility coordination during design, and construction phase services, including Shop Drawing review, and RFl response. On-site construction oversight will be performed once construction begins. Fee: $12,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED East Lake Arnold Drainage Improvement Study PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orlando, Florida 2013-2014 N/A I (3) BRIEF DESCRIPTION (Briet'scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e. Role: City of Orlando WBE Engineering Sub -consultant. Subcontract role on project included field reconnaissance for environmental and ecological concerns, utility coordination, and conceptual design cost estimate support. STANDARD FORM 330 (REV8/2O6)PAGE 2 Page 13 ������� C E.RESUMES npKEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Sarah Hill, PE L Transportation Engineer a. TOTAL b. WITH CURRENT FIRM 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc. (CPWG), Oviedo, Florida 1e EDUCATION (Degree and Specialization) BSE Civil Engineering 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Florida Professional Engineer #64647 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Ms. Hill has over 14+ years of experience in traffic engineering. Her responsibilities have included serving as the transportation production staff manager, project manager, and engineering task manager, on a wide variety of FDOT and County projects which Completesincluded intersection improvements, 311 projects, capacity, and new alignment projects. d under budget. 19. RELEVANT PROJECTS STANDARD FORM 330 (REVU/2O 6) PAGE 2 Page 14 � � � (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District 7: SIR 590/ NE Coachman Road from W. of Marilyn Street PROFESSIONAL SERVICES CONSTRUCTION (It'applicable) to E. of Audrey Drive, Pinellas County, FIL I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Role: Traffic Engineer. This was a 3R project which consisted of milling and resurfacing a two lane roadway for approximately 1.5 miles. There are three typical sections along the corridor, one of which required minor inside widening and access management changes to add bike lanes and correct a substandard turn lane. Other project elements included six pavement designs, creating bike lane connectivity, FGT coordination, R/W reclamation, and upgrading safety elements for pedestrians. _ (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District 7: US 19/SR 55 from New York Avenue to the PROFESSIONAL S�_R�rSTRUCTION (Ifapplicable) Pasco/Hernando County Line, Pasco County, FL b. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if projectrerformed with current firm Role: Traffic Engineer. This was a 311 project which consisted of six goes -with project Pincluding two WHC projects. The project consisted of the milling and resurfacing of a six lane divided rural roadway for approximately 4.9 miles. Other project elements included cross slope correction; four pavement designs; widening to add keyholes; R/W reclamation; the addition of a sidewalk in each direction, evaluating driveway connections and addressing safety concerns for pedestrians, cyclists and motorists. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Sidewalk Improvement 62nd Avenue North from 62nd Avenue North to PROFESSIONAL SERVICES CONSTRUCTION (It'applicable) 58th Street North, Pinellas County, FIL I C' (3) BRIEF DESCRIPTION (Bfiefscope, size, cost, etc.) AND SPECIFIC ROLE F-] Check if project performed with current firm Role: Traffic Engineer. Intersection improvement project which consisted of widening all four legs of the existing intersection to provide additional left turn lanes eastbound and westbound along 62nd Avenue North and additional right turn lanes northbound and southbound along 58th Street North. Project elements include sidewalk connectivity to meet ADA requirements, addition of bicvcle lanes, correction of existing cross slopes, and safety improvements. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District 7: SIR 54 from east of CR 577 to east of CR 57 PROFESSIONAL SERVICES CONSTRUCTION (11'applicable) Pasco County, FL I d. (3) BRIEF DESCRIPTION (Eltiel'scope, size, cost, etc.) AND SPECIFIC ROLE F-1 Check if pro I ect performed with current firm Role: Traffic Engineer. She was responsible for overseeing plan production of all roattw-ay ele s and for coordinating all design elements along the corridor for this project up to the 15% line and grade. Her team was selected to design the widening of SIR 54 from east of Curley Road to east of Morris Bridge Road within Wesley Chapel, a distance of 4.7 miles. Additional improvements included a sidewalk, joint -use path along the entire corridor, bike lanes, traffic sig als and utility improvements. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District 7: US 301 from Geiger Road to Kossik Road PROFESSIONAL SERVICES CONSTRUCTION (It'applicable) Pasco County, FIL I e. (3) BRIEF DESCRIPTION (Biiefscope, size, cost, etc.) AND SPECIFIC ROLE F-] Check if project performed with current firm Role: Traffic Engineer. She was responsible for overseeing plans production of an—roadway elements and for coordinating all design elements along the corridor for this project. The typical section for this 2 mile project includes widening the existing 4 -lane rural road to a 6 -lane urban facility with bike lanes. Roadway design included using overbuild to correct the flat profile grade, I access management changes to the median, driveway harmonization, R/W reclamation, and new bus stops. STANDARD FORM 330 (REVU/2O 6) PAGE 2 Page 14 � � � CITY OF &kNFORD — FLORIDA E RESUMES OPKEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.)_ 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Matti Rukholm, RLA o. Landscape Design a. TOTAL b. VVITH CURRENT FIRM _ — FIRMNAME _AND LOCATION.- and Sta— OibbPhi|beckVVeaverGmup,|nc,<Oviedc,FU 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Diploma in Landscape Architecture, Ryerson Polytechnic University, Florida Landscape Architect No. 6667261 Toronto, Ontario,Canada Honours Bachelor of Arts in Earth Sciences, Laurentian University, Sudbury, Ontario, Canada 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Rukholm has over 15 years of experience working in both the private and public sectors, He has designed landscaping projects internationally and domestically. He is actively involved in all steps of the landscape design process from public consultations and initial concept plans to working drawings, specifications, bidding documents, and landscape maintenance requirements. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV8/2016)PAGE 2 �� �� _ ____ (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Barber Park Playground, Splash Pad & Parking Improvements, PROFESSIONAL SERVICES CONSTRUCTION I'll'applicable) Orange County, FL 2017-2018 I Currently Ongoing (3) BRIEF DESCRIPTION (Briet'scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm a Landscape Architect. The CPWG team assisted Orange County staff in providing design assistance and site permitting for the playground, splash pad and parking improvements at Barber Park. The project consisted of design assistance for 1 playground, 1 water splash playground, and 40 additional parking spaces and ancillary stormwater improvements. A 4000 -gallon water tank reservoir, pump equipment, filtration system, and water treatment (Chlorine and h) were included in the design. Fee $95,155 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Dr. Phillips Additional Ball Fields, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, FIL 2015-2017 2016-2018 I (3) BRIEF DESCRIPTION (Briel'scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm b. Landscape Architect. CPWG's engineers assisted Orange County in developing Dr. Phillips Additional Ball Fields. Our Team designed three lighted ballfields (2 little league and 1 senior field) on approximately 9.2 acres located north and south of the park. In additional to the fields, the design included concrete sidewalks, landscaping, fencing, parking spaces, irrigation, and drainage. CPWG coordinated the environmental assessment and obtained an ERP permit from SJRWMD. Fee$174,258 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Upham Beach Traffic Flow and Parking Improvement, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) St. Pete Beach, FL (part of Continuing Engineer of Record services) 2018 N/A I (3) BRIEF DESCRIPTION (Briet'scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Landscape Architect. CPWG assisted the City of St. Pete Beach to provide concept plan design assistance for parking improvements at Upham Beach. The project consisted of concept design assistance for additional parking comprising of 300 spaces, rounclabouts to improve traffic flow, landscaping, and safe pedestrian bicycle routes. Improvements were designed using the Complete Streets guidance to ensure that the needs of all users were included in the plans. Fee $6,200 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Reconstruction Phase 1, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) St Pete Beach, Florida 2015-2018 2017-2018 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm d. Landscape Architect. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between Cabrillo Drive to 18th Avenue (Approx 5,000 feet). Project also included improved LED lighting, roadway upgrades based on Complete Streets, stormwater, landscaping, and upgrades to the existing water, wastewater, and sewer systems. Our design restored all the damage done during construction and made the area even more a onealing. Fee: $725,000 Proiect: $10.2 Million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Express Oil, Multiple locations throughout Florida PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2017-2018 I (3) BRIEF DESCRIPTION (Briet'scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e. Landscape Architect. The CPWG team assisted Express Oil to provide design and site permitting assistance at numerous locations in the Tampa Bay area. Each project consisted of design assistance for the building and parking area. Mr. Rukholm produced a landscape plan, existing vegetation inventory & assessment plan, and an irrigation plan for each site. Each site design provided a 1 landscaped area with plants of different heights around the bay entrance areas. Total Fee: (Trinity, Bradenton, Lutz) $106,513 STANDARD FORM 330 (REV8/2016)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 Yainna Ballester, P.Eng p. Water/Wastewater Engineering a. TOTAL b.WITHCURRENTFIRM and Building 14 1 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc., (Oviedo, FL) 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Bachelor's Degree, Civil Engineering, University Jose A. Echeverria, 2016 PE certification in Civil Engineering (engineer's permit) Cuba No 5008950, member of the board of the engineers of Quebec, Canada 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Ms. Ballester has 14 years of experience, in engineering design, bringing multiple projects from the intitial concept phase, through feasibility study and to detailed design. Her experience includes stormwater and drainage systems, sanitary sewer systems, water distribution systems, site grading, roadway design and permitting required for municipal and other projects. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 . .. .. . . ... . Page 16 ... .... . . .... 77"1"", cpwg 55 5,_'U U�:"IJJ_j (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Reconstruction Phase 1 PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St Pete Beach, Florida 2015-2018 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a. Role: Water/Wastewater Engineer. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between Cabrillo Drive to 18th Avenue (Approx 5,000 feet). Project also included improved LED lighting, roadway upgrades based on Complete Streets, a new stormwater system, and upgrades to the existing water, wastewater, and sewer systems. Performed construction administration and provided landscaping. Fee: $725,000 Total Proiect Construction Cost: $11.5 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCO NSTRUCTION (Ifapplicable) Camp Joy Sanitary Sewer System Apopka, Florida 2017 I 2018-2019 (3) BRIEF DESCRIPTION (Btiefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Role: Water/Wastewater Engineer. Project objective was to provide sanitary and water main extension design, permitting and construction administration for Camp Joy. Our engineers designed a low pressure sanitary system that removed Camp Joy from the existing septic system and connected Camp Joy to the City of Apopka's central sewer system. Designed a water main extension to provide potable water to the camp. Fee: $33,541 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Duke Energy Warehouse Site Design PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orange County, Florida 2017 20018-2019 I C. (3) BRIEF DESCRIPTION (Bfiefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm Role: Water/Wastewater Engineer. The project scope included design items related to erosion control, site design, site utilities (electric, water and wastewater), grading, stormwater management, and landscaping for a new ground -up Duke Energy office/warehouse building located along Arran Road in Crawfordville, Florida. Fee: $69,062 Total Project Cost: Ongoing (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Barber Park Playground, Splash Pad and Parking Improvements PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Orange County, Florida 2017-2018 Currently Ongoing I d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm Role: Water/Wastewater Engineer. The project's objective was to improve the existing park by providing design assistance and site permitting for a new playground, splash pad and 40 additional parking spaces. The team completed the grading, stormwater design, site layout and permitting with Orange County and St. Johns River Water Management District (SJRWMD). Splash pad water, water treatment, and wastewater were designed. Fee: $95,155 Total Project Cost: Ongoing (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bank of America - Village Shops PROFESSIONAL �SERVIE`ESCONSTRUCTION (Ifapplicable) Indian River Shores, Florida 2017 1 Currently Ongoing e- (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm Role: Stormwater Engineer. The project's objective was to design underground stormwater storage beneath the parking area and the grasses areas to decrease parking lot flooding near the Village Shops. Our engineers provided stormwater engineering, construction plans, permitting, and geotechnical services. The task included the development of the Stormwater Pollution Prevention Plan for NPDES permitting. Fee: $7,300 STANDARD FORM 330 (REV. 8/2016) PAGE 2 . .. .. . . ... . Page 16 ... .... . . .... 77"1"", cpwg 55 5,_'U U�:"IJJ_j CITY OFF Sk�40F.D FLORIDA E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME M r. 15. FIRM NAME AND LOCATION (City and State) Cribb Philbeck Weaver Group, Inc., (Oviedo, FL) 3. ROLE IN THIS CONTRACT Utilities 16. EDUCATION (Degree and Specialization) Bachelor of Science, Electrical Engineering, University of North Carolina at Charlotte 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM 26 1 2 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Engineer Intern Member, Institute of Electrical and Electronics Engineers Building Plans Examiner ASFMP Certified Floodplain Manager 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Greene has experience in the building, construction, and engineering field. Primarily as an electrical engineer, he has direct design and project management experience of several overhead to underground conversion of power lines projects. Mr. Greene was the City of Longboat Key's Utility Manager, so he understands issues from a City's point of view. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 17 is i�r r fpwgV ,rJd. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pass -a -Grille Way Overhead to Underground Utility Conversion Phase II PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) St Pete Beach, Florida 2018 Currently Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm a. Project Manager and Electrical Engineer. CPWG designed the overhead to underground conversion of power lines along Pass -a -Grille Way between 1st and 18th Avenue. Project also included improved LED lighting, roadway upgrades based on Complete Streets concept, a new stormwater system, and upgrades to the existing water, wastewater, and sewer systems. Submitted FDOT right-of-way and environmental permits. Fee: $725,000 Total Proiect Construction Cost: $11.2 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Gulf Boulevard Overhead to Underground Utility Conversion, Phase 2 PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Madeira Beach, Florida 2018 Currently Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm b' Project Manager and Electrical Engineer. CPWG designed the underground conversion of power and communication lines along SR 699 (Gulf Boulevard) from 150th to 155th Street. Upgraded LED lights, replaced wooden poles with concrete poles, and added landscaping along the route. CPWG coordinated with utilities, permitting agencies and contractors to identify and resolve issues. Submit FDOT right-of-way ermits. Fee: $238,993 Total Proiect Construction Cost: $2.1 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Overhead to Underground Utility Conversion PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Indian Rocks Beach, Florida 2018 Currently Ongoing I (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm C. Project Manager and Electrical Engineer. CPWG designed the underground conversion of power and communication lines along SR 699 (Gulf Boulevard) from Whitehurst Ave to Beach Trail and Walsingham Road. The design also included upgraded LED lights and new poles along the route. Our team coordinated with all utilities to determine easements and obtain binding cost estimate. Submitted FDOT right-of-way ermits. Fee: $303,785 Total Project Construction Cost: $3.7 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Overhead to Underground Utility Conversion Phase 1 PROFESSIONAL SERVICES CONSTRUCTION (if applicable) North Redington Beach, Florida 2018 I Currently Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm d' Project Manager and Electrical Engineer. CPWG designed the underground conversion of power and communication lines, light pole with LED light replacement, and landscaping along SR 699 (Gulf Boulevard) from 164th to 174th Avenue. Obtained lighting, FDOT right-of-way, and environmental permits. Created detailed CAD drawings showing equipment within local easements. Coordinated public information program. Fee: $119,930 Total Proiect Construction Cost: $1.05 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Overhead to Underground Utility Conversion PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Redington Beach, Florida 2018 Currently Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE Check if project performed with current firm e Project Manager and Electrical Engineer. CPWG designed the underground conversion of power and communication lines along SR 699 (Gulf Boulevard) from 150th to 155th Avenue. Upgraded LED lights, replaced wooden poles with concrete poles, and added landscaping along the route. CPWG coordinated with all utilities to determine easements and obtain binding cost estimate. Submitted the FDOT right-of-way permits. Fee: $120,555 Total Project Construction Cost: $1.55 million STANDARD FORM 330 (REV. 8/2016) PAGE 2 Page 17 is i�r r fpwgV ,rJd. Litigation. CPWG has been in business since 2004 and we are proud to say that we have never had any legal claims filed against our firm or any project. Furthermore, we certify to the following: • Our firm or any of its officers have not received a reprimand of any nature or been suspended by their respective boards or any other regulatory agency or professional association within the last five years. • Our firm has not been filed against or filed against any requests for equitable adjustment, contract claims, bid protests or litigation related to services our firm provides in the regular course of business within the last five years. • Our firm or any member of our firm have not been declared in default, terminated or removed from a contract or job related to the services our firm provides in the regular course of business within the last five years. Page 18 �^i 1 / i � � i4 rtl fr ✓1'� �ll���' !'��+I� Ift+( (I r i� � 211 rf ) V�,�,f ,�/„ ,, �ori� / � i% C'Wg �.�Nc ac�or July 2l201D City ufSanford 30ONPark Ave Z"oFloor Suite 243 Sanford, F1 32771 RE: Cribb Philbeck Weaver Group Inc Dear Sirs: � Please be informed that mentioned customer has an account with us sinCE! November 16, 2005. The � account isingood standing. We hope this information is of help to you. Sinc rely, Gorbea Financial Relationship Consultant ]52ZBell Shoals Rd Va|hco,H 33596 813783-0824Phone D1]793-}841Fax Page 19W �� \ ~~ �� ����_ .1 1 g FLORIDA F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, Cribb Philbeck Weaver Group, Inc. if not specified. Complete one Section F for each ro'ect. 1 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Engineer of Record Continuing Services PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of St. Pete Beach, Florida (Design/Project Admin/Engineering) 2013 -Ongoing 2015 -Ongoing I b. c. POINT OF CONTACT EMAIL ADDRSS 2 3. PROJECT OWNER'S INFORMATION mclarke@stpetebeach.org a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of St. Pete Beach, Florida Mr. Mike Clarke, Public Works Director 727-363-9243 24. 6KIEF- UtSGKIN I IUN UI- NKUJtG I ANU KLLLVANGt I U I HIS GUN I HAL; 1 (Induce scope, size, anu cost) Specific Project Area: a. Engineering Design, b. Project Administration, e. Civil Engineering Services Provided: Civil/Site Engineering and Design, Planning Services, Transportation Engineering, Utility Design, Stormwater Management, Environmental Engineering, Data Collection and Analysis, GIS and Mapping, Evaluation and Appraisal Reports CPWG was contracted by the City of St. Pete Beach to provide Engineer of Record services for the city. Our team used their experience in local government planning and comprehensive planning to either prepare or review the City's comprehensive plan amendments and Evaluation and Appraisal Reports. Skills our team utilized under this contract included GIS and mapping services, transportation planning, utility planning, pavement management, stormwater management, NPDES Services, construction management, and revitalization/ redevelopment planning. Key projects completed under this contract include: 1) Pass -a -Grille Way Phase 1 Preliminary Engineering 2) Pass -a -Grille Way Phase 1 Final Engineering Design and Permitting 3) NPDES MS4 Services 4) Stormwater Master Plan Update 2012 5) Boca Ciega Dr. Stormwater Outfall Study and Design 6) Pavement Management Implementation Our team was responsible for assisting city staff in the following areas: 1) Team Coordination and Project Initiation 2) Project Program Development 3) Preliminary Design Phase 4) Final Design Services 5) Permitting 6) Bidding Services 7) Construction Phase Services 8) Quality Assurance/Quality Control We were chosen for our experience and have proven our expertise by efficiently and cost-effectively providing the services requested under this contract. Our team members have developed and maintained an excellent working relationship with City's departmental staff and project managers through this contract and look forward to continuing our partnership with the City of St. Pete Beach. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 21 , , % �, r1 „�„t//P� Arae nemr (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Suite 1031 Prime, Roadway Design, Utility Design, Stormwater, Oviedo, FL 32765 Survey and Mapping, Civil Engineering, Permitting (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 21 , , % �, r1 „�„t//P� Arae nemr s11,oltb FLORIDA F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, Cribb Philbeck Weaver Group, Inc. if not specified. Complete one Section F for each project) 2 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Groveland Farms Area Flood Study (Survey) PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Latae County Florida 2017-2018 I b. c. POINT OF CONTACT EMAIL ADDRSS 2 3. PROJECT OWNER'S INFORMATION nmcray@lakecountyfl.gov a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Lake County, Florida Mr. Nicholas Mcray, Stormwater Manager 352-253-9080 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: d. Survey, j. Stormwater Overall Project Cost: $123,000 Services Provided: Survey and Mapping, Stormwater Engineering The primary objective of this CPWG project was to perform an engineering study to establish the Base Flood Elevations for 25 -year and 100 -year storm events and identify locations where the unincorporated Lake County drainage system may be improved. The Groveland Farms study area encompasses approximately 28,000 acres that contains several large un -numbered "A"zones with undetermined Base Flood Elevations. The area is mainly rural single family homes that suffers from road flooding in multiple locations. The CPWG Stormwater team began by conducting a document review of the existing stormwater inventory, drainage complaints, road maintenance files, permit and prior study information relative to the basin area including Lake County Water Authority, State and other agencies. CPWG's Survey team performed field reconnaissance to inspect and evaluate drainage basins. The team took field notes and photographs of each type of stormwater feature (culvert, weir, catch basin, etc.), documenting the size, and condition of the features. After validating the existing stormwater inventory the team reviewed existing as -built data and construction plans provided by the County. Our team worked with the County staff to update their stormwater inventory GIS data. CPWG used the data to create an [CPR model for the delineated drainage basins. The model produced calculations of stormwater runoff and its effects on the open and closed stormwater management systems throughout the study area. Rates and volumes of stormwater runoff for simulated storm events were determined using rainfall volumes and distributions. Peak stages and flow rates were evaluated for the 25 -Year, and 100 - Year, 24 -Hour storm events. Model scenarios for existing conditions (Existing Conditions Model) were conducted and areas of potential flooding during the separate storm events identified. Model scenarios for CPWG recommended improvements were conducted to evaluate reductions in flood stages. CPWG engineers prepared and submitted map change applications and necessary documentation to FEMA to revise associated Flood Insurance Rate Map Panels and to establish Base Flood Elevations. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 22 cpwg Ip l t y I/!/"U i t �Jr r f ri t krd li j� , /9', „,1�V�J 1�.,,� f r ..rxcnemr. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Survey and Mapping, Stormwater Engineering Oviedo, FL 32765 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 22 cpwg Ip l t y I/!/"U i t �Jr r f ri t krd li j� , /9', „,1�V�J 1�.,,� f r ..rxcnemr. 5" r ,dam , of74 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, Cribb Philbeck Weaver Group, Inc. if not specified. Complete one Section F for each project 3 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Church Avenue, Tiberon Cove Road to Range Line Road PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Longwood, Florida (Transportation) 2012-2016 2016-2018 I b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION smith@longwoodfl.org a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Longwood Shad Smith, PE, City Engineer 407-260-3447 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: I. Transportation, d. Survey, j. Stormwater Overall Project Cost: $123,000 Services Provided: Roadway Design, Resurfacing, Pavement Inspection, Stormwater Design, and Environmental Permitting The CPWG Engineering's Church Avenue roadway design project involved milling and resurfacing roads and adding curbing, stormwater drainage and sidewalks. Our team provided engineering services for the improvement of approximately 5,400 feet of Church Avenue. A Pavement Inspection survey was taken that included the current location and condition of pavement, curbing, sidewalks, and drives. The survey was conducted to accurately locate the relief of the project site, including all ditches, swales, berms, ridges and other break lines. Prior to beginning the master design utility poles, overhead lines, fences, transformers, cleanouts, valves, meters, buildings and structures along the route were identified and surveyed. The resulting digital terrain model (DTM) provided the baseline information for our design team. CPWG Design Team's intent was to add the drainage improvements from the start to Tiberon Cove Road and to only mill and resurface from Tiberon Cove Road to Range Line Road. Over the course of this project, our team was responsible for designing and obtaining an Environmental Resource Permit (ERP) with St. Johns River Water Management District (SJRWMD) for two ten -foot lanes, one five-foot sidewalk with a type F curb, and a ribbon curb on the opposite side of the road with an additional drainage Swale. Our engineers also designed two sections where the existing asphalt roadways were removed and re -placed with brick pavers. Driveway modifications were made to fit Longwood City's standards and all roadway painting and markings were designed. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 23 _ r,,���,,,�., r�!;,iyr,,,r� Cai I �" f'�/��,., ,,�,,:,,, eJiS �lu�i�it4 f a�r"(I,��}.i�.,l� r Y,f �„Ih�`t�/�%'„�/� /�//if!;,, �,,,�. ��,_✓�r,z�! �...'/�.Q,.,.,. •rrxsneaor� (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Roadway Design, Sidewalk Design, Safety Oviedo, FL 32765 Improvements, Stormwater Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 23 _ r,,���,,,�., r�!;,iyr,,,r� Cai I �" f'�/��,., ,,�,,:,,, eJiS �lu�i�it4 f a�r"(I,��}.i�.,l� r Y,f �„Ih�`t�/�%'„�/� /�//if!;,, �,,,�. ��,_✓�r,z�! �...'/�.Q,.,.,. •rrxsneaor� �g1kOk��� • %rl,1�f F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, 4 if not specified. Complete one Section F for each project Prime, Stormwater Engineering 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED rESSIONALSERVICES CONSTRUCTION(Ifapplicable) Lake Lawne Stormwater Retrofit Orange County, Florida (Stormwater)2016-2018 (2) FIRM LOCATION (City and State) Ongoing b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION Roan.Waterbury@ocfl.net a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Orange County, Florida Mr. Roan Waterbury, Project Manager 407-836-0056 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: j. Stormwater C CPWG Fee: $87,150 Project Cost: Ongoing Services Provided: Stormwater Engineering, Park Design, Landscape Design CPWG worked with Orange County staff to design a Regional Stormwater Facility on Lake Lawne and make improvements to Barnett Park. The project included widening and deepening a portion of the C-6 Canal within Barnett Park. The project also included designing the following features 1) a concrete weir 2) multiple pedestrian walkways 3) a fishing pier with pavilion 4) an irrigation pump 5) sidewalks 6) stormwater piping 7) disc golf course adjustments and 8) landscaping. The team's initial objective was to better define the scope through the following steps: 1) Updating the plans to mitigate the impact from the Pine Hills Trail Project 2) Investigating value engineering options to reduce the construction cost of the project 3) Obtaining additional geotech information to better quantify the volume of muck that needed to be removed 4) Obtaining an updated construction cost estimate for the project. Construction plans and specifications for the proposed RSF were updated to 2016-17 FDOT Design Standards and 2015 SSRBC. A permit modification with the St. Johns River Water Management District (SJRWMD) was acquired. The team worked directly with the Orange County Public Works Division, Environmental Protection Division, Stormwater Engineering Department, and Parks and Recreation Department to ensure each division's concerns were addressed. Regional Stormwater Facility Updated Design. A conceptual plan was developed that allowed the Lake Lawne Regional Pond to be constructed with minimal impact to the Pine Hills Trail Pond and amenities. The only part of the Lake Lawne Regional Pond footprint that was updated was in the area of the Pine Hills Trail Pond. Updated ICPR Stormwater Modeling. A watershed review was performed to verify any changes to the basin since the last modeling event. The existing condition and proposed condition ICPR model had been developed during a previous CPWG project. The Pine Hills Trail stormwater inputs and the new engineering changes were added to the model. The updated ]CPR model was used to evaluate peak stages within the basin and the peak flow rates to Lake Lawne. The modeled storm events were the Mean Annual, 10 -Year, 25 -Year, 50 -Year, 100 -Year, and 24 -Hour storms. Our team prepared probable construction costs for the project at 60%, and 100% levels of completion. The cost estimate previously developed was reviewed and newer FDOT unit costs were used. Other bids recently submitted were used to better quantify the cost estimate. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 5TANDARD FORM 330 (REV. 8i2C) I6) PAGE s Page 24 CPW' (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Stormwater Engineering Oviedo, FL 32765 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. 5TANDARD FORM 330 (REV. 8i2C) I6) PAGE s Page 24 CPW' F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'ST50 . EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not s ecified. Complete one Section F for each ro'ect. Prime, Engineering Design, Landscape Design, 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Barber Park Splash Pad PROFESSIONAL SERVICES CONS TRUCTION(Ifapplicable) Orange County, Florida (Parks and Recreation Facilities) 2017-2018 2018 b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION road.waterbury@ocfl.net a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Orange County, Florida Mr. Roan Waterbury, Program Director 407-836-0056 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: I. Parks and Recreation Facilities, a. Engineering Design e. Civil Engineering CPWG Fee: $95,155 Services Provided: Splash Pad Design, Landscape Design, Parking Design, Sidewalk Design, and Drainage Design CPWG Engineers and Landscape Architects worked with Architectural Design Collaborative (ADC) and TEAM Engineering to provide design assistance, site permitting, Health Department Permitting, and Landscape Architect services for the playground, splash pad and parking improvements at Barber Park. The design involved the renovation of an existing playground, the addition a splash pad, and more parking spaces. Our fun and family -friendly design included features such as a rubberized play surface for the playground equipment/swings, shade structures for protection from the sun, and a fenced -in area around the splash pad with plenty of benches. The design added the following features: • 40 new asphalt parking spaces in the South Parking Area • New sidewalks, matched to existing sidewalks • 4000 -gallon water tank reservoir • Splash Park pump equipment with filtration system • Chlorine and pH adjustment system • Enclosure to protect the controls • New chain link fence with gates around the splash pad area The design of the playground and splash pads areas were coordinated with the County. Electrical supply to the splash pad control unit was designed and coordinated with the local utility company. Yard drain type inlets were incorporated into the design and were connected to an existing stormwater inlet for drainage. Safeswap anchoring r' systems were used on the Splash Pad features. CPWG Splash Pad water features included: 96" high jet in center, 72" high single loop Jet, 36" high bubblerjets, 24" bubblerjet, and plenty of chaise lounges. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 25cpwg �J0,J r� .r rxc uc.or. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Engineering Design, Landscape Design, Oviedo, FL 32765 Sidewalk Design, Parking Design (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 25cpwg �J0,J r� .r rxc uc.or. �,arRrki�, h1 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, Cribb Philbeck Weaver Group, Inc. if not specified. Complete one Section F for each protect. 6 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Lake Roberts Hydrologic/Nutrient Budget and Water Quality PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Management Plan, Orange County, Florida (Environmental) 2013-2015 N/A b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION mitchell.katz@ocfl.net a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Orange County, Florida Mr. Mitchell Katz, Water Resources Manager 407-836-1409 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: m. Environmental CPWG Fee: $100,681 Services Provided: Environmental Engineering, Water Resource Management, Stormwater Modeling The primary objective of this project was to quantify pollutant loadings to Lake Roberts and identify areas where nutrient load reductions could be achieved to improve water quality within the lake. Lake Roberts is a 107 -acre waterbody with a perimeter of 13,200 -ft located approximately 10 miles northwest of downtown Orlando. The study focused on analysis of the sub -basins contributing to Lake Roberts and evaluating alternative lake outfall designs to reduce the periods of high water levels. CPWG experts designed a 12 -month field monitoring program to collect data on surface water, groundwater seepage, sediment characteristics, and significant inflows. This program included both dry and wet season conditions and was used to develop the hydrologic and nutrient budgets. The hydrologic budget included estimated inputs from precipitation, groundwater seepage, and stormwater runoff. The nutrient budget included inputs from bulk precipitation, groundwater seepage, internal recycling, and stormwater runoff. The team also conducted detailed evaluation of sediment characteristics in Lake Roberts which included physical and chemical characterization of surficial sediments and evaluation of internal phosphorus recycling. After completing the study CPWG engineers developed a water quality management plan to identify specific projects and recommendations designed to maintain and improve water quality in Lake Roberts. The primary objective of the management options was to control and limit the introduction of phosphorus and nitrogen into Lake Roberts. Phosphorus and nitrogen inputs into Lake Roberts occurred from a wide variety of sources, including bulk precipitation, stormwater runoff, overland flow, groundwater seepage, and internal recycling. The CPWG team's final control recommendations included both structural and non-structural activities. The proposed alternatives include the "no change" condition to determine the current flood stages, improving the conveyance to the west and reopening (reinstalling) the drain well. Many of the recommended management options had relatively low associated costs, such as developing ordinances, restricting lawn maintenance activities, public education campaigns, re-establishment of natural vegetated shorelines, and restricting boating activities in shallow areas of the lake. Each of the recommended management options had the potential to result in improvements in water quality characteristics in Lake Roberts. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 / / Page 26 i/ C 1r� it rF�l i+i�Cu�i�� I�s�1 1 cpwn llCl;,I1JJf � (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Environmental Engineering, Stormwater Oviedo, FL 32765 Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 / / Page 26 i/ C 1r� it rF�l i+i�Cu�i�� I�s�1 1 cpwn llCl;,I1JJf � ato�z i��+ a . . .. . . .. . F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, 7 if not specified. Complete one Section F for each pro'act. Traffic Engineering 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED SR -60 Preliminary Screening Corridor Study PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Florida Department of Transportation (FDOT) (Traffic Engineering) 2016 N/A b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Florida Department of Transportation Mr. D. Scott Rice, City Engineer (727) 562-4750 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: o. Traffic Engineering Overall Project Cost: $123,000 Services Provided: Traffic Engineering The Florida Department of Transportation (FDOT) selected CPWG, as a subconsultant on an on-call planning contract, to assist in the development of a corridor study plan for SR 60 locally known as Gulf to Bay Boulevard, Court Street, and Chestnut Street. The purpose of the study was to identify potential improvements along the corridor. This included a short term operations and preservation plan as well as long term solutions including alternative corridors, grade separations at major intersections, and other capacity improvements. The focus of the short term element was to identify improvements to be implemented in a six to twelve-month time frame utilizing the existing safety and traffic operations funding sources. SR 60 is the main boulevard through Clearwater and serves important competing functions of local access and regional traffic. It provides primary access to Clearwater Beach, one of the premier tourist destinations in Florida. It also plays a critical role as an emergency evacuation route. The study section of SR 60 has been known to be a congested corridor for many years. Much of the congestion stems from a few very congested intersections. The SR 60 corridor is largely constrained to major improvements due to lack of available right-of-way to expand beyond the current six -lane configuration, extensive land development, and the presence of several public use areas. Recommended improvements had to fit within these constraints Given the increasing congestion and the importance of the corridor to regional mobility, the study evaluated the possibility of implementing a set of interim improvements to improve mobility. The goal was to improve localized traffic flow, while longer term mobility options are still under evaluation and consideration. Recommended interim improvements included smaller, traffic operations and congestion relief projects to help ease localized congestion. The team recommended small scale projects, many of which could be targeted for implementation through the District's Push Button Design -Build Contracts. These projects could be implemented quickly, for a reasonable cost and didn't require right-of-way acquisition. Traffic safety evaluations, bicycle/pedestrian analysis, transit analysis and environmental screening were also conducted as part of the study, and appropriate improvements recommended. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 27 41, '.rrec a�i'��s��,,,�c!,,�,y; (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 3918 N. Highland Avenue Traffic Engineering Tampa, FL 33603 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 27 41, '.rrec a�i'��s��,,,�c!,,�,y; wtoR FLORIDA F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, 8 if not s ecifred. Complete one Section F for each project. Prime, Landscape Design, Roadway Design, Ti. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED R-434 Median Landscape Design Improvements PROFESSIONAL SERVICES CONSTRUCTION (if applicable) City of Longwood, Florida (Landscape Design) 2017-2018 2018 I b. c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION ssmith@longwoodfl.org a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Longwood, Florida Mr. Shad Smith, PE, City Engineer 407-260-3447 24, BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: o. Landscape Design I. Transportation j. Stormwater CPWG Fee: $36,360 Services Provided: Landscape Design, Roadway Design, Stormwater CPWG was contracted by the City of Longwood to provide design services for the Central Florida Parkway area pavement rehabilitation project. The project's goal was to repave an existing roadway to FDOT structural standards because of the large number of trucks that use these roadways, while also incorporating improved drainage, additional sidewalks and beautiful landscaped medians. Our firm prepared Landscape and Irrigation construction plans for the project. Plans incorporated applicable requirements listed in the FDOT District Five Landscape, Irrigation, Maintenance, and Erosion Control Plans Preparation Checklists and other applicable FDOT safety, setback, and plans preparation criteria. Landscape plans identified all plant material, placement, spacing, quantities, notes, and details required to construct the design. Irrigation plans identified all piping, irrigation heads, valves, controllers, and other irrigation features appliances necessary for installation and proper functioning of the design. The utility plans included power connections with metered power and service poles/breakers via directional bore installation for both electrical and reclaimed water service. CPWG engineers designed a mill and surface design to accommodate the heavy freight traffic in the area, while also incorporating improved drainage, additional sidewalks and landscaped medians. Stormwater piping was added to connect to the regional stormwater pond designed by others. Our firm also assisted the City by providing Bidding Assistance, Construction Engineering Inspection (CEI) and Construction Phase Administration Services. 1� I 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 28 „ "._.�,�,,, ,,f ,'�%';� ,t� �yP ,. �f���/, �„ �,.„Z,�f I,l �y ri a(�I�%.,, %,��I �� Iii ,..r5 "bl.�yi iii/iii._;, �� �,� �, i,,,, _,,.,, ���� ...�� .r •Hcne�nr. 1 Cpvvg (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Landscape Design, Roadway Design, Oviedo, FL 32765 Stormwater Design, Irrigation System Design (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 28 „ "._.�,�,,, ,,f ,'�%';� ,t� �yP ,. �f���/, �„ �,.„Z,�f I,l �y ri a(�I�%.,, %,��I �� Iii ,..r5 "bl.�yi iii/iii._;, �� �,� �, i,,,, _,,.,, ���� ...�� .r •Hcne�nr. 1 Cpvvg ,� ro � • �° �L' Poll, • • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, Cribb Philbeck Weaver Group, Inc. if not specified. Complete one Section F for each project. 9 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Downtown/Waterfront projects Continuing Service PROFESSIONAL SERVICES CONSTRUCTION (if applicable) City of Clermont, Florida `Facility, 2015-2019 I 23. PROJECT OWNER'S INFORMATION c. POINT OF CONTACT EMAIL ADDRESS sbrunson @clermontfLgov a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Clermont Mr. Stoney Brunson, Public Works Director 352-394-7177 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: d. Survey, j. Facility n. Traffic Engineering Overall Project Cost: Ongoing Services Provided: Civil/Site Engineering and Design, Community Planning Services, Traffic Engineering, Utility Planning and Design, Stormwater Management, Construction Administration, and Permit Preparation Structural Design The City of Clermont selected CPWG to provide continuing engineering support for downtown and waterfront projects services for the city. The contract fit well with our company mission, which is to create sustainable, beautiful, and efficient spaces that facilitate community growth and increase quality of life. The contract covers a wide range of engineering, planning, and environmental services, including, but not limited to the following: Structural Design I Lighting and Electrical Design I Traffic Engineering and Transportation Planning Services I Geotechnical Engineering Reports I Environmental Site Assessments, Wetlands and Threatened and Endangered Species I Stormwater and Other Utility System Modeling I Design and Construction Documents for Various Roadway, Park, Trailhead, Stormwater System and Utility System Improvements I Lighting and Electrical Design ( Survey and Plat Preparation I Regulatory Permitting Services I Traffic Engineering and Transportation Planning Services I Construction Administration and Inspection I Parks, Public Space, and Landscape Design Architectural Services I Pubic Involvement, Rendering Plans, Models I Grant Assistance and Financing Key projects completed: • Arts and Recreation Center (ARC) Structural Analysis • Arts and Recreation Center (ARC) Room Layout and Fire Plans • Arts and Recreation Center (ARC) Capacity Study • Arts and Recreation Center (ARC) Traffic Circulation Plan • Seminole Well Abandonment • Environmental Services Design Manual • Environmental Service Facility Improvements • Roadway Pavement Condition Inventory • City Wide Park Sign Design • Pavement Management Implementation 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 29 q g � 4�� .rrxc ne�or (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Facility Design, Construction Administration, Oviedo, FL 32765 Traffic Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. STANDARD FORM 330 (REV. 8/2016) PAGE 3 Page 29 q g � 4�� .rrxc ne�or CITY OF s� ,� FLORIDA F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency_ or 10 projects, I 10 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Pass_a-Griiie Way Reconstruction Phase it PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) City Of St. Pete Beach, Florida (Infrastructure improvements) 2016-2018 2017-2018 c. POINT OF CONTACT EMAIL ADDRESS 23. PROJECT OWNER'S INFORMATION mclarke@stpetebeach.org a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of St. Pete Beach, Florida Mr. Mike Clarke, Public Works Director 727-363-9243 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Specific Project Area: r. Infrastructure Improvements j. Stormwater p. Water/Wastewater Overall Project Cost: $11.5 million Services Provided: Roadway Design, Undergrounding Overhead Utilities, Utility Design (water, sewer, reclaimed), Stormwater Design, Environmental Services, Landscape Design, Construction Management, Public Awareness Program CPWG evaluated and designed improvements for the City of St. Pete Beach along Pass -a -Grille Way (PAGW) between 19th Avenue at the north end and 1st Avenue at the south end (approximately 5,100 linear feet). Roadway reconstruction included updated bicycle lanes, improved pedestrian safety infrastructure, and resurfacing of the roadway. Potable water, wastewater, and reclaimed water lines along the corridor were replaced or lined. In addition, all of the utilities along the corridor were placed underground. Construction Plans: CPWG engineers prepared the final construction plans for the proposed improvements. The plans detailed roadway elements such as roadway and pavement design, extensive drainage elements, curbing, sidewalks, driveways, trees, and apparent right-of-way. All major utilities (water, waste water, sewer, reclaimed water) were designed and incorporated into the plans. SUE was performed at critical junctures to verify utility elevations and locations. Drainage Design Analysis: CPWG Stormwater experts designed a drainage and stormwater management system in conformance with SWFWMD and City of St. Pete Beach's Drainage Design. To address major flooding concerns a stormwater pump station near 3rd Avenue was included. The team documented the drainage design and design methods for the supporting drainage and stormwater computations utilizing ICPR modeling software. This analysis was used for the SWFWMD ERP permit. Stormwater: The existing stormwater system continued the Phase I system design with upsized pipes, additional inlets, baffle boxes and Tideflex devices on all designed outfalls and the addition of a new stormwater pump station near 3rd Avenue, CPWG also helped secure SWFWMD COOP funding in the amount of $3,700,000. Environmental Services: The CPWG Environmental and Water Resources team conducted an environmental assessment of the project corridor. The assessment ascertained the jurisdictional and environmental considerations that met permitting agency criteria. A field visit was conducted to perform a preliminary survey for endangered, threatened, and species of special concern. Sea grasses, benthic organisms, and mangroves were the team's primary focus of the study. The results of this study allowed CPWG experts to prepare and submit the environmental permit package, containing site and system design information to SWFWMD. Utilities: The CPWG Utilities team coordinated with City of St. Pete Beach, Pinellas County Utilities, TECO, Duke Energy, Verizon, Bright House and others to limit conflicts during construction. Our engineers provided the design for the location of underground conduit. The team coordinated obtaining easements, residential conversion to underground feeds, and street light enhancements. The existing wastewater manholes and lines were replaced in their entirety from 19th to 12th and rehabilitated from 12th to 1st. Public Awareness: Public involvement was crucial to the success of this project. The team met with the City staff weekly to discuss project goals, make decisions, and review project milestones. The results of these meetings were disseminated in weekly public involvement meetings and on the City website. CPWG and City officials went door to door in the directly affected areas to discuss ROW easement issues, project timelines, and the restoration efforts that would be made after construction ended. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/20 io) rHvr- o Page 30 .. CPW9 ��� J�tld✓,r 1„h,�0 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE Cribb Philbeck Weaver Group, Inc. 1221 E. Broadway Street, Ste 1031 Prime, Roadway Design, Utility Design, Stormwater a Oviedo, FL 32765 Engineering, Construction Management (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) 1(3) ROLE C. STANDARD FORM 330 (REV. 8/20 io) rHvr- o Page 30 .. CPW9 ��� J�tld✓,r 1„h,�0 CITY OF S,k1"V FORD FLORIDA G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY PERSONNEL (From Section E, Block 12) 27. ROLE IN THIS CONTRACT (From Section E, Block 13) 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in "Example Projects Key" section below before completing table. Place 'V under project key number for participation in same or similar role.) 1 2 3 4 1 5 6 7 8 9 10 Steve Tarte Principal -in -Charge X X X X X X X X X X Jeffrey Earhart, PE Program Manager Stormwater, Infrastructure X X X X X X X X X X Mike Stalzer, PE Engineering Design Civil Engineering X X X Jeffrey Schwartz, PSM, PE Project Administration Surveying X X X X X X X Andy Nunez, PE Traffic Engineering X X Sue Woodbery, PE Environmental X X X X Sarah Hill, PE Transportation X Yaima Ballester, P. Eng Water/Wastewater X X X X X X X Greg Hass, CGC Inspection Services Facility X X X X X David Greene, EI, BSEE Utilities X X Matti Rukholm, RLA Landscaping X X X X X 29. EXAMPLE PROJECTS KEY DUMBER TITLE OF EXAMPLE PROJECT From Section F NUMBER TITLE OF EXAMPLE PROJECT From Section F 1 Engineer of Record Services, St. Pete Beach, FL 6 Lake Roberts Lake Study, Orange County, FL 2 Groveland Farms Flood Study, Orange County, FL 7 SR -60 Preliminary Screening Corridor Study, FDOT 3 Church Avenue, Tiberon to Range Rd, Longwood, FL 8 SR 434 Median Landscape Improvements, Longwood, FL 4 Lake Lawne Stormwater Retrofit, Orange County, FL 9 Downtown/Waterfront Projects, Clermont, FL 5 Barber Park Splash Pad, Orange County, FL 10 Pass -a -Grille Way Reconstruction, St. Pete Beach, FL STANDARD FORM 330 (REV. 8/2016) PAGE 4 Page 31cpw g i„i,(✓1 .F J y �� FN,�y� � � /, �,;., ,�/� ,"�, �..�,i; �,g',�, f 1 ,,, t,f ���Y �f� 4 � e�l�r ���r Pi �� ,`" 4T l�l�{ f ',,,;I ��, � U/ ��� � �f� e�or. CPWG is familiar and experienced with continuing contracts and the specific challenges that can be present. We have a proven record of delivering cost-efficient and quality services to both small and large governmental entities throughout Florida. CPWG Specializes in Supporting Continuing Service Contracts Our team has experience working on immediate need services that may require immediate action and coordination with a contractor, planning projects that help define the problem and prioritize solutions, design projects with plans and permits, complete construction management services, timeline sensitive plan review service, and any other unforeseen additional services. We have learned that communication is the key to project success. Utilizing a single defined point of contact further streamlines the process. CPWG's proposed Project Manager and Engineering Staff have reviewed the Request for Qualifications for Professional Consulting Services and understand that under the continuing contract as advertised, a variety of projects will be accomplished. The CPWG Team of selected individuals and sub -consultants have been chosen for their experience and expertise to efficiently and cost-effectively provide the requested services for the different types of projects to be completed under this contract. CPWG's Current Continuing Contracts • General Civil, Lake County (2014-2018) • General Civil, City of Tampa (2014-2018) • General Civil, City of Lake Mary (2015-2018) • General Civil, City of Clearwater (2016-2019) • General Civil, City of Clermont (2014-2020) • General Civil, City of St. Pete Beach (2017-2020) • General Civil, City of Madeira Beach (2013-2018) • Planning & Design , City of Longwood (2017-2020) • Landscape Architecture, Lake County (2014-2018) • Landscape Architecture, City of New Port Richey (2017- 2020) • Pavement Management, City of Tampa (2013-2018) • Pavement Management, City of Dade City (2014-2018) • Pavement Management, Lake Sumter MPO (2015- 2019) Q f4CITY OF 14 'AS FLORIDA Team Coordination and Project Initiation Due to the potentially wide range of project types and their varying scopes on a continuing contract, it is important to establish Project Team Coordination parameters. Communication among team members is absolutely essential to complete an on-time, high quality, cost-efficient project. Our Project Manager will routinely and effectively coordinate and communicate with selected team members throughout the duration of the project. Our Team Coordination begins at the formative stage of a project when the City requests a meeting with CPWG's Project Manager to discuss a new project. After this initial meeting, which is used to define the project and to review available information such as maps, as -built drawings, etc., we will request a project site visit with members of the City staff. This field trip is necessary to clearly understand the project and to develop a comprehensive and efficient Scope of Services. At this stage of this project, it is important to identify the need for other related services such as a public information program, aerial photogrammetry, environmental and soils investigations electrical and/or structural design, or underground utility locates. Once the scope of services and budget has been approved by the City, the CPWG Project Manager will host a Project Team Meeting with CPWG staff and any subconsultants selected to provide services for the project. At this meeting, project roles and assignments will be clarified and the project schedule with milestones, submittals and key dates clearly identified. A commitment to meet the schedule will be obtained from all team members. Also, the date and time of project progress meetings will be clearly established. Project Scheduling, Schedule Adherence, Timeliness, And Monitoring Plan Cost and schedule control on a fixed-price task order is best accomplished by clearly identifying the scope of work during cost proposal development, negotiating a fair and reasonable price for the work, and performing the work promptly and to the client's satisfaction the first time. CPWG has designed our method of project planning, proposal development, and project execution to reach that goal. We consistently use Microsoft Project or Primavera software for schedule control and monitoring. We routinely use weekly meetings to monitor the schedule and progress of the project. In addition, monthly reports are generated for reporting to the client on continuing projects. The potential Page 33 ., cpwg /ii%/a1lV' i difficulties are discussed during these progress meetings and if needed corrective action plans are developed and discussed with the client at an early stage ensure the project is delivered on schedule. Depending upon the complexity of the project, CPWG will prepare and submit a brief written report or memorandum (including recommendations) at the conclusion of the Project Program Development. We will meet with the City to review the document. Included with this report will be a Preliminary Opinion of Probable Construction Cost. Preliminary Design Phase Upon review and approval of the written report containing the results of the Project Program Development and our recommendations, the Preliminary Design Phase of the project will be initiated. This phase may be combined with Final Design; however, some projects will require separate Preliminary Design tasks. For the construction of new facilities project, this Preliminary Design phase will incorporate existing data and information along with newly developed data to depict, on the Preliminary Plan Drawings and in Specifications, the design intent of the project. Where applicable, a Public Involvement Program will be initiated at this point and will include neighborhood meetings and project information mailers to explain the intent, scope, and scheduling of the project. This is critical for successful integration of a project into a neighborhood. CPWG will coordinate meetings with City staff for their input and begin discussions with other departments and agencies as needed. Survey services not provided during the Project Program Development Phase may be provided during Preliminary Design. Projects within residential neighborhoods requiring replacement, retrofit and/or rehabilitation of the existing systems bring additional challenges for the City and their Design Team. For most residential customers, the existing water, wastewater and stormwater utilities are "out of sight, out of mind" unless they are experiencing low water pressure, backups of the wastewater collection system, or flooding during storm events. This lack of knowledge of the complexity of utility systems adds to the residents' shock when major equipment is mobilized to "fix a problem". To minimize this effect, an extensive Public Involvement Program needs to be established very early in the Preliminary Design Phase. The education and awareness of the City's constituents is raised through neighborhood meetings, project brochures, and monthly progress updates. These efforts increase their understanding and preparedness for the anticipated inconvenience. Active communication, both presenting information and listening to questions and concerns, make the residents feel that they are an active part of the design, the construction, and most of all, the decision making process. All of these factors must be considered in the preliminary design phase of projects requiring any infrastructure reconstruction, retrofitting, or rehabilitation. Preliminary investigations should include considerations for the entire existing infrastructure components, their ability to meet the demands of the existing units, their estimated remaining service life, the materials and methods used in their original construction, as well as the impact new construction or rehabilitation will have on the residents. Modeling water, wastewater, reclaimed, stormwater and traffic systems often yield an optimized solution that can quantity positive benefits for a project for both the citizenry and City. During this phase, alternative methods of construction and innovative solutions need to be evaluated. ffWe believe that restoration a critical art of any construction project Our preliminary efforts will also include the development of a preliminary Maintenance of Traffic (MOT) plan that will consider the construction impacts along the given corridor. The MOT Plan will help maintain both vehicular and pedestrian traffic including emergency response vehicles, standard service vehicles, and school bus routes. The MOT shall be prepared in accordance with City and FDOT requirements with safety as the primary consideration. We also consider restoration a critical part of any construction project. To better address these concerns, the restoration requirements will be set forth in the drawings and specifications and will include very stringent guidelines for repair and replacement of the landscaping, sodding, irrigation systems and driveways. These requirements will be strictly adhered to by the field personnel and Contractor. The preliminary design documents that will be submitted to the City may include a written report detailing the design intent, the results of evaluations and analyses and our recommendations. Other preliminary design documents will include plan drawings, specifications with appropriate sections of Divisions 1 through 16, and initial permitting packages submitted as the 60% design package. After review by the City, the CPWG Team will attend a meeting to discuss review comments and to agree on design changes which are to be incorporated into the Final Design Phase. The approval of the Project's Preliminary Design by the City may initiate the next stage of the Public Information Program, which may include neighborhood meetings. Maps, drawings and graphics will be used to explain the project. Documentation of questions Page 34 Y 1 �; ✓ �f�,ln,' �,'�,. i, � ���'"�� �(7 i„ at the meetings, design modifications, and special notes to the Contractor will be considered for inclusion into the plans and specifications. Also, other utility and infrastructure owners that may be affected by the project will be notified at this point in the project. Final Design Services / Cost Estimating During this phase of the projects, the CPWG Team will prepare the contract drawings, specifications, permit applications and bid documents as required by the City to advertise and bid the Project. Submittals of all Final Design documents to the City will occur at 90% and 100% completion. The CPWG Team will meet with the City after the 90% and 100% submittals to review the Final Design products, receive comments and agree on revisions. After approval of the 90% submittal, the CPWG Team will prepare the 100% Plan Drawings, Specifications and final quantity take offs for development into the Final Cost Estimate. Cost Estimates are based on recent general contractor quotes on local projects, FDOT cost estimating database and RS Means, as appropriate. Our cost estimates are generally within 10% of the bid price. With approval of the City, the quantity take -offs completed for the Final Opinion of Probable Construction Costs will be utilized for the bid quantities. If required, another round of neighborhood meetings may be held to again explain the project and provide the anticipated construction schedule. On some projects, these meetings may be delayed until after the construction contract has been awarded so that the Contractor can attend and answer questions about his planned activities. Also, the lines of communication between affected residents, the City, the CPWG Team and the Contractor will be explained, along with procedures for addressing the resident's questions, concerns and complaints. Finally, during this phase of the project, the CPWG Project Manager will coordinate with the City to incorporate the technical documents into standard bid documents for delivery to the Purchasing Department for release to prospective bidders. Permitting CPWG staff has been providing civil engineering services to the Florida community for over 25 years. Through these years of experience, we have gained an in-depth understanding of the regulatory framework and a working knowledge of how to traverse the permitting labyrinth. Maintaining clear concise communication and a strong working relationship are the mainstay of our permitting philosophy. We believe pre -application meetings greatly improve the reviewer's understanding of the project and consequently improve the likelihood that the permit will be received on the first submittal. We know hich permits are required for a project so none are forgotten until the end. For example, obtaining a dewatering permit during design phase instead of having the contractor obtain the permit may accelerate the construction schedule. Critical Potential Permits include: • Florida Department of Environmental Protection — Potable Water Permit • Florida Department of Environmental Protection — Wastewater Water Permit • Florida Department of Environmental Protection — Sovereign Submerged Lands Permit • Florida Department of Transportation — Right of Way Use Permit • Florida Department of Transportation — Drainage Connection Permit • St. Johns River Water Management District — Environmental Resource Permit • St. Johns River Water Management District — Water Use Permit • NPDES Construction Permit • Florida Fish and Wildlife Conservation Commission (FFWCC) • Army Corps of Engineers • Federal Emergency Management Agency CPWG will prepare all necessary information required to submit the necessary permits for each respective project. We prepare the permit applications as required by Regulatory Agencies having jurisdiction over the project. Required forms are completed, signatures obtained from the respective City member, and permit packages submitted. We will respond to Requests for Additional Information (RAI) and review the general and specific conditions of the permits as they are issued. For maintenance related projects and reclaimed water retrofit projects, we will verify which permits are not required with the appropriate agencies. Permitting will include the preparation of certification of completion as required by the permitting agencies. QA/QC Plan CPWG uses a Total Quality Management approach whereby senior management utilize their many years of experience to provide an internal periodic plan review. Additionally, this review is performed by "fresh eyes, Page 35 " Ir rxe ne�or. c, making it easier to reveal inadequacies that might otherwise be undetected. Our proven QA/QC program puts the appropriate engineering procedures in place to control investigative, engineering, design, and construction activities. The base program is adaptable and can expanded or modified to the specific needs of individual client or projects. QA/QC is an integral aspect of technical control that is built into the work process. It is doubly important when conducting field data collection and laboratory analysis. We implement a rigorous QC plan that includes training key project personnel to ensure their work is highest level of technical quality, thoroughness, and accuracy. We believe this is critical to providing our clients with the highest quality work product. Another part of the process is the Engineer of Submit Plans to Review by IPE team field review. During the field Design Process Record (EOR) Independent Checker Professional review, the EOR, PD, and IPE will (Originator) (multiplelPE's Engineer/ to further clarify the walk the project y Checker (IPE) scope of services as it specifically Not ma4e—sent Qaek krapdrtns relates to the project. This review will focus on ADA compliance, safety, EOR Agrees Plans Updated Changes variations, exceptions and design Comments or Disagrees submitted by Agree by Project Verified by EOR/ factors. After the initial field review, with WE to EOR Comments Designer Backchecker design plan development will begin. CPWG or FDOT (as applicable) Maw checklists will be utilized at each phase of design plan development to - ensure that items required are shown on the plans. Note made as to Final Plans Plans reason for disagreement Produced Submitted to FDOTbyEOR Figure 1. QA PROCESS FLOW CHART The QA/QC process is as follows: • The Engineer of Record (Originator) will deliver a completed set of plans to the Independent Professional Engineer (IPE), who will check the plans. Multiple IPE/Checkers may be reviewing specific disciplines or aspects of the plans. • The IPE (Checker) will review the plans. Everything approved will be highlighted in yellow. A comment in red ink may be placed on the plans if there is question or clarification requested of the EOR. • The EOR will review the plans for concurrency with the comments. A blue check mark or a note will be placed by the Red comment. • The Project Designer will make the changes approved with a blue ink check mark and highlight with orange. • The EOR will verify that changes have been made and comments have been addressed. A green highlighter mark will indicated that changes have been made. • Once all comments have been addressed, final draft plans will be prepared to be submitted for review. • All review plan sets and comments will be maintained as part of the project file. Quality Assurance and Quality Control Int. Date Originator (current) Checked By (Red ink or Yellow Hi -light) Concurrency (Blue ✓ or Note at Red ink) Changes Made (Orange Hi -light over Blue ink) Changes Verified (Green Hi -light over Blue ink) Figure 2. QA/QC PLANS STAMP (TYPICAL) Page 36 ii, i ii � .rrxc aeaor. „�,,,, ��CPW9 0 AC40RV CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYYY) os/Osi2ols THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Talbert Insurance Services 3473 Satellite Blvd, Suite 114 Duluth, GA 30096 NAME: Lawrence Graves P"CNE (770)497-9400 a/c No): (770)813 8535 ADDResS: Igraves@talbertservices.com INSURER S) AFFORDING COVERAGE NAIC # INSURERA: Auto Owners Insurance 10190 INSURED Cribb Philbeck Weaver Group, Inc and CPWG Constructors, LLC 3918 N Highland Ave Tampa, FL 33603-4724 INSURER B: Auto Owners Insurance 18988 INSURER C : INSURER D: INSURER E: INSURER F : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I LTR TYPE OF INSURANCE ADDL INqQ SUBR WVD POLICY NUMBER POLICY EFF MM/DDYYYY POLICY EXP MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR 80376192 06/03/2018 06/03/2019 EACHOCCURRENCE $ 1,000 aa0 DAMAGE TO RENTED PREMISES Ea occurrence S.,_., 300,000 MED EXP (Any one person) S 10,000 PERSONAL & ADV INJURY $ 1.000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG S 2,000,000 POLICY � SECOT- LOC S B OTHER: AUTOMOBILE LIABILITY 5037622000 06/03/2018 06/03/2019 Ea aecideMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY X AUTOMATIC A 1, INSURED STATS --- PROPERTY DAMAGE S Per accident S A X UMBRELLA LIAR EXCESS LIAR Hx OCCUR CLAIMS -MADE 5037624900 06/03/2018 06/03/2019 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED I X I RETENTIONS 10,000 S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Ya OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 80040655 06/03/2018 06/0312019 X I STATUTE EOR E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYE S 1,000,000 E.L. DISEASE -POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) GENERAL LIABILITY INCLUDES BLANKET ADDITIONAL INSURED (FORM #55373 01107). GENERAL LIABILITY INCLUDES BLANKET WAIVER OF SUBROGATION (FORM #5535210/08) ACORD 25 (2016103) V I�YV�LV IJ I'1vM.�v vv.�. v.v'a •.v... .... .�.-...---••— The ACORD name and logo are registered marks of ACORD Printed by LEG on June 08, 2018 at 04:53PM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN *** FOR PROPOSAL PURPOSES ONLY *** ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE r L (LEG) .J ACORD 25 (2016103) V I�YV�LV IJ I'1vM.�v vv.�. v.v'a •.v... .... .�.-...---••— The ACORD name and logo are registered marks of ACORD Printed by LEG on June 08, 2018 at 04:53PM ACG�Ri�® CERTIFICATE OF LIABILITY INSURANCE DATE (MMfDDIYYYY) 02/05/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Iron Ridge Insurance 4971 Royal Gulf Circle Fort Myers FL 33966 CONTACT Karen Brinkley NAME: PHONE (800) 775-8526 AlC No : (239) 288-7544 F -MAIL: kbrinkley@ironddgeinsurance.com ADDRESS INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Liberty Insurance Underwriters, Inc 19917 INSURED Cribb Philbeck Weaver Group, Inc. 3918 North Highland Ave Tampa FL 33603 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: f�C�T/CIf+ATC \111"==. l.l..-in/ntj.i 4n wl %FV II IN ml IMm[ w. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE Ng POLICY NUMBER MM DM F D POLICY 5xP MMDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE D OCCUR _ PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'LAGGREGATE LIMITAPPUES PER: GENERALAGGREGATE $ PRODUCTS -COMPDPAGG $ POLICY ❑JET - LOC $ OTHER: AUTOMOBILE LIABILITY COMBINEDt SINGLE LIMIT $ Ea acciden BODILY INJURY (Per person) $ ANYAUTO BODILY INJURY (Per accident) $ OWNED rSCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident $ L UMBRELLA LIAB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ . AGGREGATE $ EXCESS UAB DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' UABIUTY YIN SPER TUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N /A (Mandatory in NH) E.L.DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below Per claim $ 1,000,000 A Professional Liability AEXNYABFENW002 02/06/2018 06/03/2019 Annual Aggregate $ 3,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space is required) Professional Liability is written on a claims -made basis For Proposal Purposes Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 7985-ZUT 5 AGUKU G1.7KYUKA11 IUM. All rlgnts reserves. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 39 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. The 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. h. 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 40 City of Sanford I Finance Department I Purchasing Solicitation Division IIumlir: JrY W 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 .33, OsA,NFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 , CONSULTANTS COMPETITIVE Due Date. NEGOTIATION ACT (CCNA)31,`018 Term Contract 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. The 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. h. 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 40 Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O 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. AFFIA T SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group, Inc. , personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who ' ersonally known to me OR has produced as identification. MICHAEL MBR06K MY CONIMISSIoN 9 FF225337 Michael M. Brock 5"Z, .,' ExPIR s ani 9q 9n IQ NOTARY PUBLIC, State of Florida (stamp) The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFS RESPONSE `"Failure to submit this form may be grounds for disqualification of your submittal -W 41 City of Sanford I Finance Department I Purchasing oli itation Division l�tumber: CS F "NY ,F0 D 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 F<M,17/.-3 CONSULTANTS COMPETITIVE F, 4AE,UDEPARIVENT NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O 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. AFFIA T SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group, Inc. , personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who ' ersonally known to me OR has produced as identification. MICHAEL MBR06K MY CONIMISSIoN 9 FF225337 Michael M. Brock 5"Z, .,' ExPIR s ani 9q 9n IQ NOTARY PUBLIC, State of Florida (stamp) The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFS RESPONSE `"Failure to submit this form may be grounds for disqualification of your submittal -W 41 Attachment "C" Conflict of Interest Statement A. I am the President of Cribb Philbeck Weaver Group, Inc. with a local office in [Insert Title] [Insert Company Name] Oviedo Florida and principal office in Tampa, Florida B. The entity hereby submits a proposal/offer 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. E. 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 of terms, conditions, pricing, or other offer 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. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. 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, I, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. 29jj��6 FFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and wh ersonally known tome OR has pi eed­C Fill kation. MICHAEL 0 a": My COMMISSION x FF225337 EXPIRES April 28. 2019 Michael M. Brock WCnals•o a FwnurNo.f vsar:�c con NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 11�'Failure to submit this form may be grounds for disqualification of your submittal's 42 City of Sanford I Finance Department I Purchasing Solicitation c,f v cF GSANFORD r�r-"k�xA1e'„ Division 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 Tillaiber: - P ,1'7/1,8431 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract u"e 18 k�nly� /.{ +� 20 � A.1 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the President of Cribb Philbeck Weaver Group, Inc. with a local office in [Insert Title] [Insert Company Name] Oviedo Florida and principal office in Tampa, Florida B. The entity hereby submits a proposal/offer 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. E. 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 of terms, conditions, pricing, or other offer 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. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. 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, I, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. 29jj��6 FFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and wh ersonally known tome OR has pi eed­C Fill kation. MICHAEL 0 a": My COMMISSION x FF225337 EXPIRES April 28. 2019 Michael M. Brock WCnals•o a FwnurNo.f vsar:�c con NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 11�'Failure to submit this form may be grounds for disqualification of your submittal's 42 Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting Services- CCNA. B. This sworn statement is submitted by Cribb Philbeck Weaver Group, Inc. whose business address is [Name of entity submitting sworn statement] 3918 N. Highland Avenue, Tampa, FL 33603 and (if applicable) it's Federal Employer Identification Number (FEIN) is 20-1262722 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Sheila Tarte and my relationship to the above is President [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of 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 free 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: i. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a 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 -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, [/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D', n-Collusion/Lobbying Certification, is truthful and correct at the time of submission. — I tA AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group. Inc. personally swore or affir a ..1 at.he/she,.is..authori7Pd in execillf., ti is document and thereby bind the Corporation, and wh perso known to me OR has pro t MICHAEL AA B Iflifi ation. MY COMMISSION 0 FF225337 EXPIRES April 28. 2019 Michael M. Brock wen s,s•a :,3 f i0f" 4o:."Scracc son• NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE ''Failure to submit this form may be grounds for disqualification of your submittal' 43 City of Sanford I Finance Department I Purchasing Solicitation Division a bcir: 1T�, of 300 N. Park Avenue Suite 243 2n1 Floor, Sanford Florida 32771 ��� A�C�R� Phone: 407-688-5028, or 5030 Fax: 407-688-5021 flNf4t�lCE C1EP�`�f2TF.1f t�tT CONSULTANTS COMPETITIVE fie' NEGOTIATION ACT (CCNA) July 3°l, 2018 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting Services- CCNA. B. This sworn statement is submitted by Cribb Philbeck Weaver Group, Inc. whose business address is [Name of entity submitting sworn statement] 3918 N. Highland Avenue, Tampa, FL 33603 and (if applicable) it's Federal Employer Identification Number (FEIN) is 20-1262722 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Sheila Tarte and my relationship to the above is President [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of 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 free 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: i. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a 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 -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, [/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D', n-Collusion/Lobbying Certification, is truthful and correct at the time of submission. — I tA AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group. Inc. personally swore or affir a ..1 at.he/she,.is..authori7Pd in execillf., ti is document and thereby bind the Corporation, and wh perso known to me OR has pro t MICHAEL AA B Iflifi ation. MY COMMISSION 0 FF225337 EXPIRES April 28. 2019 Michael M. Brock wen s,s•a :,3 f i0f" 4o:."Scracc son• NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE ''Failure to submit this form may be grounds for disqualification of your submittal' 43 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-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' 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 of 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 contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attach e it 66F99, Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument` was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Phil ck WeaverSzrQup, Inc. w1144 personally swore or affi this document and thereby bind the Corporation, and who ' ersonally known to me OR has p ¢ ; "t ., MICHAEL M BRlpq*knti (cation. MY COMMISSION # FF225337 EXPIRES April 28.2019 Michael M. Brock iacr,syia+, FionWN+o:11NsaraccMW NOTARY PUBLIC, State of Florida (stamp) rr' PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) 44 City of Sanford I Finance Department I Purchasing Solicitation CITY OF ANFORD ,f ->^ fIP,AI^!C'E C)F PA Vi tL'PCdi Division 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 l u aer: CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)`" Term Contract '; ,luly 3 2p18 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-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' 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 of 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 contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attach e it 66F99, Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument` was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Phil ck WeaverSzrQup, Inc. w1144 personally swore or affi this document and thereby bind the Corporation, and who ' ersonally known to me OR has p ¢ ; "t ., MICHAEL M BRlpq*knti (cation. MY COMMISSION # FF225337 EXPIRES April 28.2019 Michael M. Brock iacr,syia+, FionWN+o:11NsaraccMW NOTARY PUBLIC, State of Florida (stamp) rr' PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) 44 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. I Addendum No. 2 Addendum No. 3 Addendum No. Addendum No. Dated: June 5, 2018 Dated: June 11, 2018 Dated: July 20, 2018 Dated: 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: Cribb Phi ]beck Weaver Group, Inc. Mailing Address: 3918 N. Highland Avenue, Tampa, FL 33603 Telephone Number: 813-361-2644 Fax Number: 813-223-2469 E-mail Address: sheila.tarte@cpwgengineering.com cpwgengineering.com Sheila Tarte FEIN: 20-1262722 Authorized Signatory Printed Name President Title July 27, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 11 'Failure to submit this form may be grounds for disqualification of your submittal'' 45 City of Sanford I Finance Department I Purchasing Solicitation Division I'tlta�bi". 300 N. Park Avenue Suite 243 2"d Floor Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021P ►"i%1,-3 ,I AY� �`k CONSULTANTS COMPETITIVE - r r1NAN(:F DEPARTMENT NEGOTIATION ACT (CCNA)'te ' Ily' +fg Term Contract TITLE: PROFESSIONAL CONSULTING 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. I Addendum No. 2 Addendum No. 3 Addendum No. Addendum No. Dated: June 5, 2018 Dated: June 11, 2018 Dated: July 20, 2018 Dated: 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: Cribb Phi ]beck Weaver Group, Inc. Mailing Address: 3918 N. Highland Avenue, Tampa, FL 33603 Telephone Number: 813-361-2644 Fax Number: 813-223-2469 E-mail Address: sheila.tarte@cpwgengineering.com cpwgengineering.com Sheila Tarte FEIN: 20-1262722 Authorized Signatory Printed Name President Title July 27, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 11 'Failure to submit this form may be grounds for disqualification of your submittal'' 45 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN ADDENDUM #1 A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "IF" Additional Information. 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. Acknowledgment is hereby made of Addendum #1 to IFB 17/18-33 Professional Consulting Services- (CCNA) Cribb Philbeck Weaver Group. Inc. Name of Firm/Company 3918 N. Highland Avenue Street Address 813-361-2644 Telephone Number Sheila Tarte Authorized Person Printed Name yj:�K Authorized Person Signature 46 sheila.tarte@cpwgengineering.com Contact Email Tampa, FL 33603 City, State, Zip Code 813-223-2469 Fax Number President Authorized Person Title July 27, 2018 Date of Signature EL'61.1'r7ANCE DEPARTMENT " i4 City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES {CCN. ADDENDUM #2 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. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. II. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- 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 Information. d. GSA Form SF -330 has been broken down in sections, please follow Section S 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/proposals 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) _Cribb Philbeck Weaver Group, Inc. sheila.tarte cr,cpwgengineering.com Name of Firm/Company Contact Email 3918 N. Highland Avenue Tampa, FL 33603 Street Address City, State, Zip Code 813-361-2644 813-223-2469 Telephone Number Sheila Tarte Authorized Person Printed Name Authorized Person Signature 47 Fax Number President Authorized Person Title July 27, 2018 Date of Signature "� 043w `. f W ' a JFINANCE DEPARTMEN City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA am 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 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 S for special instructions on SF 330 form. 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. Acknowledgment is hereby made of Addendum #3 to RFQ 17/1.8-33 Professional Consulting Services- (CCNA) Cribb Philbeck Weaver Group Inc. Sheila.tarte(a),cpwgengineering.com Name of Firm/Company Contact Email 3918 N. Highland Avenue Tampa, FL 33603 Street Address City, State, Zip Code 813-361-2644 Telephone Number Sheila Tarte Authorized Person Printed Name Authorized Person Signature ,• 813-223-2469 Fax Number President Authorized Person Title July 27, 2018 Date of Signature CITY OF FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: RF+Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA Attachment "K" Proposed Schedule of Subcontractor Participation ® 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: $ Subcontractor Minority Code {if applicable) Federal ID Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Dollar Value Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran 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/Pacific Islander W Woman H Hispanic 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 City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Cribb Phi lbeck Weaver Group, Inc., Mailing Address: 3918 N. Highland Avenue, Tampa, FL 33603 Tel ne Nu er: 813-361-2644 Fax Number: 813-223-2469 Sheila Tarte Authorized Signatory Printed Name President Title E-mail Address: sheila.tarte a),,cpwgengineering.com FEIN: 20-1262722 July 27, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal`' 49 City of Sanford I Finance Department I Purchasing Solicitatia Division x�abers` .ITS, 01 300 N. Park Avenue Suite 243 2"'i Floor, Sanford Florida 32771 I2 Q l7l1t3-33 AN FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE° NEGOTIATION ACT (CCNA) .lnl 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. 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: Cribb Philbeck Weaver Group, Inc. Mailing Address: 3918N. Highland Avenue Tampa FL 33603 Telep,�bone Number: 813-361-2644 Fax Number: 813-223-2469 E-mail Address: sheila.tarte(c cpwgengineering.com President Title Sheila Tarte Printed Name July 27, 2018 Date FEIN: 20-1262722 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal" 50 TYPE OF ORGANIZATION (Please place a check mark (✓) next to app licable type) X Corporation Partnership Non -Profit Joint Venture Sale Proprietorship Other (Please specify) State of Incorporation Incorporated in State of Florida Principal Place of Business (Enter Address) Cribb Philbeck Weaver Group, Inc. 3918 N. Highland Avenue Tama FL 33603 Federal I.D. or Social Security Number 20-1262722 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: Cribb Philbeck Weaver Group, Inc. Mailing Address: 3918N. Highland Avenue Tampa FL 33603 Telep,�bone Number: 813-361-2644 Fax Number: 813-223-2469 E-mail Address: sheila.tarte(c cpwgengineering.com President Title Sheila Tarte Printed Name July 27, 2018 Date FEIN: 20-1262722 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal" 50 IN 67 AT THE R� AIM July 31, 2018 Marisol Ordohez, Purchasing Manager City of Sanford Purchasing Division 300 N. Park Avenue Suite 243, 2nd Floor Sanford, Florida 32771 RE: RFQ 17/18-33 Professional Consulting Services Dear Selection Committee Members, Cribb Philbeck Weaver Group, Inc. is incorporated in the State of Florida. Our corporation license number is P04000095821, dated June 23, 2004. Our officers are: President: Sheila Tarte Vice -President: Jeffrey Earhart, PE Vice -President: Mary Bates, RLA Vice -President: Jeffrey Schwartz, PSM, PE The only individual authorized to sign contracts or other binding documents is Sheila Tarte, President. Please address questions to 813-361-2644 or Sheila.tarte @ cpwgeng in ee ring. com . Sheila Tarte President Cribb Philbeck Weaver Group, Inc. AT THE READY, 3918 N. Highland Ave, Tampa, FL 33603 P: 813-361-2644 F:813-223-2469 Respondent Business Information Affidavit I . State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, X corporation, _trade or fictitious name under which you do business and the address of the principal place of business: Cribb Philbeck Weaver Group, Inc. The correct name of the Company is: Cribb Philbeck Weaver Group, Inc. a. FEI/EIN Number 20-1262722 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation June 23, 2004 b. State of Incorporation Florida c. Chief Executive Officer— Name and Title Sheila Tarte President d. Vice President Name Jeffrey Earhart e. Vice President Name Mary Bates f. Vice President Name Jeffrey Schwartz g. Name and address of Florida Resident Agent Sheila Tarte, 3918 N. Highland Avenue, Tampa, FL 33603 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization N/A b. Name, Address and Ownership Units of all Partners N/A c. State whether general or limited partnership N/A 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. N/A 5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute. 6. How many years has your organization been in business under is present business name? 14 7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the Proposal/Bid. Please attach certificate of competency and state registration. Florida Corporation #P 04000095821 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. 52 City of Sanford Finance Department Purchasing Division " 300 N. Park Avenue Suite 236, Sanford, Florida 32771SA Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Q�u I�wFORD % l CONSULTANTS COMPETITIVE e J Jy NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit I . State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, X corporation, _trade or fictitious name under which you do business and the address of the principal place of business: Cribb Philbeck Weaver Group, Inc. The correct name of the Company is: Cribb Philbeck Weaver Group, Inc. a. FEI/EIN Number 20-1262722 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation June 23, 2004 b. State of Incorporation Florida c. Chief Executive Officer— Name and Title Sheila Tarte President d. Vice President Name Jeffrey Earhart e. Vice President Name Mary Bates f. Vice President Name Jeffrey Schwartz g. Name and address of Florida Resident Agent Sheila Tarte, 3918 N. Highland Avenue, Tampa, FL 33603 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization N/A b. Name, Address and Ownership Units of all Partners N/A c. State whether general or limited partnership N/A 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. N/A 5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute. 6. How many years has your organization been in business under is present business name? 14 7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the Proposal/Bid. Please attach certificate of competency and state registration. Florida Corporation #P 04000095821 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. 52 SA"'N"'FORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 I .......... .............. CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERM CONTRACT Sill TITLE: PROFESSIONAL CONSULTING SERVICES THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT 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 OFFEIROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT TI -IE BID OR PROPOSAL, AND IF AFTER THE AWARD -1-0 CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLOgIpA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before Sheila Tarte as President PCrs2*y.7 swoTe-or affirmed that he/she is authorized to tpgfrsonally known tq me OR has produced me this 27th day of July 2018 , by of Cribb PhiIbCck-Weaver -Gr in, Inc. who execute this document and thereby bind the Corporation, and who is as identification. MICHAEL M BROCK L MY CONiNiISSION 9 FF225337 (stamp) '%m—EXPIRES April 28, 2019 ON5 OUt 3V4.0'43 Flodch%Nourv$cro:c zon, Michael M. Brock NOTARY PUBLIC, State of Florida PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 12�"Failure to submit this form may be grounds for disqualification of your submittal 53 ',x�,a�, FORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021SAN CONSULTANTS COMPETITIVE NEGOTIATION ACT t!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. B. This sworn statement is submitted by Cribb Philbeck Weaver Group, Inc. whose business address is [Name of entity submitting sworn statement] 3918 N. Highland Avenue, Tampa, FL 33603 and (if applicable) it's Federal Employer Identification Number (FEIN) is 20-1262722 (]f the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Sheila Tarte and my relationship to the above is President [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. 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 federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 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 who are active in management of an entity. H. Based on information 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 (✓) which statement applies]. Rev 03/2018 54 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, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge 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 or judge 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 Hearings. The 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 Crimes Statement Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HII .I.SBOROIIGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group, Inc. who perso swore .pr affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is rsonally known to e OR has produced as identification. MICHAEL AA BROCK + MY COMMISSION x FF225337 Michael M. Brock EXPIRES April 28.2019 NOTARY PUBLIC, State of Florida (stamp) 40r, J0.01 t,3 FFoiwlwa rySffv= an PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'I -O -Failure to submit this form may be grounds for disqualification of your submittal' 55 Rev 03/2018 City of Sanford (Finance Department (Purchasing Division 7NYCfFE 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ✓',���P����� A Phone: 407-688-502$ or 5030 I Fax: 407-688-5021 , 1P`Ci 1iM1ftMNT : CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES 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, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge 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 or judge 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 Hearings. The 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 Crimes Statement Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNATURE Sheila Tarte Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HII .I.SBOROIIGH The foregoing instrument was executed before me this 27th day of July 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group, Inc. who perso swore .pr affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is rsonally known to e OR has produced as identification. MICHAEL AA BROCK + MY COMMISSION x FF225337 Michael M. Brock EXPIRES April 28.2019 NOTARY PUBLIC, State of Florida (stamp) 40r, J0.01 t,3 FFoiwlwa rySffv= an PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'I -O -Failure to submit this form may be grounds for disqualification of your submittal' 55 Rev 03/2018 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act _ (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT 1. 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. 11. 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 I 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 legdl 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 56 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Cribb Philbeck Weaver Group, Inc. Proposer/Bidder _� 4�" '��te July 27, 2018 Signature of Authorized Representative (Affiant) Date Sheila Tarte, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA On this 27th day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared Sheila Tarte 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. q � a (Notary Public in and for the County and State Aforementioned) z1 SEAL My commission expires: '7n rB LY4, BR0 MICHAEL M CK My COMNiISSIONP FF225337 EXPIRES April 25. 2019 con 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal 0 57 SECTION 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. Cribb Philbeck Weaver Group, Inc. Name of Bidder of Authorized Representative Sheila Tarte, 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 00450-1 K-1 27, 2018 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM VO4 FINANCE DEPARTMENT SECTION 00462 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1 Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No _ (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Cribb Philbeck Weaver Group, Inc. Firm of Authorized Representative Sheila Tarte, President Printed or Typed Name and Title of Authorized Representative RFQ 17118-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:0013M 00452-1 59 July 27, 2018 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM ff-Twa-M-151i ACCOUNT 110 2017 - 2018 HILLSBOROUGH COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2018 186096 — I OCC. CODE IRENEWAL 260.026000 OFFICE Receipt Fee 30.00 Hazardous Waste Surcharge 0,00 Law Library Fee 0.00 BUSINESS CRIBB PHILBECK WEAVER GROUP INC 3918 N HIGHLAND AVE TAMPA, FL 33603 2017,,2018 CRIBB PHILBECK WEAVER GROUP INC NAME 3918 N HIGHLAND AVE MAILING TAMPA, FL 33603 ADDRESS Paid 16-616-003511 07/21/2017 30.00 BUSINESS TAX RECEIPT DOUG BELDEN, TAX COLLECTOR 5'# % HAS HEREBY PAQ A PRMLFGE TAX TO ENGAGE 813-635-5200 N BUSINESS, PROFEWON OR OCCUPATION SPEC�FtEDHLREON THIS BECOMES A TAX RECEIPT WHEN VAUDATFD. 51 CITY OF 1. Proof of Lice n ses/Ce rtcation (1) SkNFORD FLORIDA CPWG CPWG Professional Engineering License 26618 J Stat"Ip r*da , '01 Boar(l neers bad CRIBB "bOup, FBPE to offer engineering services Is authorized under the prctvijirsn�a""'J J0004' to the Public through a Profession "'I"A= i�d Chapter 471, Florida Statutes. Expiration;2/28/2019 'j CA Lic. No: Audit No: 228201902796 R ti,26618 Survey License LB8232 Florida Department or Agriculture and Consumer Servicers Division of Consumer Services License No.: LB8232 Board of Professional Surveyors and Mappers Expiration Date February 28, 2019 2005 Apalachee Pkway Tallahassee, Florida 31399-651M 101" Professional Surveyor and Mapper Business License Under the provisions ol'Chapter 472, Florida Statutes CRIBB PHILBECK WEAVER GROUP, INC 3918 N HIGHLAND AVE TAMPA, FL 33603-4724 ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE 11 ' s--'ofy 0" 0" and -pp,, w h,,ti, -- w aid—., — h— abau., ),--d a, ,qd by Chplo 472 Florida Sr.,ui1,, CPWG Landscape Architecture License LC26000439 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE E900= LC26000439 The LANDSCAPE ARCHITECT BUSINESS Named below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration date: NOV 30, 2019 4, CRIBB PHILBECK WEAVER C. 3918 N HIGHLAND AVE, TAMPA 'FL 11, 3 91" z M N `741L 'Alt - ISSUED: 120512017 DISPLAY AS REQUIRED BYLAW SEQ # L1712050001443 Professional Page 52 cpwg / R 1 / t� or<���° • Iq 111: 11 11111triliriniiiiiiii I{ . �ii�- ., State of Florida Department of State I certify from the records of this office that CRIBB PHILBECK WEAVER GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on June 23, 2004. The document number of this corporation is P04000095821. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on April 25, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under ►ny hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fifth day of April, 2018 ice Secretary- 'State ,State Tracking Number: CC2402207709 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. http s://services.su nb iz.o rg/Filings/C ertificateOfStatus/CertifcateAu thentication Page 53 Request for Taxpayer Give Form to the Form (Rev. November 2017) Identification Number and Certification requester, Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 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. Cribb Philbeck Weaver Group, Inc. _ 2 t3usiness name/disregarded entity name, if different from above������� 3 Check appropriate box for federal tax classification of the person whose name is entered on tine 1. Check only one of the 14 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see instructions on page 3): ❑ Individual/sole proprietor or n C Corporation Cl S Corporation Partnership ❑ Trust/estate single -member LLC Exempt payee code (if any) Limited liability company. Enter the tax classification (C=C corporation, 5=S corporation, P=Partnership) ► __.____ 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 LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) 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. i .j Other (see instructions) ► 5 Address (number, street, and apt, or suite 3918 N. HighlandAvenue & City, state, and ZIP codev��TT�J�- Tampa, FL 33603 7 List account numbers) here (optional) Number Fnter your TIN- to the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note. if the account is in more than one name, see the instructions for line 1. Also see What Name ano Number To Give the Requester for guidelines on whose number to enter. or (Arphes to accounts m Iamod auIgw the u.S.) name and address (optional) number 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 Internal 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 3. 1 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 ii, later. Sign Signature of Here u.s. person ► General Instructions 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.lrs.gov/FormW9. 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 (I TIN), 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) Cat. No. 10231X 54 Date 10, 1/ f • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) I I • 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 Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If 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, later. Form W-9 (Rev. 11-2017) 1 . SOLICITATION NUMBER (Ifany) ARCHITECT -ENGINEER QUALIFICATIONS RFQ 17/18-33 PART 11 - GENERAL QUALIFICATIONS (if a firm has branch offices. COMDIete for each specific branch office seeking work-) 2a, FIRM (or Branch Office) NAME Cribb Philbeck Weaver Group, Inc. 3. YEAR ESTABLISHED 2004 4. UNIQUE ENTITY IDENTIFIER 1 20-1262722 2b. STREET 1221 E. Broadway Street, Suite 1031 5. OWNERSHIP a. TYPE Corporation 2c. CITY Oviedo 2d. STATE FL 12e. ZIP CODE 32765 b. SMALL BUSINESS STATUS FDOT Small Business 6a. POINT OF CONTACT NAME AND TITLE Jeff Earhart, PE 7. NAME OF FIRM (If Block 2a is a Branch Office) I 6b. TELEPHONE NUMBER (407) 604-3225 1 6c. E-MAIL ADDRESS jeff.earhart@cpwgengineering.com 8a. FORMER FIRM NAME(S) (1f any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER N/A 2004 20-1262722 Other Employees 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function Code b. Discipline c. Number of Employees (1) FIRM (2) BRANCH le a. Profile Code c.RevenueNumberlndex b. Experience (see below) 02 Administrative 5 C15 Construction Management 3 08 CADD Technician 3 C18 Cost Estimatinq 2 12 Civil Enqineer 6 E03 Electrical Studies and Desiqn 5 16 Construction Manaqer 2 G04 G.I.S. 1 21 Electrical Enqineer 2 H07 Highways 4 23 Environmental Enqineer 1 L03 Landscape Architecture 3 38 Land Surveyor 2 P06 Planninq 3 39 Landscape Architect 1 P12 Power Transmission, Distribution 5 42 Mechanical Enqineer 1 R04 Recreational Facilities 5 47 Planner 2 SO4 Sewage Collection 2 48 Project Manager 2 SIO Surveying 2 60 Transportation Enqineer 1 S11 Sustainable Design 2 S13 Stormwater Handlin.qlFacilities 4 T03 Traffic[Transportation 4 W02 Water Resources 2 W03 Water SUDDIV 2 Other Employees Total 29 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than $100,000 & $2 million to less than $5 million (Insert revenue index number shown at right) 2. $100,000 to less than $250,000 7. $5 million to less than $10 million a. Federal Work 0 3. $250,000 to less than $500,000 8. $10 million to less than $25 million b. Non -Federal Work 6 4. $500,000 to less than $1 million 9. $25 million to less than $50 million c. Total Work 6 5. $1 million to less than $2 million % $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. UIGNA.TUR. fig`^ b. DATE �J'.9La� 17/27/2018 c. NAME AND TITLE Sheila Tarte, President STANDARD FORM 330 (REV. 8/2016) PAGE 6 bb City of Sanford I Finance Department I Purchasing Division T,, OF 300 N. Park Avenue Suite 243 2n' Floor, Sanford Florida 32771 A 'F R Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINAN(f DEPwRTNIFNT CONSULTANTS COMPETITIVE 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 terns 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 "F" Acceptance of Proposal Terms and Conditions are an 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: Cribb Philbeck Weaver Group, Inc. Mailing Address: 3918 N. Highland Avenue, Tampa, FL 33603 Telephone Number: 813-361-2644 Fax Number: 813-223-2469 4v_-� dz:�6 Sheila Tarte Authorized Signatory Printed Name President July 27, 2018 Title Date STATE OF FLORIDA COUNTY OF Ntt :t .4R[ZRQT ICH E-mail Address: sheila.tarte(,,-Pcpwgengineering.com FEIN: 20-1262722 The foregoing instrument was executed before me this 27th day of July , 2018 , by Sheila Tarte as President of Cribb Philbeck Weaver Group, Inc. , personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who i personal) known to me OR has produced s identification. MICHAEL M BROCK Michael M. Brock ,�,�'; MY COMMISSION tt FF225337 '+q,;tio EXPIRES April 28. '1019 NOTARY PUBLIC, State of Florida (stamp) r4 -VI F 1oruAWowyScrncc :orr PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE ®'Failure to submit this form may be grounds for disqualification of your submittal' 57 (a) Architectural and Engineering Design Our Civil Engineer, Mike Stalzer, has 28 years' experience working with all aspects of engineering design. He has designed a wide range of engineering projects. His projects range from redesigning the lobby of the St. Pete Beach City Hall to being the Engineer of Record on the upscale Top of the Rocks Big Cedar Lodge in Branson, MO. CPWG has extensive experience providing engineering design associated with architectural construction plans for public facilities. This experience includes community centers, city halls, parks, gymnasiums, court buildings, public works facilitates, historic structures, and recreational buildings. CPWG routinely provides civil, structural, electrical, and ADA compliance engineering for our public clients. Most of our architectural engineering projects require a team of professionals with specific specialties. This multi -discipline approach allows for in-depth and thorough feasibility studies as well as complete sets of construction plans. CPWG is currently providing design -build architectural engineering for many communities across central Florida. Utilizing the design -build process enables projects to be accelerated, significantly reduces the number of change orders, and provides a single, central point for the clients to interact with. Combining the design and construction personnel into a single team enhances collaboration and cooperation, which increases the efficiency and cost effectiveness of the project. Environmental Services Facility Design, City of Clermont, Florida CPWG provided engineering and architectural services to assist the City in renovating an existing building and the designing of a new warehouse facility. Inside the existing building the design team reconfigured the interior to create a modern office workspace. In the warehouse, they added a crane, designed a modern fire suppression system, and connected it to the new office building via a walkway. Merry Pier and Fishing Shop Engineering Assessment, City of St. Pete Beach, Florida CPWG assisted the City by performing an engineering assessment of the Merry Pier and the Fishing Shop. The assessment covered the substructure and pilings of the pier as well as the associated mechanical, electrical, and plumbing systems. The entire area was accessed for accessibility compliance with the Americans with Disabilities Act. Deficiencies and solutions were detailed in the final report. Warren Webster Building Remodel, City of St. Pete Beach, Florida CPWG provided engineering and architectural services for the remodeling of the Warren Webster Community Center. The kitchen was upgraded with new flooring, cabinets, and counter tops. The restrooms were updated and a modern air conditioning unit was installed. The lighting and ceiling tiles were replaced throughout the building. The exterior received new lap siding at gable ends, a fresh coat of paint and new energy efficient windows throughout the building. (b) Project Administration Our Project Administrator, Jeffrey Schwartz, PE, PSM has over 18 years of surveying and mapping and engineering experience. The majority of his experience has been focused on project management, client relations, production and design. CPWG is a first-class professional organization that delivers the highest quality and value of professional engineering, project management, and project stewardship services to our clients. Our project administrators are responsible for managing a project from the initial planning stages through construction and closeout. Our administrators become your stewards, ensuring you receive a quality project at a fair price. We strive to achieve maximum cooperation between the City, our design teams, and the builders from the inception of new construction and renovation projects through completion and turnover to the City. Page 59 'i /i�/ / �r rec ne�ov� r Cost Estimating After approval of the 90% submittal, the CPWG Team will prepare the 100% plan drawings, specifications and final quantity takeoffs for development into the Final Cost Estimate. Cost Estimates are based on recent general contractor quotes on local projects, FDOT cost estimating database and RS Means software, as appropriate. Our cost estimates are generally with 10% of the bid price. With approval of the City, the quantity take -offs completed for the Final Opinion of Probable Construction Costs will be utilized for the bid quantities. 1: Our cost estimates are generally within 10% of the bid price. Bid Services CPWG acts as an extension of the City's staff during the bid process. The City staff and purchasing department will be included on all bid activities performed by CPWG. Our bid services team is prepared to help your staff administer the bidding process including bidder prequalification. We provide an estimation of the project with value engineering that incorporates cost strategies based on identifying the bill of quantities and sources of materials. Our team will study, analyze, and suggest on technical requirements of submission of the bid document. After conferring with the City's staff we will process, prepare, and plan the distribution of the bid document and any required addendum. We will assist the City at all stages in the bidding to facilitate appropriate data/information submission and provide assistance/technical support during the contract finalization. The CPWG Project Manager will coordinate with the City's Staff to incorporate the technical documents into standard bid documents for delivery to the Purchasing Department for release to prospective bidders. Our team will be available to participate in pre-bid conference, bid opening, provide support to Town staff while tabulating, reviewing, and evaluating bids as well as providing bid award recommendations based on the needs of the City. Church Avenue, Warren Avenue to Range Line Road, City of Longwood, Florida CPWG's Church Avenue roadway design project involved milling and resurfacing roads and adding stormwater drainage design, curbing, and sidewalks. CPWG's services included assisting the client with bid solicitation, bid review, bid selection recommendations, and preparation of construction contract agreements. CPWG provided submittal reviews and approvals for the roadway, stormwater, wastewater and potable water systems. The CPWG team is also providing 20 -hours of inspection services per week on this project. Pass -a -Grille Way Utility Undergrounding Phase II, City of St. Pete Beach, Florida CPWG Engineering assisted the City of St. Pete Beach to design underground utilities, LED lighting, and landscaping along Pass -a -Grille Way. The main project tasks included: • Coordinate with local property owners to obtain easements or find alternate locations for transformer and switchbox locations • Coordinate with utility companies to facilitate the conversion from overhead to underground utilities • Coordinate with public regarding lighting enhancement and other amenities • Construction administration services for Phase 1 of the project. Phase 1 ran along Pass -a -Grille Way from W. Maritana Drive to 18th Avenue (approximately 5,000 linear feet) Barnett Park Soccer Field Improvements, Orange County, Florida CPWG was contracted by Orange County to upgrade and expand the soccer facilities in Barnett Park. CPWG Construction Management professionals provided construction administration services, site inspections, utility company coordination, site meeting attendance and review of shop drawings. Our team coordinated meetings with permit agencies. Permits obtained included St. Johns River Water Management District (SJRWMD) Environmental Resource Permitting (ERP) stormwater permit, Orange County Building Department Permit package, Florida Department of Environmental Protection's (FDEP) potable water and wastewater permit package, and the City of Orlando building permit. Page 60 / i / .... )aV,�y`9(r���lrly P�W. (c) Inspection Services Project Inspection Services Our project inspection lead, Greg Hass, CGC, is a construction professional with 32 years of general contracting and project management experience. From client presentations, preconstruction planning and value engineering through scheduling, project team coordination, budget control and reporting, quality assurance, turnover, training, closeout and warranty fulfillment. Greg is highly skilled in financial analysis, problem solving, and contract negotiations. Our team maintains control of every project throughout its life -cycle from engineering and regulatory planning all the way through to its execution in the field. We are ready to help your team get the job done. We have General Contractors on our staff to assist project contractors with the often difficult task of interpreting unexpected or changing situations and field conditions. Our team of field engineers and contractors optimizes the project construction process by regularly visiting job sites to ensure consistency and efficiency in the execution of our plans. In short, no matter the circumstances, CPWG will ensure a thorough execution of our plans by closely monitoring throughout all phases of the construction cycle. Mr. Greg Hass, CGC will serve as the CEI Project Manager and oversee all CEI task orders. Greg graduated from Auburn University with his construction degree and has spent over thirty years providing construction management for previous employers such at Skanska Group and Turner Construction. Since joining CPWG two years ago, Greg has provided invaluable leadership to our staff and provided a great depth to our ability to provide comprehensive CEI services to our clients. Greg is currently overseeing CEI for several projects for the City of St. Pete Beach including roadway construction, water, sewer, stormwater and reclaimed utility construction and facility renovations. Greg and our staff are also providing CEI services on our $5.4 million dollar design -build contract to underground overhead utilities inthe FDOT right -a -way along SR 699 Gulf Boulevard. Our typical construction inspection services include: 1) Review construction for conformance to engineering design 2) Review and respond to Contractors RAI 3) Review and approval of product submittals 4) Review and approval of any substitute materials 5) Review and approval of any deviation requests 6) Review and approval of pay applications 7) Field site visits as required by the Contractor, City, or Regulatory Agencies 8) Monitor erosion control and Stormwater Pollution Prevention Plan (SWPPP) plan execution 9) Monitor Maintenance of Traffic (MOT) execution 10) Monitor construction area for Public Safety issues 11) Obtain, organize, and catalog photo documentation of the construction cycle 12) Prepare and memorialize construction activities in the daily field logs 13) Assist with grant funding compliance 14) Liaison between Citizens, Contractor and City 15) Attend construction meetings 16) Attend public meetings (project site, neighborhood or commission) Pavement Inspection Services James Golden leads the CPWG pavement inspectors. Mr. Golden has 20 years of experience developing and managing pavement management programs for municipal, federal and private agencies throughout the United States. To date, Mr. Golden has been directly responsible for over 100 successful initial and re -inspection pavement management based projects, equating to over 100,000 ASTM D6433 and PCI based inspections. Our team works with the City staff to determine all maintenance types, maintenance costs, and annual budget to evaluate the current pavement conditions through a rigorous inspection process. Recommendations for maintenance needs will be assigned to all pavement sections and the expected condition analysis of the street network will be displayed, along with GIS based, and published maps identifying the selected projects, by type, and by year. The database can be incorporated into the City's existing GIS database or the team can assist the City in establishing their own GIS database (including programs, training, and support). This provides a complete and accurate budget needs estimate of the entire maintained street network. This effort aids in current project planning and decision- making processes. Our team uses modeling to predict future behavior in order to perform life -cycle cost analysis and determine the most effective maintenance and rehabilitation alternative. The results of the model are used to develop a five-year plan. The five-year plan covers the development of a maintenance plan that includes policies, Page 51 .,,HE ae.o.. project priority, schedules and budget. CPWG is currently providing these services to the cities of: • St. Pete Beach • Madeira Beach • Seminole • Tampa • Gulfport • Dade City Roadway Paving CEI Services, City of Lake Mary, Florida CPWG was engaged by the City of Lake Mary to provide Construction Engineering and Inspection (CEI) services for several roadway resurfacing projects within the city. The initial project was to assist the City in overseeing 106,000 SY of milling and resurfacing at 6 locations within the City. CPWG Engineers reviewed and approved the asphalt design for all six projects. They also reviewed and recommended approval of Contractors pay applications based on 10 -week construction time. Pavement Management, City of Longwood, Florida CPWG was hired by the City of Longwood to execute a complete pavement management program on the PAVER system platform. The scope of the project was as follows: the PAVER database was developed, the network was identified and set up, branches and sections were created, the total number of samples to inspect per section was determined, all distress types were identified, severity levels and quantities within each sample through ASTM D6433-11 were determined, a digital photo of each sample location was provided, the PCI score for each pavement section was calculated, a GIS assignment of all pavement section data to provided street centerline shapefile was created, a complete inventory and condition listing of each pavement section within the Network was created, and a final report of findings was provided along with continued support services. (d) Surveying Our Lead Surveyor, Jeffrey Schwartz, PE, PSM, has over 18 years of surveying and mapping and engineering experience. The majority of his experience has been focused on project management, client relations, production and design. CPWG, our professional staff and our team members' combined experience include working on all of the types of surveys. Jeffrey Schwartz has managed a wide variety of surveying projects including but not limited to: Field Surveys for Engineering Plans (transportation project, park projects, intersection improvements, drainage improvements, utility projects), Legal Descriptions and Easement Sketches (right of way acquisition, utility easements, drainage easements, temporary construction easements), Topographic Surveys, As -Built Surveys, Drainage Surveys, Right of Way Surveys, Control Surveys, Control Survey Mapping and Right of Way Mapping. We understand that each task work order is unique, so the first step and foundation of any project is to understand the purpose of the project and to clearly define the scope of services. This includes meeting with City staff and completing any up front research, utilizing existing data such as plats, deeds, permits, public records or any information available from other entities, as well as a field visit to the project site. Once this data has been obtained, a clear project approach can be developed and the project can be scoped. The proposal will detail the specific project details and survey exhibits will be created to show the details of the survey. This approach will help with clearly defining the project and time estimates. City of Winter Garden Cemetery, City of Winter Garden, Florida CPWG worked with the City to establish additional sites within four locations of the existing City of Winter Garden Cemetery. The scope includes establishing the existing sites adjacent to the proposed locations along with the existing north right of way line of Lake Butler Boulevard, sketch and descriptions, a proposed parcel plan and field staking of the final additional sites. The project is currently ongoing. Page 62 p ,� �� J;I^� % ✓rf i,l J y i��l �,6, i�� ` frPf �,�yd r�I�r F, i,,, �, �l��.rrxe READY, W Estella Park, City of Lake Mary, Florida CPWG team completed a topographic survey of Estella Park in Lake Mary. Established horizontal control, a project baseline and vertical control including project benchmarks for future construction. The completed survey included a digital terrain model (DTM), a tree survey and a survey of a portion of the existing pond located within the project limits. The survey will be used for the design and construction of the re -design of Estella Park. Water Main Extension (Eagle Knob Point to Leslie Ln), City of Lake Mary, Florida CPWG team completed a topographic survey, right of way survey and property line survey of a portion of two existing subdivisions, for an approximate distance of 1000 linear feet, for the design of a water main extension/connection between the two subdivisions. The existing right of way was established for the project limits along with key property lines. A baseline of survey and project benchmarks were established for construction purposes. (e) General Civil Engineering Our Civil Engineer, Mike Stalzer, has 28 years experience working with all aspects of plan engineering design. Projects include site design, water and wastewater treatment design, stormwater management including detention basin design, erosion and sediment control design, pump station and pipeline design for sanitary sewer, water storage and distribution design, deep wells, hydrologic modeling and grading. He also has extensive experience coordinating with permitting agencies. CPWG has a proven record of furnishing quality and cost-efficient professional civil engineering services to municipalities throughout the state of Florida under the guise of the Consultants Competitive Negotiations Act (CCNA). We are working under 13 continuing contracts with 10 municipalities. We have the experience and are prepared for any specific challenges that arise from high water tables, how flat the topography is and the other Florida specific challenges that must be overcome. E e ourselves on being responsive ady to meet our clients' needs. Our previous continuing engineering projects have included roadway rehabilitation and reconstruction, sidewalk and curb construction, parks and trails improvements, utility coordination, potable water and wastewater design, structural analysis and bridge design, GIS programming, local agency program projects, construction engineering and inspection, and permitting. The CPWG engineers and landscape architects consistently deliver design projects that include executable plans, all required permits, bid specifications, and construction administration. Our planners conduct timeline sensitive plan review and are ready to provide additional services required to solve unforeseen problems. Engineer of Record, Continuing Services, City of Lake Mary, Florida • Pavement Management Program Implementation • Lake Mary CEI services • Estella Park Design and Survey • Waterline Extension Eagle Knob Design and Survey • Pavement Management Re -Inspection Engineer of Record, Continuing Services, City of Clermont Florida • Clermont Pier Design and Construction City Wide Park Sign Design • Pavement Management Program Implementation • WWTP Phase 2 Architecture and Engineering Design • Environmental Services Administration Building Design • Seminole Avenue Well Abandonment Engineering PFX Softball Expansion Conceptual Design Engineer of Record, Continuing Services, City of St Pete Beach, Florida • Pass -a -Grille Way Phase 1 Preliminary Engineering • Pass -a -Grille Way Phase 1 Final Engineering Design and Permitting • NPDES MS4 Services • Stormwater Master Plan Update 2012 • Boca Ciega Dr. Stormwater Outfall Study and Design • Pavement Management Implementation Page 63 ��, . W , ,, ���� (i) Transportation Sarah Hill, our Transportation Engineer, has over 14 years of experience in positions that range from project engineer/ designer to Department Lead/Project Manager/Engineering Task Leader. Her valuable skills include the ability to multi- task, manage staff and schedules, organize projects, and successfully complete projects on-time and under budget. She has worked on a wide variety of FDOT and County projects which included intersection improvements, 3R projects, capacity, and new alignment projects. Our transportation team knows that as your community's population increases, so does the demand on the existing transportation systems. To meet the need, new roadways, bridges, and drainage systems must be constructed. At the same time the City's existing systems must be maintained to alleviate congestion and maximize traffic flow. Aesthetic concerns must also be kept in mind to maintain or increase community value. Our team works with your staff to improve livability by designing safer, more affordable roadways and surrounding systems. We have designed everything from complex highways to simple rural roads and engineered all of the signage and signals required. Our industry experience allows us to execute projects in an expedient manner while maintaining compliance with traffic control plans, right-of- way mapping, pavement markings, bicycle and pedestrian transit, multi -modal facilities, drainage regulations, and environmental permitting. Our goal in every project is to improve the community's quality of life while minimizing life cycle costs. CR 455 Roadway Improvements, Lake County, Florida Lake County engaged CPWG to add a signalized intersection, mill and resurface CR 455 approach to the bridge abutment and add a new northbound right turn lane on CR 455 northeast of Clermont. The project included new concrete strain pole box span traffic signal, new northbound right turn lane, signing and pavement marking, structural engineering, geotechnical & subsurface utility investigation (SUE), public involvement, construction involvement, a project maintained web page and permitting necessary to meet Federal Requirements for Local Agency Plans (LAP) Funding. Central Florida Parkway Area Roadway Improvements, City of Longwood, Florida CPWG provided design services for the Central Florida Parkway area pavement rehabilitation project. The City needed to repave an existing roadway to FDOT structural Page 84 standards because of the large number of trucks that use the roadway. The design provided a mill and surface plan that would accommodate the heavy freight traffic in the area, while also incorporating improved drainage, additional sidewalks and landscaped medians. CPWG project team also prepared and submitted the required permitting. 17th Street Reconstruction, City of Tampa, Florida CPWG was engaged by the City of Tampa to design construction plans covering the 17th Street Resurfacing project. CPWG was responsible for roadway design, drainage, signing and pavement marking design, and MOT. Pedestrian safety improvements to meet ADA Guidelines were designed including special emphasis crosswalks, sidewalks, ramps, detectable warning surface, as well as updated pedestrian and school zone signs. (j) Stormwater Engineering Jeff Earhart, PE specializes in water resources engineering, including stormwater master planning, stormwater retrofit projects, stormwater utilities, stormwater permitting, potable water, and wastewater. He is an expert in water quantity and water quality modeling. He has a great deal of experience working with the various water management districts, including the St. Johns River Water Management District. Stormwater management is an ongoing process that involves a variety of partners and integrates many diverse considerations. The CPWG team helps public and private clients determine the quantitative and qualitative factors important to creating low impact stormwater management solutions. We work actively with our stakeholders to deliver consistent and quality stormwater services during all project phases. Our long history of successful performance with government clients is a direct result of the emphasis we place on effective communication. We have provided our clients with a comprehensive range of stormwater services for many years, and we remain cpw Y TTH[N[1OY. consistently involved in every level of the projects we accept. By coordinating each phase, we ensure compliance and permitting requirements are met, and our clients are satisfied. The CPWG team contains stormwater experts that specialize in water resources, including stormwater master planning, stormwater retrofit projects, stormwater utilities, and permitting. We have extensive experience in the specialty areas of water quantity and water quality modeling, TMDL, NPDES, and BMAR Our team has managed multiple continuing stormwater contracts for entities such as Orlando, St. Pete Beach, Madeira Beach, City of Clearwater, Redington Beach, North Redington Beach, Redington Shores, and the Southwest Florida Water Management District (SWFWMD). During these contracts we have assisted our clients engineering in projects ranging from simple technical tasks to participating in the design of large projects. CPWG can handle any stormwater projects we expect to encounter in the City of Sanford. Pass -a -Grill Way Stormwater Upgrades, City of St. Pete Beach, Florida CPWG designed extensive stormwater upgrades for both phases of Pass -A -Grille Way in St. Pete Beach that included increasing pipe sizes, adding inlets, French drains, a stormwater pump station, twenty-three (23) baffle boxes and twenty-three (23) Tideflex tide control devices in each of the outfalls. Lake Lawrie Stormwater Retrofit, Orange County, Florida CPWG worked with Orange County staff to design a Regional Stormwater Facility on Lake Lawrie and make improvements to Barnett Park. The project included widening and deepening a portion of the C-6 Canal within Barnett Park. The project also included designing the following features 1) a concrete weir, 2) multiple pedestrian walkways, 3) a fishing pier with pavilion, 4) an irrigation pump, 5) sidewalks, 6) stormwater piping, 7) disc golf course adjustments, 8) landscaping. Riversides Acres Erosion Control, Orange County, Florida CPWG provided design assistance and permitting for installing gabion baskets with rip rap at Riverside Acres Park. The project design covered approximately 375 linear feet of rip rap erosion control along both sides of the river with the park boundaries. The project also included preparing, submitting and obtaining the required permits. Based on the initial meeting our engineers designed a rip rap configuration that matched the existing rip rap within the park. The construction plans were submitted at 60%, 90% and 100% plans. The construction plans also included all erosion control improvements, grading, and stormwater elements. The team also prepared the Orange County specification package and engineer's opinion of construction costs. (1) Parks and Recreational Facilities Mr. Jeff Earhart, PE has 25 years of experience designing parks, recreational facilities and athletic complexes throughout Central Florida. He is a recognized designer of active and passive parks. Examples of just a few of his designs are listed below. CPWG has been designing and building community - enhancing parks and multi-purpose play areas for government bodies in the Central Florida area for over fifteen years. We take great pride in enhancing communities through planning and design of facilities that balance recreational opportunities with the natural environment. Many of our projects include constructed athletic, concession, administrative, and storage facilities that maximize the potential of each park. Our team of skilled engineers, contractors, and landscape architects have worked on a number of lushly landscaped park projects that have been well-received by their communities and loved by the community members that play there. Our Sports Complex Consulting Team creates sports complexes that maximize your income through tournament hosting and separates you from your competitors. We work with our clients to keep project costs in check while maintaining control of the field design to assure the best possible playing surfaces are achieved. Our services include planning, design, permitting, bid, and construction administration for many types of athletic facilities both indoor and out. We are experienced in designing high -use athletic fields including natural and synthetic turf, as well as hard court facilities (pickle ball, tennis, basketball, etc.). We are well versed in sports field sizes and dimensions based on differing age groups and sanctioning bodies. We can assist your team in achieving proper slopes and underdrain systems to provide the highest quality fields Page 65 W ( r .r ... ...... within your budget. CPWG specializes in planning complete athletic campuses which can include high -efficiency lighting, irrigation, scoring and timing infrastructure, and amenity buildings (restrooms, storage, concessions, training rooms, and locker rooms). Barber's Park Soccer Field, Orange County, Florida CPWG worked with Orange County staff to upgrade and expand the soccer facilities in Barnett Park. The project included new fields, new Musco lighting, updated trail system, new road, new parking, new sewer utilities including a grinder pump and new restroom facilities Dr. P. Phillips Community Park Additional Ballfields, Orange County, Florida CPWG Landscape Architects assisted Orange County in the design and permitting of three additional ball fields after assisting the county in developing a premier park around the shores of Big Sand Lake. Our firm designed amenities at the park include: small tot -lot, water playground, big kids playground, basketball court, volleyball courts, soccer fields, little league baseball field, dog park, large and small pavilions, maintenance building, restroom/ office buildings and other features. North Lake Community Park, Lake County, Florida CPWG provided landscape design improvements that covered approximately 95 acres and included an entrance road, two driveways, three parking lots (750 spaces), five soccer fields, four baseball and softball fields, tennis, racquetball and basketball courts, playgrounds and other amenities. We assisted the County in expanding the park by adding two restroom facilities, four baseball fields, and a concession area. (m) Environmental Engineering The CPWG team contains several members that specialize in environmental engineering. They have decades of experience in analyzing a project's environmental impact and developing strategies to minimize the impact to the wetlands/surface waters and/or threatened/endangered species. We stay current on regulatory policies and maintain good relationships with permitting agencies. The experienced engineers on our team follow the principles of the American Society of Civil Engineers (ASCE) Environmental & Water Resources Institute (EWRI) to create environmental solutions for a sustainable future. The CPWG team is aware of the intricacies of environmental and water resource projects and understands how to take those projects from concept to design to construction and into a sustainable future. This knowledge helps us understand our clients' needs and better manage their project's level of risk and ultimate success. Our team has assisted other municipalities in removing nuisance aquatic vegetation and we have also created new wetland areas such as Greenwood Urban Wetland and Shingle Creek Upland/Wetland Pedestrian Park near Longwood. CPWG has performed Phase I and Phase II environmental assessments and developed recommended cleanup plans based on the results. Our land development team has worked with local governments to help rehabilitate property, known as brownfields, whose reuse was complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Pass -a -Grille Way Preliminary Engineering Study, City of St. Pete Beach, Florida The CPWG Environmental and Water Resources team conducted an environmental assessment of the project corridor. The assessment ascertained the jurisdictional and environmental considerations that met permitting agency criteria. A field visit was conducted to perform a preliminary survey for endangered, threatened, and species of special concern. Sea grasses, benthic organisms, and mangroves were the team's primary focus of the study. The results of this study allowed CPWG experts to prepare and submit the environmental permit package, containing site and system design information to SWFWMD. Lake Roberts Lake Study, Orange County, Florida The primary objective of this project was to quantify pollutant loadings to Lake Roberts and identify areas where nutrient load reductions could be achieved to improve water quality within the lake. Lake Roberts is a 107 -acre waterbody with a perimeter of 13,200 -ft located approximately 10 miles northwest of downtown Orlando. After completing the study CPWG engineers developed a water quality management plan to identify specific projects and recommendations designed to maintain and improve water quality in Lake Roberts. The primary objective of the management options Page 66 ,., �y� .� „-., ✓�, ,r,�.`,,,,,�.�„ -:..,1 i �,,,',fi, �,, ,, ,, ;a„,� /eta s Y ,U iii /� i c VV gy�a�y.�Jyrgxo ne�org was to control and limit the introduction of phosphorus and nitrogen into Lake Roberts. Big Econ River Water Study, Orange County, Florida CPWG Environmental and Water Resource experts, along with TEAM Engineering, conducted monthly surface water samples over a 12 month period at four locations in the Big Econ River. This study was important to understanding the river's current water quality prior to the impact that thousands of septic tanks may have on the river. Additionally, the sample collected at the county line provided Orange County knowledge of pollutant loadings to the river at the Seminole County line. (n) Traffic Engineering and Analysis The CPWG team's traffic engineering section is led by Mr. Andy Nunez, PE. Andy has over 40 years of professional experience, most working with FDOT. As part of continuing services contacts with other municipalities our team has performed the following functions: • Conducted traffic operations studies (including safety studies, signal warrant and timing analysis, geometric - analysis, traffic calming analysis, data collection, and alternative concepts analysis). • Explored design activities, including traffic calming design, to develop solutions to traffic operations issues. • Determined justification and benefit/cost analysis to support implementation and qualification for federal safety funds. • Created conceptual and possibly final design activities necessary to develop implementation plans. Our traffic engineering team is comprised of very experienced design engineers. Our key staff have designed hundreds of traffic signal installations, designed lighting plans, designed and implemented signal timing plans and control systems, and have completed numerous signing and marking and roadway design improvements. CPWG is FDOT prequalified in 3.1 Minor Highway, 6.1 Traffic Engineering Studies, 6.2 Traffic Signal Timing, 6.3.1 ITS Analysis and Design, 6.3.2 ITS Implementation, 6.3.3 ITS Engineering Systems Communications, 6.3.4 ITS software Development, 7.1 Signing, Pavement Marking and Channelization, 7.3 Signalization, 13.4 Planning Systems Planning, 13.5 Planning Subarea/Corridor Planning, 15 Landscape Architect. CPWG is also FDOT prequalified for 8.1 Control Surveying, 8.2 Design, Right of Way Construction Surveying and 8.4 Right of Way Mapping. District 2 Traffic Calming Plan, City of Longwood, Florida CPWG Transportation experts collected all data previously collected by the city and established 24-hour traffic counts, recorded in 15 -minute intervals, for each of the study roadways. Field inspections were conducted to inventory all pertinent roadway characteristics required to develop traffic calming plans, including roadway widths, posted speeds, and other roadway characteristics. Our team used the collected date to develop potential traffic calming techniques that were evaluated to determine if their use was appropriate and/or warranted given the traffic volumes, prevalent speeds, and roadway conditions. SR 60 Corridor Study, FDOT, City of Clearwater, Florida FDOT selected CPWG to assist their planners with a corridor study along SR 60, or as it is locally known, Gulf to Bay Boulevard. The purpose of the study was to identify potential improvements along the corridor including operational improvements that can be implemented in the short-term. The study created solutions that would improve traffic flow by restructuring a few congested intersections. Swann Avenue Pavement Design and Survey, City of Tampa, Florida CPWG assisted City of Tampa Pavement Management Services by designing roadway improvements on Swann Avenue. The proposed improvements to be designed consisted of a survey with cross sections and the review and preparation of a pavement design for the proposed resurfacing improvements. The team was also responsible for approval of the mix -in-place asphalt pavement design provided by the vendor/contractor. (o) Landscape Design Our Landscape Architect, Matti Rukholm, is a Florida Registered Landscape Architect and International Society of Arboriculture Certified Arborist. He has over 15 years Page 67'4 CPW9 p �rrHcne�or. of experience working in both the private and public sectors. Mr. Rukholm has been involved in all steps of the landscape design process from public consultations and initial concept plans to working drawings, specifications, bidding documents, and other landscape maintenance requirements. CPWG is passionate about creating environments that are beautiful and sustainable. CPWG maintains Landscape Architects and Certified Arborists on our staff. Our team of provides a creative talent cultivated through decades of applied experience in the design of parks, greenways, and trails. They will work with City planners to develop complete landscaping plans that meet the City's needs. In response to the vision for the project (parks, public right of way or median planting island), CPWG will prepare and present our schematic concept plans for landscape & hardscape design. The design intent of these plans will be illustrated through plan and cross-section graphics and will indicate the general layout of all proposed amenities. For parks, such amenities may include such items as playgrounds, pathway, sports fields, pavilions, dog parks, parking areas, plantings, benches, signage, and irrigations systems. The CPWG team understands the water demands and support requirements of contemporary landscape design. Proposed plants will be categorized by vegetation type (i.e., shrubs, canopy trees, flowering understory trees) and Florida Friendly Landscaping Principles will be applied avoiding plants found in the Florida Exotic Pest Plant Council (FLEPPC) list of invasive plant species. Accessibility concerns will be reviewed to make certain the plan conforms to Americans with Disabilities Act (ADA) standards. Lastly, Crime Prevention Through Environmental Design (OPTED) principles will be incorporated into every plan. All our landscaping designs incorporate Florida Friendly Landscaping Principles SR 434 Median Landscape Design, City of Longwood, Florida CPWG was contracted by the City of Longwood to provide design services for the Central Florida Parkway area pavement rehabilitation project. Our final landscaping plans included all the notes and details required to construct the design. Irrigation plans identified all piping, irrigation heads, valves, controllers, and other irrigation features appliances necessary for installation and proper functioning of the design. The utility plans included power connections with metered power with service poles/breakers via directional bore installation for both electrical and reclaimed water service. 14/SR 434 Sign, City of Longwood, Florida CPWG Landscape Architects and Engineers assisted the City of Longwood to improve the pond and surrounding landscape near the intersection of 1-4 and SR 434. CPWG designed improvements included new landscaping around the pool, a fountain in the pool, and entrance feature signage. The design also included the removal of fence around the pond. Barber Park Splash Pad, Orange County, Florida CPWG provided Landscape Architect services for the playground, splash pad and parking improvements at Barber Park. The design involved the renovation of an existing playground, the addition a splash pad, and more parking spaces. Our fun and family -friendly design included features such as a rubberized play surface for the playground equipment/swings, shade structures for protection from the sun, and a fenced -in area around the splash pad with plenty of benches. (p) Water/Wastewater Engineering Ms. Ballester is our water/wastewater engineering lead. She is a resourceful project manager/civil engineer who is experienced in engineering design from the initial conceptual phase, through feasibility study and to detailed design. Her 14 years of experience includes engineering design of roadways, retaining walls, site grading, stormwater drainage, sanitary sewer and water distribution systems and necessary permitting for municipal and other public projects. CPWG has provided potable water engineering services throughout Central Florida with an emphasis on water main distribution line replacement including laterals. We recently designed nearly 11,000 feet of 16" main truck line and 11,000 feet of 8" highline. This project was designed for St. Pete Beach and our staff had to work within a very Page 68 w✓ nea.org tight utility corridor and very shallow water table that made separation requirements tricky and dewatering expensive. Sewer Main Project Design, Pass -A -Grille Way Phase II, City of St Pete Beach, Florida CPWG designed 2,900 linear feet of new gravity sewer main improvements and lining for an additional 2,200 linear feet for the City of St. Pete Beach along Pass -a -Grille Way between 1st and 19th Avenue. The design included new laterals, lined manholes and connections to pumps stations. The potable water, and reclaimed water lines along the corridor were replaced. In addition, all the overhead utilities along the corridor were placed underground. Pass -A -Grille Way 16" Water Main Replacement, Phase I, Pinellas County, Florida The portion of Pass -a -Grille Way between Cabrillo Avenue on the north end and 19th Avenue at the south end, approximately 5,100 linear feet, is included in this design. Pinellas County is replacing the existing 16 -inch water man and constructing a new 8 -inch "high" water line. Water line deflections needed to facilitate the project will also be included in the design. Camp Joy and Water Main Extension Low Pressure Sewer System Design, Orange County, Florida CPWG designed a low pressure sanitary system removing Camp Joy from a septic system and connected Camp Joy to the City of Apopka's central sewer system. The project included the design of a water main extension to provide potable water connection for the camp. The design included 2,700 LF of 4" SDR -21 water main pipe and connections. Our firm also obtained all necessary permitting. (q) Facility Greg Hass, CGC, is our facility lead. He is a construction professional with 32 years of general contracting and project management experience. He excels at delivering overall management accountability and technical expertise in all aspects and phases of construction to ensure profitability and on-time project delivery. Page 69 We take a comprehensive approach to our facility engineering designs to better serve our clients. The CPWG facilities engineering team is made up of civil engineers, electrical engineers, structural engineers, general contractors, and landscape architects. This combination has proven extremely effective in addressing the facilities engineering needs of our continuing clients. Whether the City requires ADA improvements to it's buildings, a feasibility study, or an electrical assessment, our team can handle the job. ADA Transition Plan, City of Longwood, Florida CPWG worked with the City of Longwood to develop an ADA Transition Plan. The plan documented existing access barriers to public buildings and facilities, including curb ramps along roadways and sidewalks, identified policies and procedures necessary to remove the barriers over time, documented the cost of the program, and provided a plan of action to implement the policies and procedures. Upon completion the plan was provided to FDOT. Arts & Recreation Center Traffic Flow Study, City of Clermont, Florida CPWG provided engineering services to develop a Traffic Circulation Plan for the Arts and Recreation Center. We developed up to four conceptual circulation plans for the center. The plans focused on ingress and egress, especially related to special events. Special attention was paid to reducing pedestrian and vehicular conflicts, especially with the facility entrances and adjacent parking and roadway areas. Concepts included methods to provide safe pedestrian access to parking areas. Ft Myers Beach Lighting Study, City of Ft Myers Beach, FL CPWG worked with the Lee County MPO, in partnership with the Town of Ft Myers Beach, to conduct a lighting study and design for the Estero Boulevard Corridor. Estero Boulevard is the main boulevard through the Town, and suffers from numerous conflicts between bicyclists, pedestrians, cars, and trucks. The Plan will develop a series of pedestrian crossings to improve safety, and will provide for effective lighting along the entire corridor. A key consideration is turtle -friendly lighting, and consistency with the International Dark Sky Association guidelines to limit light pollution from the project. (r) Infrastructure Improvements Mr. Jeff Earhart, PE has providing general engineering services to municipalities. He has managed multiple, continuing engineering contracts for Cities and Counties throughout Florida. He is experienced with local City, County and FDOT design and permitting requirements. c �w Jeff's tremendous amount of knowledge and natural leadership skills have ensured the timely and successful completion of multiple projects. We believe in a team approach to assist municipalities in anticipating infrastructure needs necessitated by regional growth. This approach improves quality of life and economic growth now and into the future. Our experience covers each aspect of infrastructure: roadway design, pavement asset assessment, bicycle/ pedestrian path design, utility design, drainage, stormwater management, streetscape development, and master planning. The CPWG team can assist your team with bid analysis, permitting, public outreach programs, inspection services, ADA compliance, and construction management. Demands on today's municipal management and staff are enormous and often require external assistance to achieve community goals. Working together, we develop and deliver practical solutions to maintain and improve all of your infrastructure assets. CPWG professionals have decades of experience helping municipalities achieve their infrastructure goals and meet the needs of their constituents. We believe in designing sustainable solutions, not just projects. Our team works with your staff to take into consideration your locality's unique circumstances and your specific goals. As a result, we develop a response that incorporates funding assistance, public information dissemination, and operational sustainability into the project's engineering design and construction plans. Pass -a -Grille Way Complete Streets Design Phase I and ll, City of St. Pete Beach, Florida CPWG evaluated and designed improvements for the City of St. Pete Beach along Pass -a -Grille Way (PAGW) between 1st Avenue at the north end and 19th Avenue at the south end (approximately 10,800 linear feet). Roadway reconstruction included updated bicycle lanes, improved pedestrian safety infrastructure, and resurfacing of the roadway. Potable water, wastewater, and reclaimed water lines along the corridor were replaced or repaired and all of the utilities along the corridor were placed underground. The new stormwater system was designed with upsized 24" pipes, additional inlets, baffle boxes and Tideflex devices on all designed outfalls. CPWG secured a SWFWMD COOP Grant in the amount of $3,600,000.00 for the project. SR 699 (Gulf Boulevard) Overhead to Underground Utility Conversion of Power Lines, 150th to 155th Street, City of Madeira Beach, Florida CPWG completed a design/build scope for the overhead to underground conversion of power and communication lines, along SR 699 (Gulf Boulevard) from 150th Avenue to 155th Avenue. The resulting design created significant improvements to the aesthetics of utilities in the corridor. The design included undergrounding electrical and cable wires, replacing old light fixtures with new light fixtures, replacing wood poles with concrete poles, landscaping the new safety medians, and LAP project for a full mill and resurface the corridor. CPWG helped the city to obtain easements or find alternate locations for transformers and switchboxes by providing complete A to Z coordination with the public, utility companies, and City. CPWG also acted as part of the City's staff to provide first class contract management services, assisting with cost estimates, funding, contract creation and administrative services. Alternate US 19/Myrtle Street Resurfacing Design, Chestnut St to Mohawk, City of Clearwater, Florida CPWG was engaged by the Florida Department of Transportation (FDOT) District Seven to design construction plans for the Alternate US 19/Myrtle Street Resurfacing Design from Chestnut Street to Mohawk in Clearwater, FL. We were responsible for designing resurfacing, safety, ADA, lighting, and signing and marking improvements for approximately 1.5 mile section of roadway. CPWG was the Prime Consultant and was responsible for all work excluding survey. The work performed included roadway design, lighting, signal design, minor drainage improvements, safety design, and bicycle/pedestrian safety improvement upgrades. Page 70 cpee aemrg