Loading...
2027 RFQ 17/18-33 CCNA BFA Environmental ConsultantsThursday, December 20, 2018 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ . Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond (, Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Li &►.ofye.y 13o a.,dz4w From SharePoint Finance Purchasing_Forms - 2018.doc Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND BARNES, , FERLAND AND ASSOCIATES, INC. FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 3L 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 BARNES, FERLAND AND ASSOCIATES, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 1230 Hillcrest Street; Suite 100; Orlando, Florida 32803. 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 IIP 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 a -, e 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. 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 V y I ALL� I —Y IL k4 d I d /6 P�rA ADDITIONAL SIGNATURE BLOCK FOLLOWS: 4 1 P a e Attest: hn D. Watson Vice President THE CONSWANT By - 5 1 P a« c STATEMENT OF QUALIFICATIONS IN RESPONSE TO RFQ 17/18-33 Submitted by: .021KAA Environmental Consultants Barnes, Ferland and Associates, Inc. 1230 Hillcrest Street, Orlando, FL, 32803 PH.• (407) 896-8608 FAX (407) 896-1822 July 31, 2018 CITY OF SANFORD STATEMENTS OF QUALIFICATIONS CONSULTING COMPETITIVE NEGOTIATION ACT (CCNA) PROFESSIONAL CONSULTING SERVICES (Water / Wastewater Engineering, Environmental, Surveying) SOLICITATION NUMBER: RFQ 17118.33 • [016-1 a - TAB PAGE A Firm Qualifications and Experience Letterof Transmittal..........................................................................................................................1 GSA Form SF -330 Part I, Sections A, B, C, D and E........................................................................ 3 Attachment K (Proposed Schedule of Subcontractors)................................................................... 21 Valid Certificates of Insurance........................................................................................................ 22 LocalBusiness Tax Receipt............................................................................................................ 23 Certification by Office Supplier Diversity......................................................................................... 23 Litigation......................................................................................................................................... 25 Financial......................................................................................................................................... 25 B Similar Projects GSA Form SF -330 Part I, Section F, G and H................................................................................ 27 Attachment I (References)..............................................................................................................42 C Project Approach Water / Wastewater Engineering.................................................................................................... 43 Environmental................................................................................................................................. 46 Surveying........................................................................................................................................ 50 D RFQ Solicitation Response Required Forms Attachment B (Insurance Requirements) Attachment C (Conflict of Interest Statement) Attachment D (Non -Collusion / Lobbying Certification) Attachment E (Drug -Free Workplace Certification) Attachment F (Acceptance of Proposal Terms and Conditions) Attachment G (Addendum Receipt Acknowledgement Certification) and Addendums 1 through 4 Attachment H (Organizational Information) Corporate Standing and Authorized Signatories Local Business Tax Receipt Proof of Licenses / Certification W-9 Form Disputes Disclosure Form — Section 00452 Florida Statutes on Public Entity Crimes — Section 00435-3 Certificate of Non -Segregated Facilities — Section 00450 Compliance with the Public Record Law — Section 00438 Respondent Business Information Affidavit GSA SF -330 Form Part II E Additional Information BFA Brochure Environmental • • I Barnes, ad and Associates, July 30, 2018 Ms. Marisol Ordonez Purchasing Manager City of Sanford 300 N. Park Avenue, Suite 243, 2nd Floor Sanford, Florida 32771 SUBJECT: Professional Consulting Services (CCNA) RFQ 17/18-33 Dear Selection Committee: Barnes, Ferland and Associates, Inc. (BFA) is pleased to submit this Letter of Interest to the City of Sanford and its Selection Committee for providing professional engineering services for Surveying, Environmental, and WaterMastewater Engineering through Master Contracts that meets the CCNA requirements. We are excited about the opportunity to be of service to the City of Sanford. BFA is an environmental engineering/hydrogeological consulting and survey firm established in 1994 to meet the growing need for environmental and utilities consultants. We are a certified minority business enterprise with the State of Florida and numerous other local government agencies. Our firm's Orlando office has the capabilities and experience to provide the City with the range of services required for this contract. Our Orlando office is staffed by professionals who have dedicated their careers specifically to the development of innovative and effective solutions for planning, design and construction of municipal potable water, wastewater and reclaimed water projects. BFA has provided environmental and water/wastewater engineering services in Central Florida for 24 years and in 2009 we added surveying and mapping as a discipline we provide in-house. Shortly thereafter we added subsurface utility engineering (SUE) services to round out our full service survey division. BFA's experience in Central Florida covers the full range of services the City is requesting for a Master Contract - subject to CCNA requirements. BFA is located just 25 minutes from downtown Sanford and currently provides similar continuing professional engineering services for the following Florida clients: Orange County, City of Orlando, City of Longwood, City of Ocoee, City of Titusville, City of Tampa, City of Ormond Beach, City of Riviera Beach, Toho Water Authority, Southwest Florida Water Management District and Suwannee River Water Management District. We offer the City of Sanford an experienced team who have focused their careers on public utilities and who have experience with a wide variety of projects. We have complimented the abilities of our own staff with those of our subconsultants, selected based on their previous experience, and outstanding performance with BFA on previous projects. 1230 Hillcrest Street - Orlando, Florida 32803 Office (407) 898-8608 - Fax (407) 896-1822 Ms. Marisol Ordonez July 30, 2018 Page 2 The BFA Team consists of the following firms: ® Barnes, Ferland and Associates, Inc. - Prime Consultant (MBE) ® Antillian Engineering Associates, Inc — Geotechnical Engineering (MBE) • Civil -Site Engineering, Inc. - General Civil Engineering (WBE) ® EMI Consulting Specialties, Inc. — Electrical/Instrumentation/Mechanical Additionally, as an African-American owned firm we pride ourselves on the work we do in minority communities and in April of 2013 1 was honored to be recognized as a Champion of Change by the White House for my work to help build resiliency and sustainability in communities at the local level. We fully understand the challenges facing communities and are very proud to have the opportunity to serve a City with such a rich cultural history. The contents of this submittal are true and accurate and express our strong desire to work with the City of Sanford. The BFA Team has the expertise, experience, availability, and commitment to provide quality, responsive and cost effective service to the City. We appreciate your consideration and look forward to the opportunity to work with the City. Sincerely, Barnes, Ferlanti and Associates, --In Patrick A. Barnes, P.G. President ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) City of Sanford Professional Consulting Services Consultants Competitive Negotiations Act (CCNA) 2. PUBLIC NOTICE DATESOLICITATION OR PROJECT NUMBER T 06/29/2018 RFQ 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Patrick A. Barnes, P.G., President / CEO 5. NAME OF FIRM Barnes. Ferland and Associates. Inc. dba: BFA Environmental 407-896-8608 .Com C. PROPOSED TEAM (Complete this section for the prime contractor and all kev subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) (Check) 2 Wzx 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT CL 'Fm° Barnes, Ferland and Associates, 1230 Hillcrest Street, Suite 100 Surveying, Environmental Inc. dba: BFA Environmental Orlando, FL 32803 Engineering, Water/ a. �/ Wastewater Engineering CHECK IF BRANCH OFFICE EMI Consulting Specialties, Inc. 5742 River Bed Road Electrical / Instrumentation b Groveland, FL 34736 CHECK IF BRANCH OFFICE Antillian Engineering Associates, 3331 Bartlett Bkvd, Geotechnical Engineering C. J Inc. Orlando, FL 32811 R CHECK IF BRANCH OFFICE Civil / Site Engineering, Inc. 1645 N. Maitland Avenue General Civil Engineering d. ✓ Maitland, FL 32751 CHECK IF BRANCH OFFICE e. CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached, check here) Electrical/Instrumentation Pete Hoanshelt, PE (EMI Consulting Specialties) Support Services Geotechnical General Civil Engineering Peter Suah, PE Andrea Jernigan-Gwinn, PE (Antillian Engineering) (Civil/Site Engineering) STANDARD FORM 330 (REV 8/2016) PAGE 4 12. NAME Millie E. Thomas, PE 15, FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT Vice President / Senior Project Manaaer — Water / Wastewater 14. YEARS EXPERIENCE A. TOTAL I b. WITH CURRENT FIRM 24 18 Barnes, Ferland and Associates, Inc. (Orlando, Florida) 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATEAND DISCIPLINE) B.S., Civil Engineering Professional Engineer — FL 57612 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Thomas is a Senior Engineer with over 24 years of experience in utility and municipal engineering, master planning, water resources engineering, design and construction of water and wastewater treatment facilities, effluent reuse and disposal, water distribution/transmission and pumping systems, wastewater collection/transmission and pumping systems, and well field development and well pumping systems. As Senior Project Manager and Vice President at BFA, Mr. Thomas supervises and coordinates various engineering and project management activities related to BFA staff members and subconsultants ensuring project objectives, schedules and client expectations are met. Specific experience includes the planning, design, permitting and construction management of over 50 miles of pipelines ranging from 2 -inch diameter distribution mains to 30 -inch potable water and wastewater transmission mains, and over 30 pump station designs for potable water, raw water, wastewater, reuse, and stormwater conveyance systems. Mr. Thomas also has experience evaluating and designing wastewater, potable water, and reuse water convevance systems usino various hydraulic modelina Dlatforms and intearation with GIS Maooino. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Orlando Continuing Professional Wastewater Engineering Services - Marks PROFESSIONAL CONSTRUCTION (If applicable) SERVICES Street Utility Improvements Project, Orlando, FL 2015 2017 (3) BRIEF DESCRIPTION (Bnefscope, size, cost, etc.) AND SPECIFIC ROLE $589,155 Design Fee ® Check if project performed with current firm Sr. Project Engineer — Provided assistance with preliminary design report, preliminary engineering, final design and permitting services for the installation of an upsized (15 -inch) sanitary sewer system and a replacement water main system on Marks Street from Orange Avenue to Highland Avenue. The project is primarily a joint utility improvement project between the City of Orlando and OUC which also requires some storm drainage improvements and extensive roadway reconstruction. The length of the utility improvements is 2,000 linear feet. The City's construction delivery method for this project is Construction Manager at Risk (CMAR). Extensive coordination with the City's CMAR, Garvey Construction, has been ongoing while Garvey is preparing their Guaranteed Maximum Price for the work and preparing to begin construction in October 2015. (2) YEAR COMPLETED (1) TITLE AND LOCATION (City and State) City of Orlando Continuing Professional Wastewater Engineering Services — Millenia PROFESSIONAL CONSTRUCTION (If applicable) Boulevard Force Main Improvement, Orlando, FL SERVICES2017 2018 (3) BRIEF DESCRIPTION (Bnefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager— Provided preliminary and final design, and permitting services for the wastewater transmission force main design to bypass existing gravity sewer that has reached design capacity. The project is located within a highly congested and high traffic volume corridor adjacent to the Mall at Millenia. Coordination with Mall at Millenia representatives and potential impacts to peak shopping events requires the project to be constructed utilizing horizontal directional drilling method and during night time hours on off peak shopping seasons. Project includes 3,000 feet of 10 -inch wastewater force main; and a 200 feet bridge crossing at Shingle Creek. Engineering fees of $95,000 and construction costs of $1.3 million. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Orange County Utilities Continuing Utilities Engineering Services - Apopka Boulevard PROFESSIONAL CONSTRUCTION (If applicable) Water Main Project, Orange County, FL SERVICES2009 2013 (3) BRIEF DESCRIPTION (Bnefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Senior Project Engineer — Provided preliminary design, final design, permitting, bidding and award, and construction administration services for the installation of 1,790 feet of 20 -inch water main, 3,120 feet of 16 -inch water main, 120 feet of 16 -inch horizontal directional drill, 1,580 feet of 12 -inch water main, 230 feet of 12 -inch horizontal directional drill, 9 fire hydrants, 14 system valves, 7 service connections, and a 24 x 20 -inch wet tap along Apopka Boulevard (Lake Pleasant Rd to Platinum Rd and Vulcan Rd to Palm Ave) and segments along Overland Rd and Palm Ave to US 441. Engineering fees of $131,214 and construction costs of $1,072,000. (1) TITLE AND LOCATION (City and State) PROFESSIONAL CONSTRUCTION (If applicable) City of Riviera Beach Utility Special District Continuing Professional Engineering Services — SERVICES (SFWMD) Water Use Permit Renewal, Riviera Beach, FL 2012 N/A (3) BRIEF DESCRIPTION (Bnefscope, size, cost, etc.) AND SPECIFIC ROLE $122,789.57 ® Check if project performed with current firm Project Manager/Sr. Engineer - Negotiated favorable Water Use Permit conditions on behalf of the Utility District. Assisted with meetings with Senior SFWMD personnel, groundwater flow modeling analysis, and development of well field operation plan that minimized wetland impacts as well as saltwater intrusion. After over 15 years, BFA was successful in obtaining a 20 -Year permit on behalf of the Utility District. STANDARD FORM 330 (REV 812016) PAGE 6 12. NAME Geoff Hennessy, PE 15. FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT 14. Senior Project Engineer — Water A.TOTAL / Wastewater 39 Barnes. Ferland and Associates. Inc. (Orlando. Florida) b. WITH CURRENT FIRM 9 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S., Environmental Engineering Professional Engineer — FL 58637 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Hennessy is a Senior Project Manager with 39 years of experience including planning, design, permitting, bidding and construction of municipal water and wastewater transmission, distribution and collection systems including pumping stations. He has participated in the design of over 130 miles of Central Florida municipal pipeline projects with a construction value in excess of $58 million. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Orlando Continuing Professional Wastewater Engineering Services -Marks PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Street Utility Improvements Project, Orlando, FL 2015 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $589,155 Design ® Check if project performed with current firm Project Manager— Provided preliminary design report, preliminary engineering, final design and permitting services for the installation of an upsized (15 -inch) sanitary sewer system and a replacement water main system on Marks Street from Orange Avenue to Highland Avenue. The project is primarily a joint utility improvement project between the City of Orlando and OUC which also requires some storm drainage improvements and extensive roadway reconstruction. The length of the utility improvements is 2,000 linear feet. In addition to the sanitary sewer system improvements, the design drawings included extensive Maintenance of Traffic Plans which involved multiple traffic detours and four (4) main phases of construction, stormwater pollution prevention plans, and roadway removal and replacement plans. Because the project corridor is extremely congested with other existing utilities, extensive coordination with Utility Owners subsurface utility engineering was necessary. Because the project crosses Orange Avenue and Magnolia Avenue, which are FDOT rights-of-way, extensive coordination with FDOT incluing an FDOT permit was necessary. The project also required an FDEP Wastewater Permit and an NPDES Permit. The project also involved preparing and conducting two (2) public involvement meetings, and numerous meetings with Lake Highland Preparatory School. The City's construction delivery method for this project is Construction Manager at Risk (CMAR). Extensive coordination with the City's CMAR, Garvey Construction, has been ongoing while Gamey is preparing their Guaranteed Maximum Price for the work and prepariing to begin construction in October 2015. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Orlando Continuing Professional Wastewater Engineering Services - Dahlia PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Drive Sanitary Sewer Improvements Project, Orlando, FL 2015 2016 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager — Provided preliminary engineering, final design, permitting and construction phase services for the installation of an upsized sanitary sewer system on Dahlia Drive from east of Semoran Blvd. to Alder Drive. The project involved the installation of approximately 4,000 feet of 15 -inch gravity sanitary sewer, 15 sanitary manholes and 36 sanitary sewer laterals in an existing Orlando residential neighborhood located in unincorporated Orange County but within the City's wastewater service area. In addition to the sanitary sewer system improvements, the design drawings included extensive Maintenance of Traffic Plans which involved multiple phase traffic detours, stormwater pollution prevention plans, and roadway removal and replacement plans. Because the project was located in Orange County right-of-way, extensive coordination with Orange County Public Works Department and a right-of-way permit was necessary. The project also required an FDEP Wastewater Permit. The project also involved preparing and conducting two (2) public involvement meetings. The project is nearing completion of construction and all the sanitary sewer work has been completed. Project Construction Cost is $1,366,110. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES 2009 CONSTRUCTION (If applicable) 2013 Orange County Utilities Continuing Utilities Engineering Services - Tier 15 Pump Station Improvements, Orange County, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager — Project involves the preliminary engineering, final design, permitting, bidding and award, and construction phase services for the rehabilitation of three (3) Orange County Utilities wastewater pump stations that are currently aged and substandard. The three pump stations (ranging from 15 HP to 20 HP) will be rehabilitated by replacing the wet wells and valve vaults, electrical control panels, emergency pump out connections, SCADA control, driveways and fencing. Estimated construction cost is $780,000. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES 2008 CONSTRUCTION (If applicable) 2011 Orange County Utilities Continuing Utilities Engineering Services - West State Road 50 Utility Improvements, Orange County, FL (s) bHlt=l- UESUKIN l IUN (tsnet scope, size, cost, etc.) ANU SF'EUFIc MULE l9 Check if project performed with current firm Project Manager — As part of a Joint Project Agreement (JPA) between Orange County and FDOT, provided preliminary engineering, final design, permitting, bidding and award, and construction phase services for the installation of 11,500 feet of 4 -inch through 8 -inch force main, 1,300 feet of 8 -inch gravity sanitary sewer, 1,500 feet of 4 -inch through 12 -inch water main,5,300 feet of 16 -inch water main, and 1,200 feet of 42 -inch water main. The project also included the slip lining of 1,220 feet of existing 24 -inch gravity sanitary sewer piping, lining 7 sanitary manholes, and site improvements at a wastewater pump station. The contractors bid price for the project was $4,639,982. STANDARD FORM 330 (REV 8/2016) PAGE 6 12. NAME John D. Watson, PH 15, FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT Sr. Scientist (Hydrology) - Environmental Barnes, Ferland and Associates, Inc. (Orlando, Florida) 14. YEARS EXPERIENCE A. TOTAL I b. WITH CURRENT FIRM 35 1 24 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S., Hydrology Professional Hydrologist—FL Ground Water No. 1478, American Institute of Hydrology - 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Watson is a Senior Project Manager/Hydrogeologist with more than 35 years of experience as an investigator and manager of a wide variety of geoscience projects. His professional positions, in both the consulting and regulatory arenas, have provided him with a unique range of experience and perspective on water resource projects. Areas of specialization include: Water Resources Management and Planning; Water Use Permitting and Compliance; Ground -Water Exploration and Development; Aquifer Storage and Recovery; Water Well Design, Bidding and Construction Management; Aquifer Testing and Analysis; Ground -Water Flow Modeling; Statistical Analysis; Wetland Hydrology and Impact Evaluation; Monitor Well Network Desiqn and Implementation; Ground -Water Quality and Contamination Assessment and Land Application for Reclaimed Water Systems. Water Supply Planning and Permitting, Various Florida 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Senior Hydrologist – Mr. Watson provided water supply planning and permitting services to the Cities of Titusville, Ormond Beach, Altamonte Springs, Maitland, Melbourne and prepared water Consumptive Use Permit renewals that involved groundwater flow modeling to evaluate potential well field impacts. Developed and implemented saline and Wetlands Monitoring Plan and prepared annual reports that summarize the wetland conditions. Coordinated an evaluation of Division Avenue Well Field to assess the future reliability. Provided well design and construction management of 12 supply wells. Evaluated the feasibility of using treated stormwater as an alternative irrigation source for a large residential community. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED NAVFAC Basic Ordering Agreement, NAVFAC Southeast, Orlando, FL PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 2013 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $1,338,684 ® Check if project performed with current firm Project Manager for the long-term monitoring of eleven contaminated sites as part of the Navy Base Realignment and Closure process. This five-year contract involved state-of-the-art sampling, analysis and reporting criteria of over 658 monitor wells and surface water locations for a broad range of parameters. These sites were primarily contaminated by chlorinated solvents and/or petroleum hydrocarbons and require unique data collection methods and reporting requirements of NAVFAC projects. Mr. Watson's role involved project coordination with the client, laboratory and field staff and report preparation and project status presentations. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Tampa Work Order Agreement for Consultant Services - Old Manhattan PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Landfill, Tampa, Florida Ongoing N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $156,425.66 ® Check if project performed with current firm Provided project management, quality control and report preparation for the semi-annual surface water and groundwater compliance monitoring, which included 3 surface water locations and 8 groundwater monitoring wells. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Ormond Beach Continuing Contract for Environmental Services - Nova PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) Road Landfill, Ormond Beach, FL Ongoing N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $623,235 (2010 Contract) ® Check if project performed with current firm Since 2006, Mr. Watson has provided project management, quality control and report preparation for the semi-annual surface water and groundwater compliance monitoring, which included surface water locations and 35 groundwater monitoring wells. He also managed a Site Assessment to determine the offsite extent of arsenic and ammonia plumes for development of a Natural Attenuation Monitoring Plan. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Suwannee River Water Management District General Engineering Services, Live PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Oak, FL Ongoing N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $ 375,231 ® Check if project performed with current firm District Staff have identified groundwater monitoring data "gaps" in the SRWMD and developed a plan to close the gaps. Closing these gaps is essential for groundwater modeling improvements and long-term trend monitoring assessments. Monitor wells were designed for collecting representative water levels and water quality data. Mr. Watson was Project Manager for monitor well construction and testing at 25 new well sites within the Upper Floridan aquifer, intermediate and surficial aquifer systems. His role involved coordination and administration with District and Drilling Contractor, well design, construction management and summary report preparation. STANDARD FORM 330 (REV 8/2016) PAGE 7 12. NAME Cynthia Malone, PE 15. FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT Senior Project Engineer — Water A. TOTAL / Wastewater z4 Barnes. Ferland and Associates. Inc. (Orlando. Florida) b. WITH CURRENT FIRM 9 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S., Environmental Engineering Professional Engineer — FL 58685 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Ms. Malone is a Project Manager with 24 years of experience dedicated soley to the planning, design, permitting, bidding and construction of municipal water systems, wastewater collection and transmission systems, reclaimed water systems, pump station rehabilitations and pump station installations. She has participated in the design of over 600,000 linear feet of water, wastewater and reclaimed water piping projects with a construction value approaching $50 million. woligillamm: 11 m (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Orlando Continuing Professional Wastewater Engineering Services - Marks PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 2015 2018 Street Utility Improvements Project, Orlando, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $589,155 Design ® Check if project performed with current firm Project Engineer — Provided preliminary design report, preliminary engineering, final design and permitting services for the installation of an upsized (15 -inch) sanitary sewer system and a replacement water main system on Marks Street from Orange Avenue to Highland Avenue. The project is primarily a joint utility improvement project between the City of Orlando and OUC which also requires some storm drainage improvements and extensive roadway reconstruction. The length of the utility improvements is 2,000 linear feet. In addition to the sanitary sewer system improvements, the design drawings included extensive Maintenance of Traffic Plans which involved multiple traffic detours and four (4) main phases of construction, stormwater pollution prevention plans, and roadway removal and replacement plans. Because the project corridor is extremely congested with other existing utilities, extensive coordination with Utility Owners subsurface utility engineering was necessary. Because the project crosses Orange Avenue and Magnolia Avenue, which are FDOT rights-of-way, extensive coordination with FDOT incluing an FDOT permit was necessary. The project also required an FDEP Wastewater Permit and an NPDES Permit. The project also involved preparing and conducting two (2) public involvement meetings, and numerous meetings with Lake Highland Preparatory School. The City's construction delivery method for this project is Construction Manager at Risk (CMAR). Extensive coordination with the City's CMAR, Garvey Construction, has been ongoing while Garvey is preparing their Guaranteed Maximum Price for the work and preparing to begin construction in October 2015. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES 2015 CONSTRUCTION (If applicable) 2016 City of Orlando Continuing Professional Wastewater Engineering Services - Dahlia Drive Sanitary Sewer Improvements Project, Orlando, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer — Provided preliminary engineering, final design, permitting and construction phase services for the installation of an upsized sanitary sewer system on Dahlia Drive from east of Semoran Blvd. to Alder Drive. The project involved the installation of approximately 4,000 feet of 15 -inch gravity sanitary sewer, 15 sanitary manholes and 36 sanitary sewer laterals in an existing Orlando residential neighborhood located in unincorporated Orange County but within the City's wastewater service area. In addition to the sanitary sewer system improvements, the design drawings included extensive Maintenance of Traffic Plans which involved multiple phase traffic detours, stormwater pollution prevention plans, and roadway removal and replacement plans. Because the project was located in Orange County right-of-way, extensive coordination with Orange County Public Works Department and a right-of-way permit was necessary. The project also required an FDEP Wastewater Permit. The project also involved preparing and conducting two (2) public involvement meetings. The project is nearing completion of construction and all the sanitary sewer work has been completed. Project Construction Cost is $1,366,110. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES 2015 CONSTRUCTION (If applicable) 2015 Orange County Utilities Continuing Utilities Engineering Services - Ficquette Road Force Main Relocation Project, Orange County, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm Project Manager - As part of a Joint Project Agreement (JPA) between Orange County Utilities (OCU) and Orange County Public Works (OCPW), provided preliminary engineering, final design, permitting, bidding, award and construction administration services for the installation of 3,608 feet of 16 -inch force main constructed for OCU by OCPW's Ficquette Road Roadway Contractor within the Ficquette Road right-of-way. The force main improvement plans and technical specifications were incorporated into the roadway construction project through a JPA with OCPW. Project construction cost was $573,249. STANDARD FORM 330 (REV 812016) PAGE 8 ONTRACTe 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S., Environmental Engineering, Professional Engineer - FL 66465 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Ms. Giblin is an environmental engineer with sixteen years of experience of providing planning; design, permitting assistance and engineering services for potable water, wastewater, water resources, and reclaimed water projects. She has been involved in all phases of engineering and design, through construction. Ms. Giblin has performed planning and permitting assignments for many of the projects listed below. Ms. Giblin also has experience evaluating and designing wastewater, potable water, and reuse water conveyance systems using various hydraulic modeling platforms and graphical informations stems such as H2ONet, C bernet/Watercad and ArcGIS. -® (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Longwood Continuing Professional Services Contract — South Longwood PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Phase 1 Septic Abatement, Longwood, FL 2016 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Senior Engineer/Project Manager — Responsibilities included preliminary design, final design, permitting, construction management, public relations, grant and loan funding assistance and community meetings related to the septic tank abandonments and gravity sewer installation. Project management activities included coordination between project owners, funding sources, subconsultants, various governmental agencies, and residents. South Longwood Phase I included 17,000 -LF of 8" & 10" gravity sewer, 1,671 -LF of 8" force main, approximately 240 water service connections, and approximately 240 single family septic abandonments with sewer lateral connections in an existing residential community. Engineering fees of $416,598 and final construction costs of $5.2 million. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Longwood Continuing Professional Services Contract — Skylark Subdivision AC Water Main Replacement Longwood, FL 2015 2016 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Senior Project Engineer/Manager — Design, permitting and construction management services for the replacement of existing 2" through 8" asbestos -cement water mains with new water mains. Project included the installation of over 17,060 LF of 4", 6" and 8" PVC water main. The majority of work for this project was performed in an existing subdivision of approximately 233 residential lots. Preliminary design services included conducting an alternative analysis to evaluate pipeline installation methods open cut versus pipe bursting. Prepared design and bidding documents for alternative construction methods open cut and pipe bursting construction; open cut construction was selected with lowest responsible bidder. The project also included 250 foot horizontal directional drill of 8' HDPE water main to cross US 17/92. Prepared applications for FDEP permits with multiple clearance requests. Coordinated design and applied for right of way use permits with multiple jurisdictions over the project area including FDOT, City of Winter Springs and Seminole County. Engineering fees of $98,794 and final construction costs of $1.2 million. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County Utilities — Group 2 Force Main Projects R/R Preliminary Engineering 2016 N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer - Project included performing preliminary engineering on four (4) high priority wastewater force mains (consisting of approximately 11,700 - ft of 30 -inch DIP and 22,300 -ft of 24 -inch DIP) to define the scope of work for final design and construction activities.. BFA performed desktop analysis to review historical information from staff; prepare GIS maps; evaluate the profile of each pipe segment based on record drawings and hydraulic models; analysis of flow conditions, hydraulic grade lines and critical points along the alignment; and preparation of a preliminary design report summarizing the findings with recommended improvements. Task performed as a subconsultant to Brown and Caldwell. Engineering fees of $122,145. (1) TITLE AND LOCATION (City and State)2 YEAR COMPLETED PROFESSIONAL SERVICEs CONSTRUCTION (If applicable) City of Orlando Continuing Professional Wastewater Engineering Services — Conserv II Grit Removal Technology Review and Evaluation, Orlando, FL 2015 N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE IN Check if project performed with current firm Project Manager— Prepared preliminary design of the new grit pump and primary sludge grit removal system at existing Primary Clarifier No.1 at Conserv 11. Performed an evaluation of available grit removal technologies for treating primary sludge with return to the primary effluent flow stream. The project included visiting the site, preparing preliminary drawings or figures, preparation of hydraulic calculations for pump selection and design of piping. Completion of this evaluation serves as the basis of design for final design and construction of the recommended improvements. BFA will be completion final design services under a separate work authorization. Engineering fees of $48,700. STANDARD FORM 330 (REV 8/2016) PAGE 9 12. NAME William Miller, PLS 15. FIRM NAME AND LOCATION (City and State) Barnes. Ferland and Associates. Inc. 13. ROLE IN THIS CONTRACT 14, YEARS EXPERIENCE Land Surveyor and Mapper - A TOTAL b. WITH CURRENT FIRM Survevaina 49 9 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Florida Professional Surveyor and Mapper — LS5010 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Over 49 years of surveying experience. Duties include complete project management from inception through fee estimation and scope negotiations, proposals, supervision of field and office staff, client contact and delivery of record surveys. Exceptional skills at project budget and on time delivery of completed work. Surveyor of record for large Boundary Surveys, Topographic Surveys for design projects, photogrammetry support, construction staking and As -Built Surveys, Horizontal and Vertical Control Surveys, Legal Descriptions and Specific Purpose Surveys. m (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Conserv 11 Grit Removal Technology Review and Evaluation— City of Orlando PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2015 2015 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $ ® Check if project performed with current firm Designated underground utilities for engineering design within the project limits. Utilized electronic sensing equipment and ground penetrating radar to detect the lines and mark the ground surface for inclusion in the Topographic Survey. Created a field sketch of marks and industry standard color coding was maintained for both marking and sketches. Three vacuum excavations were performed to expose the utility for accurate location and elevation to aid in design. Excavation also provided the size, material, type of utility and general condition of the lines. A Test Hole Report Sketch was prepared to assist in the survey locating of the utility. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Ocoee Continuing Survey Services — Ocoee, FL On oin NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $37,500.56 to date 0 Check if project performed with current firm Since 2010, BFA has performed survey and mapping services. Perform review for proposed plat within city limits for conformance to Florida Statue 177, Subdivision Plat laws. Compare Boundary Survey to proposed plat, review of title commitment of the lands, compare legal descriptions between Boundary Survey, proposed plat and title commitment and all other components of statute. Field review to ensure proper monumentation was placed and shown correctly on the proposed plat. Preparation of parcel legal description for annexation. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Orlando Continuing Surveying Services Ongoing I NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $88,509 (2015 Contract) ® Check if project performed with current firm Subconsultant on four (4) city continuing survey contracts providing SUE services including designation and excavation of utilities throughout the City for wastewater pipeline and treatment projects. (1) TITLE AND LOCATION (City and State) 2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Marks Street Utility Improvements — Orlando, FL 2014 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $24,000 (Survey) ® Check if project performed with current firm Topographic surrey for the in-house design of the aging sanitary sewer system and replacement of water lines. Subsurface utility explorations to mark all utilities for inclusion in the survey and excavation of over 40 utility locations at critical conflict points. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Orlando Continuing Survey Services — Group 7 Lift Station Conversions — Orlando, FL 2014 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $20,000 ® Check if project performed with current firm As subconsultant on the continuing contract, BFA provides subsurface utility engineering exploration (SUE) to mark utilities at 5 lift station sites within the city for inclusion in the survey by others and design by the city. Excavation on 30 conflicting utility locations to assist in the final design. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Tetra Tech - City of Orlando Downtown Sewer Master Plan 2015 NIA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $12,365 (Survey) ® Check if project performed with current firm About 100 sanitary manholes were surveyed for location and elevation. Each manhole was opened and measurements were taken to determine pipe sizes, type of pipe and invert of the pipes. A manhole assessment was also performed for each manhole that described the type of manhole, condition, surcharge and other features within the manhole. Pictures were taken at each location and tied to the survey information. STANDARD FORM 330 (REV 8/2016) PAGE 10 12. NAME 13. ROLE IN THIS CONTRACT Michael Howe Sr. Environmental Scientist - Environmental 15. FIRM NAME AND LOCATION (City and State) Barnes, Ferland and Associates, Inc. (Orlando, Florida) A. TOTAL b. WITH CURRENT FIRM 22 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) The Ohio State University, B.S. Zoology, 1990 Authorized Florida Gopher Tortoise Agent, Florida Fish & Wildlife The University of Alabama, M.S., Aquatic Ecology, Limnology, Conservation Commission (FWC), License 177 Microbial Ecology, 1995 Florida Qualified Stormwater Management Inspector, Florida Department of Environmental Protection (FDEP), License 857 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Michael Howe is a skilled Project Manager and Ecologist with more than 22 years of scientific and technical consulting experience. His areas of specialties include: wetland impact and mitigation functional assessment, wildlife management planning and ecology, vegetation monitoring and water quality monitoring, watershed studies, and wetland and wildlife impact permitting. Environmental monitoring and assessments. Biological monitoring and assessments. Assessment of ecosystems res onses. Environmental Emitting sue2ort am E (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Malcolm Road Water Supply Facility Environmental Services for Orange County PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Utilities, Winter Garden Florida Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $73,225 ® Check if project performed with current firm Sr. Environmental Scientist providing wetland and wildlife survey and permitting services for the construction of a new water treatment facility on 62 acres of the Conserv II site in west Orange County. The project includes the construction of six new potable production wells, a new water treatment facility, and access road improvements. Specific ecological tasks include: FWC gopher tortoise permitting and relocation, USFWS sand skink surveys, preparation and submittal of a sand skink Habitat Conservation Plan (HCP), sand skink mitigation coordination, wetland surveys, FDEP agency coordination and ERP permit documentation. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If Orange County Utilities Storey Park Water Main, Orlando, FL applicable) 2016 NIA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $41,767 ® Check if project performed with current firm Sr. Environmental Scientist - Provided wetland and wildlife survey and permitting services for the construction of a new 24 -inch potable water main, a 30 -inch potable water main, a 36 -inch potable water main, and a 20 -inch reclaimed water main to serve projected potable water and reclaimed water consumptive and fire protection needs in the Storey Park Development. Specific tasks included: FWC gopher tortoise permitting and relocation, USFWS sand skink coordination, ERP and USACE wetland dredge and fill permitting and wetland mitigation . (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If STOPR Group Water Supply Monitoring Program, Central Florida applicable) 2016 NIA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $144,211 ® Check if project performed with current firm Sr. Environmental Scientist - Annual Wetland Monitoring for 39 sites — The City of St. Cloud, Tohopekaliga Water Authority, Orange County, Polk County, and Reedy Creek Improvement District (RCID), qualitative and quantitative vegetation monitoring, tend analysis and photostation documentation within each wetlands stem. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If Orange County Utilities Transmission Main Project applicable) NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $ ® Check if project performed with current firm An ecological assessment of the proposed transmission main corridors was conducted in support of the Preliminary Design Report (PDR) preparation. The transmission main project included: the planned construction of a 36 -inch potable water main, a 24 -inch reclaimed water main, a 16 -inch wastewater force main, and a 24 -inch wastewater main. Specific tasks included: wildlife and wetland surveys, identification of conservation easements in the proposed route, preparation of an ecological assessment report, and documentation of the proposed and alternative transmission main routes, mapping of gopher tortoise burrows, sand skink consultation with the USFWS with the conclusion that no sand skink surveys were required for the prosect. STANDARD FORM 330 (REV 812016) PAGE 11 12. NAME 13. ROLE IN THIS CONTRACT Patrick A. Barnes, P.G. Principal -in -Charge/ Sr. Project Manager - Environmental 15. FIRM NAME AND LOCATION (City and State) Barnes, Ferland and Associates, Inc. A. TOTAL I b. WITH CURRENT FIRM 33 24 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S., Geology Professional Geologist—FL No. 1211 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): As President of BFA, Mr. Barnes is responsible for the management of all day-to-day activities, client liaison and market development. He also manages the water resource needs for several of BFA's clients. He has designed and conducted numerous large-scale site water resource evaluations, managed several numerical and analytical groundwater flow analyses for contamination and water resource projects. He has also designed and performed hydrogeological investigations for many municipal and hazardous waste landfills. Mr. Barnes also works extensively in the community on citizen science and environmental justice issues. In 2006 founded non-profit organization dedicated to training at -risk inner city youth as environmental filed technicians. That organization, "Limitless Vistas, Inc. (LVI)" working through environmental restoration/training grants from the EPA, NOAA, DOE, DOL, The Nature Conservancy, Corps Network, Oxfam America, City of New Orleans, and BFA, has trained over 600 youth as environmental technicians. Mr. Barnes is a 2013 recipient of the "White House Champion of Change" award for his effort to provide iob traininq to at -risk populations. City of Titusville Continuing Water Resources Management, Titusville, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $337,055 (2017 Contract ® Check if project performed with current firm to date) Senior Project Manager/Principal responsible for overall management of BFA's projects for the City of Titusville. Specifically that work included designing and implementing the water future's study and engineering feasibility that led to the Area IV Wellfield. He also designed and managed the detailed water resources hydrogeological investigation and MODFLOW/SEAWAT groundwater model of northwest Brevard County, which led to a successful 20 -year, 2.75 MGD CUP from the region. This work required working very closely and often, in partnership with the SJRWMD. Mr. Barnes successfully provided expert testimony on behalf of the City associated with the CUP administrative hearing. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Ormond Beach Continuing Contract for Environmental Services - Ormond PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Beach, FL Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $77,701.15 (2017 Contract ® Check if project performed with current firm to Date) Senior Project Manager/Principal responsible for overall management of BFA's projects for the City of Ormond Beach. BFA has been providing hydrogeological and engineering services to the City of Ormond Beach since 1995. Among the services are contamination assessments for landfill monitoring and compliance, and remedial action plans for water supply systems, BFA performed wellfield relocation and rehabilitation; water supply system evaluation; Consumptive Use Permit renewal (20 -year duration); and wetlands monitoring program. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Suwannee River Water Management District General Engineering Services, Live PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Oak, FL Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $424,503 ® Check if project performed with current firm Principal -in -Charge of the all BFAs work with the SWFWMD - responsible for ensuring smooth administrative prosecution of all work orders, technical QA/QC of all deliverables, adequate levels of staffing, and timely execution of tasks; also responsible for management of all sub - consultants. Work completed by our Team includes development and implementation of the District wide groundwater monitoring well network improvement plan, which includes the design and construction of over 50 new monitoring wells and the MFL peer reviews for Lakes Butler and (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED NAVFAC Basic Ordering Agreement, NAVFAC Southeast, Orlando, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2013 N/A (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $1,338,684 ® Check if project performed with current firm Principal-in-Charge/Project Manager – Long-term monitoring and 0&M services at the former Naval Training Facility in Orlando, Florida. BFA is sampling 658 groundwater monitoring wells per year at 10 sites for a complex list of analytes. The sampling utilizes advanced near real time electronic capture and reporting of data in the field. There are also requirements for detailed field analytical work. BFA also provides water level gauging on several hundred wells annually. BFA staff members prepare all field reports, Work Plans, Health and Safety plans, and annual reports and assist with fact sheets for public dissemination. There are also Electronic Data Exchan a requirements for all of these sites. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Tampa Environmental Assessment Activities for Housing and Urban PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Development Funded Program to Acquire Foreclosed Properties, Tampa, FL 2012 N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $87,532 ® Check if project performed with current firm Principal -in -Charge of assessment activities including Phase 1/II ESA, Property Boundary Survey, Lead Based Paint Inspection, and Asbestos Containing Materials Inspection for HUD Program. Full Phase I ESA for sites in accordance with ASTM E1527 standards were completed for a total of 18 properties throughout the City of Tampa under the NSP Program. STANDARD FORM 330 (REV 8/2016) PAGE 12 12. NAME Benjamin Stormont, P.G. 15. FIRM NAME AND LOCATION (City and State) 16. EDUCATION (DEGREE AND SPECIALIZATION) B.S. - Geology 13. ROLE IN THIS CONTRACT Senior Geologist - Environmental Ferland and A. TOTAL I b. WITH CURRENT FIRM 12 1 tes, Inc. (Orlando, Florida) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Professional Geologist: Florida — 2848 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Stormont is a Professional Geologist with more than 12 years of experience working on well construction and contamination projects. He has been involved in the construction of 13 Upper Floridan aquifer production wells, 4 Lower Floridan aquifer production wells and one Lower Floridan aquifer exploratory wireline coring project. Areas of specialization include: Groundwater Exploration and Development; Water Well Design, Bidding and Construction Management; Aquifer Testing and Analysis; Wetland Hydrology and Impact Evaluation; Groundwater Quality and Contamination Assessment. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Tampa Work Order Agreement for Consultant Services - Old Manhattan PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Landfill, Tampa, Florida Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $156,425.66 ® Check if project performed with current firm Field Geologist performed semiannual sampling and compliance reporting services for a closed Class I landfill, as required by the FDEP Closure Permit. Provided groundwater and surface water sampling services, reviewed laboratory analytical data and applicable GCTLs and prepared semiannual compliance reports for submittal to FDEP. (1) TITLE AND LOCATION (City and State) 2) YEAR COMPLETED SWFWMD Hydrogeological Investigation of the Lower Floridan Aquifer in Polk PROFESSIONAL SERVICES CONSTRUCTION (If applicable) County (P280) - Crooked Lake Wellsite, Polk County, FL 2018 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $230,547 ® Check if project performed with current firm Project Field Geologist provided field data collection services during the construction of one Lower Floridan aquifer exploratory wireline corehole anticipated to be completed to a depth of approximately 3,200 feet below land surface. Monitored borehole grouting procedures and casing installation, collected daily drilling information including drilling conditions, rates and depth to water measurements. Performed field water quality analysis, reviewed and described rock core samples, observed and reviewed geophysical logs, selected intervals for packer testing and collected water quality samples for laboratory analysis. Prepared weekly summary reports, assisted with the preparation of the technical report and informed the Project Manager of site conditions and activities. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Orange County Utilities Oak Meadows WSF Well No. 5, Orange County, FL PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 2018 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $39,042 ® Check if project performed with current firm Field Geologist monitored grouting procedures, reviewed and described formation cuttings, observed and reviewed geophysical logs and monitored pilot hole advancement during the construction of one 16 -inch Lower Floridan aquifer production well, completed to a depth of 1,500 feet below land surface. Reviewed and described formation cuttings, monitored step -drawdown testing, monitored plumbness and alignment testing, informed the Project Manager of site conditions and activities and prepared well construction summary report. (1) TITLE AND LOCATION (Cityand State) 2 YEAR COMPLETED Orange County Utilities Malcolm Road WSF Well Nos. 1, 2, 3, 5 and 6R, Orange PROFESSIONAL SERVICES I CONSTRUCTION (IfapplicAable) Countv. FL 2018 NIA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $138,108 ® Check if project performed with current firm Field Geologist monitored grouting procedures, reviewed and described formation cuttings, observed and reviewed geophysical logs and monitored pilot hole advancement during the construction of four 24 -inch and one 18 -inch Lower Floridan aquifer production wells, completed to a depth of 1,300 feet below land surface. Reviewed and described formation cuttings, monitored step -drawdown testing, monitored plumbness and alignment testing, informed the Project Manager of site conditions and activities, prepared well construction summary report. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED CUP Wetland Impact Monitoring, Various FL PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 2017 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Mr. Stormont provided project management and reporting services for CUP wetland monitoring for the Cities of Leesburg, Mascotte, Mount Dora, Groveland, Minneola, Eustis and the Town of Howey -in -the -Hills. Compiled water level and rainfall data for CUP compliance reporting and coordinated the maintenance of existing sites. Project Manager for the establishment of five new CUP wetland monitoring sites for the Cities of Leesburg, Mascotte and Mount Dora and prepared monitoring site establishment reports. STANDARD FORM 330 (REV 8/2016) PAGE 13 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Senior Designer — Water / A. TOTAL b. WITH CURRENT FIRM Wastewater 37 4 Barnes, Ferland and Associates, Inc. (Orlando, Florida) 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Associates of Arts (AA) Pre -Engineering, Seminole Community College Wastewater/Water Operations Course, 1986, Seminole Community College 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Burgan is a Senior Designer. He provides planning, design and permitting of municipal water, wastewater and reclaimed water transmission and distribution systems, as well as wastewater collection systems (including pumping stations). He has participated in the design of several entirely new wastewater treatment facilities and many more expansions and up -grades for municipal utilities in the Central Florida area. Over a period of 32 years, he has been involved with design of more than 60 municipal wastewater pumping stations and pipeline projects up to 54 -inch in diameter in Florida. Mr. Burgan has been involved with many water treatment, storage, disinfection and pumping facilities as well. Mr. Burgan has been involved in all phases of engineering including planning, design, production of plans, specification coordination and writing, permitting, cost estimating, bidding assistance, bidding evaluation and all construction phase services. Mr. Burgan is a specialist in the area of Hydraulic Analysis, having performed CAD based hydraulic modeling since 1991 for major water distribution systems, wastewater transmission, smaller commercial site analysis as well as in - plant facility water modeling and hydraulic calculations. Mr. Burgan often performs services to support the Construction Phase including shop drawing review, answerino Contractor's reauest for information (RFI's) and contract documentation. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Orange County Utilities Continuing Utilities Engineering Services - Pump Station PROFESSIONAL SERVICES CONSTRUCTION (If applicable) R/R Package 10 Improvements, Orange County, FL N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $252,774.12 ® Check if project performed with current firm Senior Designer/Project Coordinator during Construction, Prepare Pre -Construction Conference materials and minutes. Prepare Construction Progress Meeting agenda, conduct the meeting and provide minutes. Review shop drawings and process Contractors request for information (RFI's). Prepare application and obtain FDEP Clearance for placing facilities into operation. Attend Final Inspection and prepare Record Drawings for owner. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Orange County Utilities Continuing Utilities Engineering Services - Anderson Road PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Water and Force Main Replacement Project, Orange County, FL N/A l (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $162,164.37 ® Check if project performed with current firm Senior Designer, Prepared Preliminary Design Report, Final Design documents including drawings, specifications and cost estimates. Prepared Public Involvement materials for Public Meeting. Performed Bidding Evaluation and Recommendation of Award. Prepared Pre -Construction Conference materials and minutes, reviewed shop drawings and processed RFI's. Prepared and obtain clearance request for FDEP Permits. Attend Final Inspection and prepare Record Drawings. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Gravity Package 11 & 12, Orange County Utilities -Brown & Caldwell, Orange County, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) FL N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $25,012 ® Check if project performed with current firm Senior Designer/Project Coordinator during Construction, Prepare Pre -Construction Conference materials and minutes. Prepare Construction Progress Meeting agenda, conduct the meeting and provide minutes. Review shop drawings and process Contractor's request for information (RFI's). Attend Final Inspection and prepare Record Drawings for owner. (1) TITLE AND LOCATION (CityandState) 2 YEAR COMPLETED City of Titusville -Seminole Lift Station Improvements, Titusville, FL PROFESSIONAL SERVICES I CONSTRUCTION (If applirAable) N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Designer — Completed design, plans and specifications for rehabilitation of a 53 year old wastewater lift station positioned on the shore of the Indian River Lagoon. The project included rehabilitation of the concrete wetwell, pumps, piping and control panels. A generator with transfer switch and building was added. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED "i MC30 Pumping Station — Citrus County PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Designer — Completed design, plans and specifications for a new master pumping station constructed in the vicinity of CR486 and CR491 in Citrus County. The MC30 pumping station included variable speed drive triplex submersible pumps, concrete wetwell, electrical building, odor control system and electromagnetic flow meter. The roadway project that included the wastewater improvements also included 25,000 feet of 16- inch and 7,500 feet of 20 -inch wastewater force main. STANDARD FORM 330 (REV 8/2016) PAGE 14 Katie Ballew 15. FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT Environmental Scientist - Environmental 14. YEARS EXPERIENCE A. TOTAL b. WITH CURRENT FIRM 10 1 9 Barnes, Ferland and Associates, Inc. (Orlando, Florida) 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Florida Gulf Coast University, B.A., Environmental Studies, 2008 Florida Authorized Gopher Tortoise Agent OSHA HAZWOPER (29 CFR 1910.120) 40 -hour certification 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Ms. Ballew has ten years' experience in environmental science and wetland ecology specializing in water resources, habitat restoration, and plant biology. Her experience includes ecological assessments, endangered species mitigation, disturbance impact analysis, nutrient loading evaluation, wetland and watershed delineation, soil and water sample collection and data analysis, hydrologic modeling, vegetative and ground water monitoring and Phase I Environmental Site Assessments (ESAs). IN a F, - TLE AND LO 2 YEAR COMPLETED olm Road Water Supply Facility Environmental Services for Orange County PROFESSIONAL SERVICES CONSTRUCTION (If applicable) ies, Winter Garden Florida Ongoing NIA RIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $73,225 ® Check if project performed with current firm staff environmental scientist, Ms. Ballew conducted ecological and wildlife surveys for the presence of gopher tortoises, blue tailed mole s and sand skinks in accordance with the guidelines established by the Florida Fish and Wildlife Conservation Commission (FWC). This was completed to mitigate for potential impacts from the construction of a new water supply facility on a 64 acre parcel of County owned within the Water Conserv II RIB Site 6 property. (1) TITLE AND LOCATION (City and State) 2 YEAK UUMNLI= I LU Orange County Solid Waste Department (OCSWD) Western Borrow Pit Dewatering PROFESSIONAL SERVICES I CONSTRUCTION (If Project, Orange County, FL applicable) J 9 Y On oin NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $72,249 Z Check if project performed with current firm As part of an ongoing dewatering program Ms. Ballew conducts monthly visits to 14 wetland monitoring sites surrounding the Western Borrow Pit area. During the visits Ms. Ballew collects data gathered from loggers tracking daily ground and surface water level fluctuations and provides basic maintenance for the data loggers. Ms. Ballew submits reports containing text, tables, graphs, photos, and findings on a semi-annual basis. (1) TITLE AND LOCATION (City and State) Shingle Creek STA Evaluation, Orlando, FL. PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $19,693 ® Check if project performed with current firm Ms. Ballew assisted AMEC in performing field reconnaissance and subsequent flow monitoring and surface water sampling at four locations occurring monthly along the lower Orange County portion of Shingle Creek and four tributary inputs. This project includes approximately 80 square miles of Orange County along with 70 named lakes and ten named tributaries and will help Orange County identify potential regional stormwater treatment area. (1) TITLE AND LOCATION (City and State) City of Apopka Water Reclamation Facility (WRF) Environmental Services 2 YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 1 2017 1 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $38,179 ® Check if project performed with current firm Ms. Ballew prepared an updated ecological assessment report and conducted a jurisdictional wetland determination, 100 % gopher tortoise survey gopher tortoise off-site relocation to prepare for upcoming improvements to the WRF. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If Orange County Utilities Storey Park Utilities, Orlando, FL applicable) 2016 NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $41,767 ® Check if project performed with current firm Ms. Ballew prepared an Ecological Assessment report, jurisdictional wetland survey, preliminary gopher tortoise survey, and gopher tortoise off- site relocation on future wastewater force main routes, water main routes, and reclaimed water main routes in the Storey Park Utilities area. The project consists of approximately 25,200 feet of pipeline corridor in southeast Orange County. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If STOPR Group Water Supply Monitoring Program, Central Florida I 2016 applicable) NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $144,211 ® Check if project performed with current firm Ms. Ballew performed vegetative transect monitoring for 39 sites during the dry season. Transect monitoring activities consisted of a qualitative description of vegetation by stratum and zone. Plant communities were described by using a line intercept method located 10 feet on one side of the main transect line listing all vascular plant species present. Ms. Ballew also assisted in performing hydric soil profiles and location of season NO / normal pool for 2 selected sites. STANDARD FORM 330 (REV 8/2016) PAGE 15 15. FIRM NAME AND LOCATION (City and State) 13. ROLE IN THIS CONTRACT Senior Field Technician - Environmental Barnes, Ferland and Associates, Inc. (Orlando, Florida) 14. YEARS EXPERIENCE A. TOTAL I b. WITH CURRENT 11 1 11 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Seminole State College, Associates of Art - 2004 OSHA HAZWOPER (29 CFR 1910.120) 40 -hour certification University of Central Florida 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.): Mr. Allen is a Field Technician with eleven years of experience which includes data and soils and water sample collection, report processing, and instrumentation installation. He also manages BFA's IT resources and is proficient in using various engineering software including ArcGIS and databases. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Tampa Work Order Agreement for Consultant Services - Old Manhattan PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Landfil Groundwater Quality and Gas Monitoring, Tampa, Florida Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $156,425.66 ® Check if project performed with current firm Under a continuing contract Mr. Allen performed monitoring activities necessary for permit compliance for the maintenance of the Manhattan Landfill. Activities include monitoring landfill gas as a percentage of the Lower Explosive Limit (LEL) calibrated to methane at four gas wells, groundwater sampling events at eight monitoring wells, and surface water sampling at three locations. (1) TITLE AND LOCATION (City and State) 1(2) YEAR COMPLETED Orange County Solid Waste Department (OCSWD) Western Borrow Pit Dewatering PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Proiect, Oranqe County, FL Ongoing NIA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE $72,249 ® Check if project performed with current firm As part of an ongoing dewatering program Mr. Allen conducts monthly visits to 14 wetland monitoring sites surrounding the Western Borrow Pit area. During the visits he collects data gathered from loggers tracking daily ground and surface water level fluctuations and provides basic maintenance for the data loggers. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Ormond Beach Continuing Environmental Contracts, Ormond Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $623,235 (2010 Contract) ® Check if project performed with current firm Since 2008, Mr. Allan has provided surface water and groundwater water quality sampling and water level measurements for compliance monitoring, which included surface water locations and 35 groundwater monitoring wells. Groundwater samples were collected with the use of a peristaltic pump and low flow techniques, while using multiparameter sensor equipment to monitor stabilization parameters. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED NAVFAC Basic Ordering Agreement, NAVFAC Southeast, Orlando, FL PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) 2013 NIA (3) BRIEF DESCRIPTION (Bdefscope, size, cost, etc.) AND SPECIFIC ROLE $1,338,684 ® Check if project performed with current firm Mr. Allen performed the quarterly sampling and testing of 500 groundwater wells at 9 sites throughout the former naval training base in order to assess the natural attenuation process of petroleum and chlorinated solvents and arsenic for the closed navy base in Orlando for 5 years. Use of proper sampling techniques to collect groundwater for multiple types of field analysis: CO2, Hydrogen Sulfide, Ferrous Iron, Manganese, and Dissolved Oxygen Hach kits. Use of YSI, Hydrol-ab and In-situ analysis equipment. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED City of Tampa Brownfields Community Wide Assessment Grant 1 Sub to Terracon PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Consultants. Inc. Ongoing NIA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE $34,000 ® Check if project performed with current firm Provided soil and groundwater quality sampling for EPA Brownfield assessment of multiple sites in the Tampa area. Soil samples were collected at given locations and predetermined depths with the use of a hand auger. Groundwater samples were collected with the use of a peristaltic pump and low flow techniques, while using multiparameter sensor equipment to monitor stabilization parameters. STANDARD FORM 330 (REV 812016) PAGE 16 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT so ,L) ----- - ---- -- 42rr piq Willard C. Hoanshelt 15. FIRM NAME AND -BSEE .ff6f 14;F —R PROFESSIONAL Electrical Engineer (CITY AND STATE) 27 River Bed Rd --­---- - GovelandiFlorida lorda 34736 ffi—i— F�-6�-W-iltd) - ] iiCURkEfR0FESSd�KCkEGSTaT0WSIWTff4ODIS6ilAff i 19. RELEVANT PROJECTS applicable) Seminole County SER Ozone Water 2015 2017 a. (3) BRIEF DESCRIPTION (Brief scope, siz,.., cost, otz) AND SPECIFIC RILE check if propct rnrformed with curr,,,nt firm Electrical Engineer. Mr. Hoanshelt provided electrical, power distribution, fighting, instrumentation & control design. This project included a 480 -volt power distribution with stand-by generator and automatic transfer system. Instrumentation and controls included a centralized control room. Cost: $0.9 million 1 (1) TITLE AND LOCATION YEAR COMPLETED Volusia County: I 20� 16 2018 Daytona Reach Waste to Water Treatment Plant b. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE check if project performed with current firm Electrical Engineer. Mr. Hoanshelt provided the power and distribution of normal and emergency power to the i wastewater to water treatment facility motor, lighting and miscellaneous loads. Also, responsible for the i computer-based data acquisition and monitoring system design with field analytical and process instrumentation including interfacing with the County telemetry systems. Cost- $1.2 million Seminole County: Lynwood Water Plant 2015 i 2016 C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE check if project performed with current firm Electrical Engineer. Mr. Hoanshelt provided the power and distribution of normal and emergency power to the water treatment facility motor, lighting and miscellaneous loads. Also, responsible for the computer-based data acquisition and monitoring system design with field analytical and process instrumentation including interfacing with the County telemetry systems. Cost: $7.5 million PRo0es5ioNAL SERVICES City of Winter Garden: II Daniels Rd 2015 2016 N F ) (3BRIEDESCRIPTIO(Brief scope, size, cost, etc) AND SPECIFIC ROLE check if project performed with currant firm d. F - Electrical Engineer. Mr. Hoanshelt provided the design of a 480 -volt power distribution system with standby generator for a water reclaimed booster pump station. This project included a computer based data acquisition system utilizing real-time data acquisition with a programmable logic controller networked to a PC computer, monitor and printers. Networking of the plant control system via a radio telemetry. Flow metering, level and j analytical instrumentation were implemented. Cost: $1.2 million Polk County: Reuse Pump Station 2017 2016 (3) BRIEF DESCRIPTION(Brief scope, size, cost, etc) AND SPECIFIC ROLE check if project performed with current firm Electrical Engineer: Mr. Hoanshelt provided the design of the reuse pump station and storage to serve the West area of Polk County. The project utilized 3-100HP variable speed drives and controls. The project included the design of a programmable logic controller based control system to implement automatic pumping. i The control system included interfacing with the County's SCADA system, flow metering and level 1 monitorin&. Cost: 50.8 million STANDARD FORM 330 (REV 8/2016) PAGE 17 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com fete one Section E for each key person.) 14. YEARS EXPERIENCE 12 NAME 13, ROLE IN THIS CONTRACT a. TOTAL b wrfH CURRENT FIRM Peter G. Suah, P.E. Geotechnical Engineering 36 26 15. FIRM NAME AND LOCATION (Cityand State) Antillian Engineering Associates, Inc., 3331 Bartlett Boulevard, Orlando, Florida 32811 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) M.S., Geotechnical Engineering, 1989 Florida, Professional Engineer B.Sc., Civil Engineering, 1982 18. OTHER PROFESSIONAL QUALIFICATIONS (Pubkations, Organizations, Training, Awards, etc.) American Society of Civil Engineers, National Society Of Professional Engineers, Bahamas Society of Engineers 19. RELEVANT PROJECTS Relevant Projects: (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Marks Street Sanitary System Improvements PROFESSIONAL SERVICES CONSTRUCTION (If Applicable) Orlando, Florida 2015 NA I e (3) BRIEF DESCRIPTION (Brrefscope, size, cost, etc.) AND SPECIFIC ROLE [X] Check if project performed with current firm Responsible Professional, geotechnical engineering. New sanitary sewer main along urban residential street. Mr. Suah directed the geotechnical investigations, assessed subsurface conditions for both conventional construction and ArrowBoreTM installation and prepared the project geotechnical report. Approximate fee: $15,000.00. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If Applicable) Holden Heights Infrastructure Improvements Orange County, Florida 2011 NA I (3) BRIEF DESCRIPTION (Brier scope, size, cost, etc) AND SPECIFIC ROLE [X] Check if project performed with current firm a• Responsible Professional, geotechnical engineering. Sixteen miles of new sanitary sewer lines, three lift stations, three miles of force main and nine stormwater ponds in densely populated urban district with difficult soils. Mr. Suah directed multiple geotechnical investigations, coordinated several underground utility companies, surveyors and drilling contractors. More than 160 test borings were drilled and several lab testing campaigns were conducted. Mr. Suah developed recommendations for underground utility construction and stormwater facilities and supervised preparation of the geotechnical reports. Approximate fee: $55,000.00. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Conserv ( Relocation PROFESSIONAL SERVICES CONSTRUCTION (IrAppiicabte) Orlando, Florida 2010 NA I b. (3) BRIEF DESCRIPTION (Brief scope. size, cost, etc) AND SPECIFIC ROLE [X] Check if project performed with current firm Responsible Professional, geotechnical engineering. New tanks and related facilities on wastewater plant site with high -compressibility soils. Mr. Suah directed the geotechnical investigations using conventional test borings and CPT to expedite assessment of potentially excessive settlements and develop recommendations that helped to keep project construction costs within budget. Approximate fee: $11,300.00. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Conserv li Tank Foundation Improvements PROFESSIONAL SERVICES CONSTRUCTION (if Applicable) Orlando, Florida 2011 NA C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE [X] Check if project performed with current firm Responsible Professional, geotechnical engineering. Deep pressure grout injection beneath site for new tank at wastewater recovery plant. Mr. Suah directed the injection monitoring program to ensure that remedial work was being done in accordance with recommendations by design geotechnical engineer, tracked material quantities and prepared periodic reports for the City. Approximate fee: $21,000.00. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Conserv t) Earthwork PROFESSIONAL SERVICES CONSTRUCTION (n Applicable) Orlando, Florida 2010 NA I (3) BRIEF DESCRIPTION (Brierscope, size, cost, etc) AND SPECIFIC ROLE [X] Check if project performed with current firm Responsible Professional, geotechnical engineering. Earthwork for wastewater plant expansion. As requested, Mr. Suah sampled soils being imported by contractor from another City project site to check suitability for this project. His prompt assessment prevented the delivery of large quantities of unsuitable soils, reducing the potential for delays and possible removal costs. Approximate fee: $1,000.00. 18 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 _ Andrea M. Jernigan-Gwinn, PE, Leed Senior Engineer a. TOTAL b. WiTH CURRENT FIRM Green Associate 28 11 15. FIRM NAME AND LOCATION (City and State) Civil/Site Engineering, Inc. Maitland, Florida' 16. EDUCATION (DECREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) B.S. / Civil Enaineerina Florida PE # 37955 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc) Ms. Jernigan-Gwinn has more than 28 years of diversified experience in land development engineering and transportation planning. She has expertise in all facets of project development including strategic planning, due diligence, public involvement, design development, construction document preparation, permitting and construction observation. She has been involved in the following associations/organizations: Orange County's Regulatory Streamlining Committee, Voting Member (2012-2013), FAC Engineers & Road Superintendents (FACERS), Sustaining Board Member (2005-2006); Florida Engineering Society (FES), Transportation issues Committee Member; National Society of Professional Engineers (NSPE). 19. RELEVANT PROJECTS AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 19 MANDATORY USE DATE OF FORM 6/2004 (1) TiTLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Orlando Marks Street Utility Improvements PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orlando, Florida 2013-2014 I 2017 a. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Engineer. As a subconsultant to Barnes Fedand and Associates, Ms. Jernigan-Gwinn served as the Project Engineer for the Storm Water Pollution Prevention Plans (SWPPP) for approximately 1.0(f) miles of sanitary/water/roadway improvements along Marks Street in Downtown Orlando. The 100% plans have been completed and submitted for CMAR review. Project Fee: $31,000. Reference: Geoff Hennessy, P.E.; Barnes, Feriand and Associates, 1230 Hillcrest Street, Orlando, FL 32803; Phone: 407.896.8606; Email: GHenness bfaenvironmental.com (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Iron Bridge Regional WRF Effluent Discharge Flume & Sheet Pile Design PROFESSIONAL SERVICES CONSTRUCTION (11 appficable) Oviedo, Florida 2011-2014 1 2014 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc) AND SPECIFIC ROLE ® Check if project performed with current fine b Project Manager /Project Engineer. As a subconsultant to BASE Consultants, Ms. Jernigan-Gwinn prepared a Preliminary Permitting Study in support of retrofit alternatives for the City's discharge flume into the Little Econ River. Following the City's selection of the preferred alternative, Civil/Site Engineering prepared SWPPP plans and designed the erosion protection consisting of'rubble riprap at the discharge point. Additionally, Ms. Jernigan-Gwinn was responsible for all permitting and permit agency coordination. An ACOE Nationwide permit and exemptions from SJRWMD, and FDEP were obtained. Coordination with Seminole County and the City of Orlando resulted in a determination that no permtis would be required. Project Fee: $22,000. Reference: Laura Barbero-Bulla, P.E.; Base Consultants; 4767 New Broad Street, #1018 Orlando, FL 32814; Phone: 407.422.2697; Email: laura basecansutts.com. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Dr. Phillips Center for the Performing Arts Traffic Management Plan PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Orlando, Florida 2014 I 2015 (3) BRIEF DESCRIPTION (Brielscope, size, cost, etc) AND SPECIFIC ROLE Check if project performed with current firm c. Project Manager. Ms. Jernigan-Gwinn served as the Project Manager for the development of Traffic Management Plans for BAGS operations at DPC. Plans were developed to address multiple valet traffic patterns through the Center in combination with shuttle vehicles serving the City of Orlando Parking Garage. Additionally, bus staging pians were developed to serve single and multiple events at DPG for school aged children. The TMP plans were submitted to the City of Orlando for review and approval. Project Fee: $22,000. Reference: Dan Sherfield, Senior Vice President; Bags Inc. Hospitality & Parking Services. Phone: 407.849.0670; Email: Dsherfield bas rkin services.com (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED The Shoppes at Celebration Place PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Celebration, Florida 2012-2015 I 2016 (3) BRIEF DESCRIPTION (Bife1 scope, size, cost, etc) AND SPECIFIC ROLE Check if project performed with current firm Project Manager/Project Engineer. The Shoppes at Celebration Place is a new 43,000SF development consisting of eight (8) retail d and restaurant buildings located at the intersection of US 192/Celebration Place in Celebration. Construction documents include access connections to Celebration Place, a round -about, circulation, parking, pavement signing and marking, stormwater, and utilities (water/sewer and reuse). Additionally, construction documents include an SWPPP plan to support the project. Permit applications have been submitted to Osceola County, Enterprise Community Development District/Toho Water Authority, Celebration Community Development District, and Reedy Creek Improvement Disthct/SFWMD. Project Fee: $120,000. Reference: Scott Johnson; Flagler Realty & Development, Inc.; 505 S. Flagler Drive, Suite 1010, West Palm Beach, FL 33401; Phone: 561.655.7200; Email: saiflagler- realty.com AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 19 MANDATORY USE DATE OF FORM 6/2004 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME Tan Qu, PE, LEED AP 15. FIRM NAME AND LOCATION (City and State) 16. EDUCATION (DEGREE AND SPECIALIZATION) B.S. / Civil Engineering 13, ROLE IN THIS CONTRACT Senior Engineer 14. a. TOTAL I b. WITH CURRENT FIRM 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Florida PE # 66512, Georgia PE # 034877, North Carolina PE 16, OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Tan Qu has more than 20 years of civil engineering design and construction management experience. He has designed and supervised the plans production, permitting, and construction phase services for municipal, industrial and institutional development projects including some aviation, transportation, and waterlwastewater infrastructure facilities. As a seasoned engineer his experience includes site geometry design, drainage design, roadway design, intersection design, subsurface utility engineering, maintenance of traffic design, cost estimating, QA/QC reviews, construction phase services, and regulatory agency permitting. 19. RELEVANT PROJECTS AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE20 MANDATORY USE DATE OF FORM 6/2004 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Millenia Boulevard Wastewater Improvements, City of Orlando, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicab/e) 2017 2018 (3) BRIEF DESCRIPTION (adefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Engineer of Record (MOT & SWPPP). As a sub -consultant to BFA Environmental, Inc. under a City of Orlando continuing a. engineering contract, Mr. Qu provided Maintenance of Traffic (MOT) Plans and Stormwater Pollution Prevention Plans (SWPPP). Project includes constructing approximately 3,300 linear feet of 10 -inch diameter sanitary force main in a busy central business/commercial corridor. Project required extensive coordination with adjacent business entities such as Millenia Mall to establish an optimal pipe alignment with least impact to the businesses and maintenance of accesses. Project received wide support from the business owners and resulted in a high satisfaction level for the project stakeholders. Project Fee: $54,554. Reference: Willie Thomas, P.E., BFA Environmental, 1230 Hillcrest Street, Orlando, FL 32803; Phone: 407.896.8608; Email: thomas@b%environmental.com (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Orlando Dahlia Drive Sanitary Sewer Replacement, PROFESSIONAL SERVICES CONSTRUCTION pfapplicable) Orlando FL 2011 I 2013 (3) BRIEF DESCRIPTION (adefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm h. Engineer of Record (MOT & SWPPP). As a sub -consultant to BFA Environmental, Inc. under a City of Orlando continuing engineering contract, Mr. Qu provided Maintenance of Traffic (MOT) Plans and Stormwater Pollution Prevention Plans (SWPPP). Project includes replacing and upsizing approximately 4,340 linear feet of 15 -inch diameter gravity sanitary sewer and approximately 17 sanitary manholes in an existing residential neighborhood on a local collector road. Project required detailed phasing plans and MOT design to maintain the accesses for the residents and businesses. Project Fee: $19,437. Reference: Geoff Hennessy, P.E., BFA Environmental, 1230 Hillcrest Street, Orlando, FL 32803; Phone: 407. 896.8608; Email: GHennessy@bfaenvironmental.com (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Wildmere LS to CBD/LS-1 Sanitary Force Main, City of Longwood, FL PROFESSIONAL SERVICES I CONSTRUCTION (lfapplicable) 2017 2019 (3) BRIEF DESCRIPTION (adefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm d' Engineer of Record (MOT). As a sub -consultant to BFA Environmenta, Inc., Mr. Qu provided Maintenance of Traffic (MOT) Plans. Project consists of 22,000 linear feet of sewage force main from East Wildmere Avenue to the City of Altamonte Springs Lift Station in the Central Business District. Project required detailed phasing, detour and bypass pumping designs to allow efficient construction and protect the safety of the roadway users. Project Fee: $39,349.20. Reference: Jeremy Jardell, P.E., BFA Environmental, 1230 Hillcrest Street, Orlando, FL 32803; Phone: 407. 896.8608; Email: hardell@bfaenvironmental.com (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Water Consery 11 Wastewater Reclamation Facility Preliminary PROFESSIONAL SERVICES CONSTRUCTION (!f applicable) Treatment Structure Replacement, City of Orlando, Florida 2018 I 2018 e. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Engineer of Record (Civil). As a sub -consultant to Black & Veatch, Mr. Qu prepared preliminary design services under the Civil/Site discipline for the preliminary treatment structure replacement at Water Consent 11 that is provide a capacity to treat 25 mgd raw wastewaster inflow. Project Fee: $19,874.02. Reference: Brad Vanlandingham, P.E., Senior Engineering Manager, Black & Veatch Corporation, 201 S. Orange Avenue, Suite 500, Orlando, FL 32801; Phone: 407.419.3553; Email: VanlandinghamB@BV.com AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE20 MANDATORY USE DATE OF FORM 6/2004 City of Sanford I Finance Department CITY �� Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: FSkNORD wrch +sinwr"sanrardtl. roc #3 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL. CONSULTING SERVICES CCNA Attachment "K" osea Ncneaule oI :iubcontractor Yarttctpation ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: s TBD 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 59-3082010 EMI Consulting Specialties, Inc. 5742 River Bed Rd., Groveland, FL 34736 Electrical / Instrumentation TBD / TBD 59-3186518 AA Antillian Engineering Associates, Inc. 3331 Bartlett Blvd., Orlando, FL 32811 Geotechnical Engineering TBD / TBD 20-2157888 Civil / Site Engineering, Inc. 1645 N. Maitland Ave., Maitland, FL 32751 General Civil Engineering TBD / TBD W 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: Barnes, Ferland and Associates, Inc. dba: BFA Environmental Mailing Addie 1230 H)Ierpst Street, Suite 100; Orlando, FL 32803 Telep !pn r?l hers 40 96 $608 Fax Number: 407-896-1822 E-mail Address: pbarnes@bfaenvironmental.com ,°r Patrick A. Barnes, P.G. FEIN: 59-3237612 Authorized Signatory Printed Name President / CEO July 30, 2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 13"Failure to submit this form may be grounds for disqualification of your submittal' 4 Page 21 "NI jfj1ATS tF.0 1—_ L I U FnrPmporn ,,— Or", THI 11,11,-, 'IT -1 11 A< cn?f F AD. . . 11TS-III .10110 CORPORATION "1 11,11111 1.1-1111'�-J T T1, A1,11H. ,q ­ I, —­ - ,1 RD tR — CERTIFICATE OF LIABILITY INSURANCE F�T� THIS CERNFIE ATE Ir ISSUED AS AMATTER OF INFORMATION ONLY A14D MH ERS ND RIGHTS UPON THE CER11f[CATE I—DER, THIS CENT FICATT DOE, HOT AFFIRMATIVELY OR RECAlIVELY —.ND, EXTENDOR ALTER THE COVEHAID AFFORDED BY THE POLICIES CERTIFICATE OF INSURANCE DOES 01 UON.';THUTE A COUIRACT BETWEEN THE SYUING WUNENjGI, AUTHORIZE() IED . TI,I� t IF TIIIE OR PRODUCER. ATID T IF CER I-ATU HOLDER. All .NAL INSURED I, IMPORTANT: IT th. 1 -ft, h1 s IP ADDITIONAL INSURED, 111, PlIh,1111H 1111 L — AF d u— — ' 4, 11 50DIOGAPON M WAIVED, A 111 11 010 N-1,, and—df(lonv I'N_O" Y, I Pokes, ixA, toQULIc ,P A — — --------- I "I' I'LL ACCRD Z5 I2m,"2IIJ TI,, ACCRA .1 22 Scott Randolph, Tax Collector Business Tax Receipt Orange County, Florida "Loci[ 2017-2018 CITY OF dl--% OR LANDO P MENWOFTHELOCAI.SUSINESSTAX PURSUANTTOCH-205 FLORIDA STATUTE& a `Zx R—Ipt L—I B=.. DOES NOT PERMIT THE HOLDER TO OPERATE IN MLATION OF ANY CM STATE OR FEDERAL LAW, CRY PERMITTING MUST BE NOTIFIED OF HI ANYMATEPIAL HANGSTOTHEJNFORLMATIDN FOUND HEREIN BELOTHIS RECDK DOES W NOTCONSTTTUTEANENDORSEM NTOR APPROWA- OF TH E HOLDEWS SKILL OR M-- B"N COMPETENICY, BARNESFERLAND&ASSOVATESINC 1230 H;LLCREST ST SUITE 100 C.. Number; BUS/.tM553 014 ORLANDO FE 32803 I-Ild D.I.: 0210ariQIB E.pl.thin MI.: 9,3&2016 BARN S FERLAND A ASSOCIA TES INC B.-- L -i- 12' M HILL CREST ST SUITE 100 MFF'1i11FI PRO, I r, .30 F,,,,rh,,,uvJ /%ssocJai,es, file. 1a certified under the provision., of 2S7 and Florid Stnlulk,, iova period from, 04/1912017 4ci 04/19/2019 office of"supplCr 1y i111t, WI- PL J2,91 M 1:Mr, "'ia-"a' 23 Antillians MBE Certificate Office Of SLIPPlier icy DIVERSITY Antillian Engineering Associates, Inc. Profile Commodity Code,, Name: A'b[lon Engineering Associates, Inc. Sh nna— AEA Business Designation: corporation C.ntaet: Kirstit, Sta.dachor Addr as: 3331 Bartlett Boulevard FL 32811 County: 0,ang. Phone: 407-422-1441 Fax: 407-122-2226 Email: p—hC.a,tiIJ,.rongc.,n Designations AFRICAN AMERICAN: March 22, 2017 - PA—th 22 2019 CSE WBE Certificate Crry or, ORLANDO CIT)'01' OPUANDO i'vV\VBE CEF:JIFICATION AWARD IL I 11. K EXPIRATION DATE: 913012019 CERTIFICATION NUMBER: 20074454 CERTIFICATION TYPE: WBE COMPANY NAME: Civil/Site Engineering, Inc, 1645 N. Maitland Ave Maitland, FL 32751 OWNER NAME: ANDREA JERNIGAN-GWINN CERTIFIED LINE(S) OF BUSINESS/SPECIALTY AREA(S): Civil Engineering Consultant: Construction Inspection and Testing; Contract Support and Contract Compliance Monitoring MIN,- 11 n ul IN r, 51'h I" :W rl It: M 110" H, I',,,!"A h1P'.UV. t 9 t 11 VNAO 011 110111 11 12 I'll! I "R, — 2— - MlMANIIO 11 CIVIUSITE ENGINEERING, INC. A, U, '('04fied"A" us0ke"" N8q 1�om "4,',PSS", tN'TFgj41 SE STATE OF FLORIDA CURTIFILD PROFES$tONAL ENGIN ull J.4'rLp till lib '2 shunitc "I' wl�" Lumppl, Jul Jw $U.:14r1, 1,393 (),hkado, lltn-41,328012�4393 07,436-73 Li 24 Litigation Please list any past and/or pending litigation or disputes relating to the work described herein that your firm has been involved in within the last five (5) years. The list shall include each project name and the nature of the litigation. On April 8, 2014 BFA was named as a party to a lawsuit filed by Emerald Utilities against A.C. Schultes of Florida, Inc. BFA was a third tier subcontractor onsite performing hydrogeologic monitoring and data collection. This matter was successfully resolved among the insurance carriers and BFA was not found to be at fault. Financial Provide an official letter from the proposer's financial institution detailing the financial status of the proposer. See following page. Regions Bank Business Banking 111 North Orange Avenue Orlando, FL 32801 (407) 849-3561 rt --19-5 1U A 'q 43 Friday, July 20, 2048 RE: RFQ 17/18-33 Professional Consulting Services (CCNA) Barnes, Ferland & Associates, Inc (BFA Environmental) To Whom It May Concern, Barnes Ferland & Associates, Inc., have maintained various financial service accounts with Regions Bank, since 2007. All accounts have been maintained in a satisfactory manner. Should further information be required, please do not hesitate to contact me directly. Commercial Banking/Regions Bank P.321-217-2345 F.407-835-3045 Email: deanna.trippi@regions.com 26 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAMPLE PROJECT KEY NUMBER and Sury a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Orlando Ms. Kristi Fries, P.E. 1 (407) 246.3353 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The project involves the preliminary reports, survey, subsurface utility engineering, design, permitting and upcoming construction phase services for the City of Orlando and OUC joint project known as the Marks Street Utility Improvements Project. The project corridor is approximately 4,600 feet in length and runs from Orange Avenue to Mills Avenue. Currently, the project has been divided into two (2) phases and Phase 1 is the 2,000 foot long phase along Marks Street from Orange Avenue to Highland Avenue which is pending construction. The project is primarily a sanitary sewer and water main replacement project which also requires some storm drainage improvements and extensive roadway reconstruction. The preliminary design reports physically and hydraulically evaluated the existing sanitary sewer collection system and the stormwater collection system on Marks Street and presented upsizing recommendations to alleviate the sanitary sewer and storm sewer issues. The evaluation included reviewing CCTV video of the existing sanitary sewer system, inspecting the existing sanitary manholes, and hydraulically modeling the existing sanitary sewer system. After calibrating the existing hydraulic model, BFA projected the growth of the Marks Street sanitary sewer collection area to the year 2040 and recommended the size of the replacement sewer accordingly. The storm sewer system was similarly evaluated, with a hydraulic analysis performed on the system to determine the best storm sewer system size on Marks Street to alleviate stormwater issues on Pasadena Place. The preliminary design reports also provided construction cost estimates for the necessary sanitary and storm sewer system improvements. The Marks Street right-of-way is heavily trafficked and congested with existing utilities. Many of the existing utilities are critical in nature (two 115 kV underground electrical lines, 20 -inch force main, 20—inch water main, 16 -way duct bank, and dual gas mains, for example) and some are very closely located to the existing sanitary sewer main. The topographic survey, utility survey and subsurface utility engineering was performed to have a clear understanding of the location of these existing utilities and to be available as a survey base file for the actual design of sanitary sewer, water main, and storm sewer improvements. Client Reference Ms. Kristi Fries, P.E., Project Manager City of Orlando Public Works Department 4000 South Orange Ave. Orlando, FL 32801 Phone: (407) 246-3353 Kristina.fries@cityoforlando.net Design Completion: April, 2016 Design Cost: $589,155 Construction Cost: $5,940.538 Construction Completion: December, 2017 Principal -in -Charge Willie E. Thomas, P.E. Project Manager: Geoff Hennessy, P.E. Project Engineer: Cynthia Malone, P.E. Surveyor: William Miller, P.L.S. Because the project crosses Orange Avenue and Magnolia Avenue, which are FDOT rights-of- way, extensive coordination with FDOT including an FDOT permit was necessary. The project also required an FDEP wastewater permit, an FDEP water permit, and an NPDES permit. The project also involved preparing and conducting two (2) public involvement meetings, and numerous meetings with Lake Highland Preparatory School and business owners located along the project corridor. The City's Construction delivery method for the Phase 1 portion of the project is Construction Manager at Risk (CMAR). Extensive coordination with the City's CMAR, Garney Construction, has been ongoing while Garvey is preparing their Guaranteed Maximum Price for the work and preparing to begin construction in October, 2015. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT b. IAntillian Engineering Orlando, FloridaI Subconsultant - Geotechnical Engineering Associates, Inc. C. Civil / Site Engineering, Inc. Maitland, Florida Subconsultant - Maintenance of Traffic d. BPA, Inc Maitland, Florida Subconsultant - General Civil Engineering STANDARD FORM 330 (REV 8/2016) PAGE 27 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAN NUMBER a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Orange County Utilities I Tad Parker, P.E. (407) 254-9729 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The project included preliminary engineering, survey, final design, permitting, bidding and award, public involvement and construction administration services for the rehabilitation of Orange County's Vistana Pump Station No. 3173 Orangewood No. 9 Pump Station No. 3229 and Green Briar Pump Station No. 3282. BFA prepared a Preliminary Design Report detailing the current condition of the existing equipment and facilities; the hydraulic capacity of the existing collection system; and proposed recommendations for each pump station site. The designed PS rehabilitations encompassed the following: The Vistana PS included the demolition of the existing pump station and construction of a new pump station including a new wet well, valve vault, two (2) 20 HP submersible pumps, rails and piping, SCADA, chain link fencing, and concrete driveway. This station also included the cured -in-place slip lining of sanitary sewer and installation of manhole liners. The Orangewood No. 9 PS included installation of a protective liner in the wet well, a new valve vault, two (2) new 15 HP wastewater submersible pumps, rails and piping, SCADA, a new concrete driveway, chain link fence, and miscellaneous site work. Also included the rehabilitation of approximately 700 feet of existing 8 -inch VCP gravity sanitary sewer utilizing cured -in-place slip -lining. The Green Briar PS included installation of a protective liner in the wet well, new valve vault, two (2) 20 HP wastewater submersible pumps, rails and piping, SCADA, chain link fencing, and a concrete driveway. Also included the rehabilitation of existing 12 -inch DI gravity sanitary sewer utilizing cured -in-place slip -lining and installation of manhole liners. BFA prepared, submitted and obtained an FDEP permit to Construct Domestic Wastewater Collection / Transmission System for the pump stations rehabilitation. BFA coordinated and conducted three public involvement meetings for residents and businesses located in the vicinity of the pump stations. BFA assisted the County with construction administration services including reviewing and approving shop drawing submittals, performing periodic construction observations, attending progress meetings, responding to contractor requests for information, record drawing preparation, and processing partial and final certifications of completion for FDEP. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Client Reference Mr. Tad Parker, P.E., Project Manager Orange County Utilities 9150 Curry Ford Road Orlando, FL 32825 Phone: (407) 254-9729 Charles.Parker2@ocfl.net Completion: 2016 Engineering Fee: $109,304 Construction Cost: $1,069,885 Principal -in -Charge Willie E. Thomas, P.E. Project Manager: Geoff Hennessy, P.E. Sr. Project Engineer: Cynthia Malone, P.E. n. IElectrical Design Associates, I Lake Worth, Florida I Subconsultant — Electrical Engineering Inc. C. STANDARD FORM 330 (REV 8/2016) PAGE 28 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, If not specified. 3 Complete one Section F for each project.) IWAAAAA 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME Orange County Utilities Mr. Andres Salcedo, P.E. 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Western Water SUDDIV Facilities Miscellaneous Imarovement Proiects Project included miscellaneous improvements at the following water supply facilities: Oak Meadows WSF (replace generator, replace MCC and switchgear, demolish existing caustic feed building and facilities), Western Regional WSF (new Switchgear/Starters (VFD) for pumps, modify the plant entrance, add a new gate system and a new prefabricated guard house), Bent Oak Storage and Re -Pump Facility (replace fill valve). Engineering fees of $197,500 and final construction cost of $2.5 million. (Design completed in December 2016, construction completion in October 2018) Pine Hills Road Force Main Project includes 670 feet of 12 -inch and 10,700 feet of 16 -inch force main. 3,600 feet of 16 -inch force main was constructed by Horizontal Directional Drill along Pine Hills Road. Engineering fees of $202,156 and construction cost of $1.8 million. (Design completed in May 2016, construction completion in September 2017) SR528/Innovation Way Reclaimed Water Main Project includes 4,730 feet of 24 -inch reclaimed water transmission main and Jack & Bore of the Beachline Expressway. Engineering fees of $185,935 and final construction cost of $1.9 million. (Design completed in October 2015, construction completion in June 2018) c. POINT OF CONTACT TELEPHONE NUMBER (407) 254-9719 Client Reference Mr. Andres Salcedo, P.E. Assistant Director Orange County Utilities Engineering Division 9150 Curry Ford Road Orlando, FL 32825 (407) 254-9719 Andres.salcedo@ocfl.net Principal -in -Charge Willie E. Thomas, P.E. Project Manager: Geoff Hennessy, P.E. Project Staff: Cynthia Malone, P.E. Richard Burgan Hamlin Groves Booster Pump Station Project includes the design of a water booster pump station to boost potable water supply in the Southwest portion of Orange County's Western Water Service Area. Portions of the service area, west of SR- 429, near the Horizons West and the Hamlin Reserve Development are at significantly higher elevations than most of the remaining service area, located east of SR -429 and the water supply facilities that serve this area. Pump Station design includes two (2) 40 HP pumps, 1,000 GPM @ 95' TDH each and two (2) pump 75 HP pumps, 2,200 GPM @ 95' TDH for firm pumping capacity of 4,200 GPM @ 95' TDH. Engineering fees of $95,150 and estimated construction cost of $1.3 million. (Design completed in June 2018, construction completion in December 2018) 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME b. EMI Consulting Specialties, Inc. (2) FIRM LOCATION (City and State) Groveland, FL Subconsultant — Electrical / Instrumentation c I Antillian Engineering I Orlando, FL I Subconsultant — Geotechnical Engineering Associates, Inc. STANDARD FORM 330 (REV 812016) PAGE 29 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAMPLE PROJE NUMBER 4 (WIWW and Su a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Longwood Mr. Richard Kornbluh (407) 263.2388 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) South Longwood Phase 1 Septic Abatement Project included preliminary design, final design, permitting, construction management, public relations, grant and loan funding assistance and community meetings related to the septic tank abandonments and gravity sewer installation. Project management activities included coordination between project owners, funding sources, subconsultants, various governmental agencies, and residents. South Longwood Phase I included 17,000 -LF of 8" & 10" gravity sewer, 1,671 -LF of 8" force main, approximately 240 water service connections, and approximately 240 single family septic abandonments with sewer lateral connections in an existing residential community. Engineering fees of $416,598 and final construction costs of $5.2 million. (Design completed in December 2016, construction completed in May 2018). South Longwood Phase 2 Septic Abatement Project included preliminary design, final design, permitting, construction management, public relations, grant and loan funding assistance and community meetings related to the septic tank abandonments and gravity sewer installation. Project management activities included coordination between project owners, Client Reference Mr. Richard Kornbluh Utilities Manager City of Longwood Public Utilities Division 907 E. SR 434 Longwood, FL 32750 (407) 263-2388 rkornbluh@longwaad.org Principal -in -Charge Willie E. Thomas, P.E. Project Manager: Erin Giblin, P.E. funding sources, subconsultants, various governmental agencies, and residents. South Longwood Phase 2 included 3,920 -LF of 8" gravity sewer and approximately 58 single family septic abandonments with sewer lateral connections in an existing residential community. Engineering fees of $ $159,458 and final construction costs of $1.4 million. (Design completed in August 2017, construction completed in July 2018). C. STANDARD FORM 330 (REV 8/2016) PAGE 30 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAN NUMBER 5 and a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER ToHo Water Authority I Robert F. Pelham, PE 1 (407) 944-5132 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Project includes sanitary sewer extension to approximately 105 acres of unincorporated Osceola County north of the City of Kissimmee. Scope of services included assessment of existing infrastructure condition; determination of existing and future wastewater flows; capacity assessment of existing wastewater facilities' ability to receive additional flow; identify potential funding sources; development and preparation of final design plans and permitting for construction. Project components included a new wastewater lift station, approximately 16,600 LF of 8" gravity sewer, 5,400 LF of 4" thru 10" water main, sewer laterals and water services. Client Reference Mr. Robert F. Pelham, PE Assistant Director ToHo Water Authority 951 Martin Luthe King Blvd. Kissimmee, FL 34741 (407)944-5132 RPelham@tohowater.com Design Completion: December, 2016 Design Cost: $343,653 Construction Completion: July, 2018 Construction Cost: $5.5 million Project Manager: Willie E. Thomas, P.E. Surveyor: William Miller, P.L.S. STANDARD FORM 330 (REV 812016) PAGE 31 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAMPLE PROJECT KEY NUMBER (Environmental and Survev) a. PROJECT OWNER b. POINT OF CONTACT NAME I c. POINT OF CONTACT TELEPHONE NUMBER Southwest Florida Water Management District I George Schlutermann, PG (352) 796-7211, ext. 4212 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Brackish groundwater from the Lower Floridan aquifer (LFA) has been identified as potential key alternative water supply (AWS) source fo public supply in Polk County and, several studies are in progress to evaluate this potential source. Hydrogeologic information about the LFA is very limited and there are many uncertainties associated with the practicality of developing the LFA as an alternative water supply in areas of Polk County facing future water supply deficits. The District in partnership with Polk County is currently exploring the LFA to and to gain a better understanding of hydrogeologic characteristics and groundwater quality and assess its viability as an AWS source. This groundwater assessment project is being performed in two phases. Phase I is completed and involved drilling an exploratory wireline core hole into the basal confining unit (3,200 ft bls) and construction of three monitor wells within the surficial aquifer, Upper Floridan aquifer and Middle Confining Unit. The hydrogeologic information obtained from Phase I is used for development of design documents of a LFA dual zone monitor well to be constructed in Phase II. These wells will be a significant addition to the District's well monitoring network and data will enhance groundwater modeling of the LFA. BFA provided extensive field data coilection and documentation services during critical periods including pilot hole wireline coring, casing/grout installations, water level measurements, field water quality sampling and testing, packer testing and geophysical logging. BFA prepared weekly progress reports and the Phase 1 well construction and testing summary report. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Mr. George Schlutermann, P.G. SWFWMD 2379 Broad Street Brooksville, FL 34604 (352) 796-7211, ext. 4212 george.schlutermann@swfwmd.state.fl.us Cost: Original: $222,919 and Current: $184,523 Completion: Phase 1 started July 2015 and Phase 2 is Ongoing Principal -in -Charge: Patrick A. Barnes, P.G. Project Manager: John D. Watson, P.H. Project Staff: Benjamin Stormont,P.G. Surveyor: William Miller, P.L.S. STANDARD FORM 330 (REV 8/2016) PAGE 32 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) $144,211 Asa sub -consultant to WSP, BFA performed annual vegetative transect monitoring events for 39 sites during the dry season. Vegetative monitoring consisted of a qualitative description of the vegetation by stratum and zone. Plant communities were described using a line intercept _..___.._. method located 10 feet on one side of the main transect line, and a listing of all Client Reference vascular plant species present was included. Each line intercept transect was Mr. Dale Helms, PE established at 30 foot intervals and oriented perpendicular to the main transect. Sr. Supervising Engineer Each line intercept transect is 20 feet in length and all vascular plants are Assistant vice President recorded at two foot intervals along each line intercept transect. Each plant Water & Environment species identified along the line intercept transect line are also being assi ned WSP USA p g p 9 g Capital Plaza Two an indicator status and an invasive species category, if applicable. Panoramic 301 East Pine street, Suite 1020 photographs of the wetlands were taken from photo stations previously Orlando, FL 32801 established by others. (407) 587-7800 Dale.Helms@wsp.com BFA provided an annual review and evaluation of the changes in vegetation from year-to-year. All vegetative changes were described and the information was used to supplement the water level data collected and will help to determine if there is any correlation between water levels and vegetation in each of the 39 sites. BFA provided WSP the qualitative descriptions and photostation data for annual vegetative monitoring as described in Exhibit 10 of the STOPR WUP. BFA's summary report was added to WSP's annual compliance reports and submitted to the SFWMD. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Cost: $144,211 Completion: February, 2016 Principal in Charge: Patrick A. Barnes, P.G. Project Manager: John D. Watson, P.H. Project Staff: Michael Howe Katie Ballew STANDARD FORM 330 (REV 8/2016) PAGE 33 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) a. PROJECT OWNER City of Tampa Water Department 23. PROJECT OWNER'S INFORMATION 20. EXAMPLE PROJECT KEY NUMBER (Environmental and Survev) b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER Mr. Rory Jones, P.E. (813) 231-5291 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) $156,518 Professional Environmental Engineering Services in connection with Old Manhattan Avenue Landfill: FDEP Operating Permit Compliance Since 2011, BFA has been providing project management, field sampling and monitoring activities necessary for permit compliance. Work includes routine landfill closure compliance sampling inspections and condition monitoring. The initial scope included eight monitoring events for landfill gas, which was measured as percentage of the Lower Explosive Limit (LEL) calibrated to methane. The readigs were collected at four gas -monitoring vents. Additionally BFA performed six groundwater sampling events at eight monitoring wells/piezometers and surface water sampling at three previously identified locations. Work also included inspection of the condition of the composite landfill cap to determine if it was compromised and in need of repairs. All sampling and inspections followed the latest FDEP and EPA applicable SOP and measuring used properly maintained and calibrated field instruments. Groundwater and surface water was sampled and tested three times per year for the landfill indicator parameters listed in the Permit Specific Condition E-4 and Specific Condition E-8, respectively. Environmental Engineering Services in connection with Old Manhattan Avenue Landfill FDEP Operating Permit Compliance BFA provided long-term care (monitoring and maintenance) of the Old Manhattan Landfill Avenue Closed Class I Landfill for the FDEP Permit that expired on December 5, 2015. BFA assisted the City of Tampa Water Department in preparing the supporting documents needed to complete the closure permit renewal application. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Client Reference Mr. Rory Jones, P.E. Chief Design Engineer Tampa Water Department City of Tampa 306 E. Jackson Street 5E Tampa, FL 33602 (813) 231-5291 Rory.Jones@Tampagov.net Cost: $ 213,101.89 (to date) Completion: Ongoing Principal in Charge: Patrick A. Barnes, P.G. Project Manager: John D. Watson, P.H. Project Staff: Benjamin Stormont, P.G. Katie Ballew Damian Allen Surveyor: William Miller, P.L.S. STANDARD FORM 330 (REV 8/2016) PAGE 34 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) $623,235 The City of Ormond Beach Nova Road Landfill is a closed Class I and III landfill, located in northeastern Volusia County, Florida. The City is required by Florida Department of Environmental Protection (FDEP) to sample and analyze surface water and groundwater levels and quality semi-annually at the landfill. Since 1998, BFA has provided semi-annual surface water and groundwater monitoring and biennial reporting for the City's closed Nova Road Landfill. BFA has also provided services for renewal of the FDEP Closure Permit and design for the installation of gas probes along the perimeter of the landfill. BFA personnel collected water level measurements and water samples from a surface water pond and 24 groundwater monitoring wells. All sampling activities were performed in accordance with the Landfill Permit Monitoring Plan Implementation Schedule (MPIS) and the FDEP Standard Operating Procedures (SOP -001/01). Monitoring equipment used for sampling included electric tapes to measure water levels, low flow peristaltic pumps for purging wells and multi - parameter meters for measuring field water quality parameters prior to sampling. The concentrations of arsenic and ammonia, detected in the groundwater samples collected in compliance wells at the site, have exceed the Groundwater Cleanup Target Levels (GCTLs) in Chapter 62-777, F.A.C. The FDEP required the City to comply with the obligations of Chapter 62-780, F.A.C. to submit a Site Assessment Plan (SAP) to delineate the plumes of ammonia and arsenic contamination. BFA developed and implemented a Site Assessment Plan that included 41 geoprobe borings and 16 sonic drilling monitor wells to further define the hydrogeology and track these plumes. BFA prepared and submitted a Site Assessment Report summarizing these findings and recommendations of Natural Attenuation Monitoring was approved by the FDEP. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Client Reference Mr. John Noble, P.E. City Engineer City of Ormond Beach 22 South Beach Street Ormond Beach, FL 32174 (386) 676-3269 John.noble@ormondbeach.org Cost: $ 623,235 Completion: Ongoing Principal in Charge: Patrick A. Barnes, P.G. Project Manager: John D. Watson, P.H. Project Staff: Benjamin Stormont, P.G. Katie Ballew Damian Allen Surveyor: William Miller, P.L.S. STANDARD FORM 330 (REV 8/2016) PAGE 35 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, If not specified. Complete one Section F for each project.) 23. PROJECT OWNER'S INFORMATION 20. EXAMPLE PROJECT NUMBER 10 (Survev) a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Orlando Mr. Richard Allen (407) 246.2788 Citv Survevor 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) (2015 Contract- $88,509) BFA is a subconsultant to four Prime firms under a Continuing Surveying and Mapping Services Contract with the City of Orlando. Projects are as follows: Southeastern Surveying Lift Station Conversion Group 7 - $34,383.71 As part of the survey for the upgrade and rehabilitation, underground utilities were designated at 5 lift station sites within the city of Orlando to provide ASCE Quality Level B location of the utilities within each project area. Paint and/ or flags were placed on the ground surface over the utility and a color coded Designation Sketch was prepared of the marks to assist the surveyors to correctly map the underground utilities. Sunshine One Call was contacted for a Design Ticket to obtain a list of the utility companies and contacts within each project area. This was also provided to the design engineer.Over 20 excavations were performed in both dirt and pavement areas to expose the utility for a positive horizontal and vertical location as well as obtain the size, type, material and condition of the utility. LB McLeod Road Right -of -Way Topo Survey Sections 05 and 08 - $11,158.28 Designate underground utilities within a 10 foot radius around each of the 7 sanitary manholes. All of the manholes fall within the travel lanes of LB McLeod Road within a busy industrial area with heavy truck traffic. Utility designation will indicate the presence and approximate horizontal location of underground utilities through the use and application of electronic sensing equipment and ground penetrating radar. Lochrane Consulting Engineers Lift Station 2 Service Area - $30,279.48 Underground utilities were designated (marked) within 10 specific sites as directed by the City of Orlando within the Lift Station 2 service area where existing manholes required upgrading or replacement to relieve surcharging within the system. Electronic sensing equipment and ground penetrating radar was utilized to detect underground utilities and provided ASCE Quality Level B locations within each project area. Paint marks and/ or flags placed were placed for location by the survey crews. A universal color coded sketch was prepared for each site and provided to assist the survey crews and draftsmen to correctly map the utilities. Up to 20 excavations of utilities have not been performed at the time of this writing. Donald W. McIntosh and Associates Inc. 1203 W. Robinson Street, Orlando, FL SUE Services - $3,631.95 Designation of underground utilities located at 1203 W. Robinson Street, Orlando, FL City of Orlando 15-005 Fleet Gasification Proiect, SUE Services - $4,330.51 Subsurface utility exploration services at the City's Fleet Management Yard located at 1000 West Gore Street, Orlando, FL PEC Surveying and Mapping Pleasant Valley Park Boundary and Topographic Survey - $1,393.22 Boundary and Topographic Survey 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV 812016) PAGE 36 � ��r�����i��>�����������i�����������1>����Y�lillirl ,J /r , ���� 1, �, y , � , % , l,y l G" r I raiw/���IJV�Y�'r,r�%dr���i' 1 � � l � �' � )/ ., � /i✓r 1��1/i/,� 1 ,Y, , / � / � Y , f�>������'�J,G/Y'/l�i��/�����/�/>��l! ,/ lid � � / � / 1 /l`/ i' �/ ,�la����(��t��rl r�r�'�r I���.rr711�rinre✓/r „�� Patrick A. :, nes. P.G. Principal / Senior Project Manager - Willie E. Thomas, P.E. Vice President Senior I Project II Manager ©©©©©■■■■© Water / Wastewater • • P.H. Senior I(Hydrology) ■■■■■©©©©■ Environmental Geoff Hennessy, P.E. Senior Project Engineer — Water Wastewater Cynthia Malone, P.E. Senior Project Engineer — Water Wastewater Erin J. Giblin, P.E. Project Engineer — Water I Wastewater Benjamin Stormont, P.G. Senior Geologist — Environmental Richard Burgan Senior Designer — Water / Wastewater Srr. Environmental Scientist— Environmental Environmental Scientist —Environmental Sr. Fie d Technician Land Surveyor and Mapper — Surveying Pete Hoanshelt, P.E. (EMI) Electrical / Instrumentation — Water Wastewater Peter Suah, P.E. (Antillian) Geotechnical Services — Water Wastewater General Civil Engineering — Water Wastewater y / ION F) ngineerngmprovemen s, '• • :1 •rCounty, •rr Orange County Utilities Continuing Utilities Engineering Orange County STOPR Group Water Supply• • • Services — Tier 15 ■ Program, Orange County, County, Orange County Utilities Continuing Utilities Engineering City of Tampa Work Order Agreement for Consultant Services Services, Orange County, FL — • • Manhattan Avenue Landfill:Operating Permit Compliance, , r, City of Longwood Continuing �'rofessional Services Contract, 56 MINIMUM Longwood,FL • • •• r 1 STANDARD FORM 330 (REV 8/2016) PAGE 37 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED: BFA's project management strategy for this assignment is one in which our number one priority is to best serve the interests of the City of Sanford. Project Management is the practical tool by which we accomplish technical goals within a specified time and a specified budget. This tool has as its key elements planning, communication, implementation, tracking, and adjustments required to meet the project goals. These five elements, conscientiously applied, are all we need to achieve the goals of a project of any size or complexity. Accordingly, our strategy is geared toward each segment of a project being organized, directed and controlled to ensure its efficient completion within budget and schedule. It is the Project Manager's responsibility to control scheduled activities, monitor and assure commitment of the necessary resources, interpret and define policies, make decisions with respect to completing the work on time and within budget and provide a strong line of communication with the City of Sanford regarding the project's progress. BFA's project management strategy and project manager responsibilities are further described as follows: DOCUMENT MANAGEMEr,IT 1) Clearly define the scope of services for each assignment. The scope � `"'�� CLEAR "'JESOF MNAAGEMENt COMMrUNICA104 of services should have a clear description of the project objectives and requirements of the project deliverables; BUDOEi QUALIIY 2) Ensure that sufficient resources are allocated to accomplish the TRACANG COTdTRUt_ project objectives; EX'ERIFJ NEC 5C)kJrdL 3) Establish and clearly define project responsibilities and lines of STAFF PROGRAM communication to ensure efficient project execution and accurate DAM 1✓�ARdATaEMFN7 information to the City of Sanford. This may include providing briefings to City staff as well as public presentations to the general public and various interest groups; 4) Monitor project work and status as it progresses towards the planned goals for adherence to schedule, budget and technical quality. This task is accomplished primarily through progress meetings, progress reports, interim deliverables and invoices; 5) Project monitoring may identify areas that require corrective action or adjustments in the application of project resources. The Project Manager will interact with City staff project team members, as necessary, to address events, issues, etc. that affect the project objectives, schedule or budget. These interactions shall result in a defined course of action to effect a resolution to the identified problem. When project cost and/or schedule problems are identified, the Project Manager will characterize the extent of the problem and devise contingency plans as appropriate, such as: 1) direct the allocation of additional resources as necessary to accomplish the work in a timely and cost-effective manner; 2) analyze the schedule logic for a change in sequence of work elements to maintain milestone dates; 3) establish new dates for task completions/milestones after consultation with and approval by the City; 6) Provide timely review and feedback of all submittals, including written progress summary reports, draft reports, tech memos, etc. Quality Control Quality control (QC) is the process by which the conformance of a product to a specification or standard is monitored and the corrective actions performed to ensure that a product conforms to the specification or standard. For BFA the key elements of our QC program are: STANDARD FORM 330 (REV 8/2016) PAGE 38 ■ Standard operating procedures ■ Specification or Work Scope Monitoring of the work ■ Corrective actions, if needed Willie Thomas, P.E. and Patrick Barnes, P.G.., will serve as BFA's Principal -in -Charge / Sr. Project Managers and will have the overall responsibility for administration for the City work order assignments. The Sr. Project Manager also directs technical, contractor and administrative performance of the contract; assigns task managers and defines coordination requirements; directs implementation and oversight of cost control procedures; negotiates and executes sub -consultant agreements; monitors deliverables, schedules and budgets; resolves technical and administrative problems. Standard Operating Procedures Standard operating procedures (SOPs) are useful in creating an environment that supports consistent quality in the work produced by BFA. These are especially useful for tasks that may require a high level of technical skill but are performed routinely. Construction Inspection and Engineering SOPs include City of Sanford and acceptable industry standards and protocols such as ASTM, AWWA, ANSI, etc.; use of Construction Standards Institute (CSI) specifications format; and standard design details, where applicable. In implementing our construction management services, BFA will always defer to City of Sanford Standard protocol for all inspection matters. BFA has also developed in-house standardized drafting and document preparation with respect to software use, format and review procedures to ensure a uniform product quality and appearance to the ultimate user. Once again, we are aware of Standards in place with the City of Sanford and will give the precedence. Specification or Work Scope Quality control for a given project is largely defined by the specification, standard and objective that the ultimate work product must meet. Since the quality of any project begins with the scope of work, it is crucial that the City of Sanford and BFA have a clear understanding of all project requirements before work begins. A project program is developed by each design discipline that describes the basis of design for the project which describes the City of Sanford requirements, design parameters, applicable codes, standards, materials and design concepts which is thoroughly reviewed and agreed upon by BFA and the City prior to initiating any of the preparation of final design/construction documents. It is also crucial to the quality of each work product that each task assigned under the contract be allowed sufficient schedule and budget for performance of the work, including the QC review function. Cost and Schedule Controls Cost Control. The Project Manager will be responsible for quantifying costs in order to develop a total task cost estimate. This process starts with the identification of specific subtasks related to the performance of the task at hand. The task manager will determine the level of effort required for each subtask in terms of the labor, equipment, materials, and when necessary, subcontractors required to complete the project. Based upon these resource requirements, pricing factors are applied. Estimates for material and subcontractor services are based on written quotes from vendors. The total project estimate is then determined by summing the estimates for each of the subtasks. Having a budgeted cost for each subtask, the actual cost of work performed can then be compared to the budgeted cost of work performed to determine the project cost performance for each subtask. Comparing the actual to the budgeted amounts gives a project variance for cost and schedule. In order to control costs, individual costs accounts will be established for each project assignment with cost tracking and control responsibility assigned to the Project Manager, who will advise the Task Manager when trends indicate the need for corrective action. The Project Manager has the sole authority to make cost account changes. STANDARD FORM 330 (REV 8/2016) PAGE 39 Task Managers complete task initiation sheets and obtain charge numbers. They inform Task personnel of the charge numbers and the available hours for completion of work assigned to each individual. Task Managers will also review allowable and other direct costs, e.g., travel and living, time, telephone, etc. with task personnel. Program personnel complete weekly time reports, which are approved by their Task Manager and entered into the BFA accounting system. Expense reports are completed by task personnel and are approved by the Task Managers within 5 working days of incurring the expense or completing travel. Weekly task management reports are compiled by the contract Administrator for review by the Task Manager. Any erroneous or unacceptable charges can be revised. Potential overruns or under -utilization of team members are identified, and corrective action taken by the Task Manager. Schedule Control. The BFA Team will conduct project scheduling activities using P2, P3E or and Microsoft Project software, which gives flexibility in revising schedules and uses customized formats to facilitate presentation of the schedule. Schedules will be developed using standard scheduling techniques including a project network with critical path layouts, Gantt charts, precedent dependence, and milestone planning during development of the project schedules. During performance of the project, real-time comparisons can be made against the planned project schedule to monitor the progress of the project. Variances between the planned versus the actual schedule will be closely monitored and investigated to determine if any problems are being encountered. If problems are encountered, corrective actions will be initiated. By developing the critical path scheduling, early start -early finish, late start -late finish, and float times can be determined. By reviewing these factors periodically during the project, the Project Manager can determine whether a project will be completed on schedule. When these project cost and/or schedule problems are identified, the Project Manager will characterize the extent of the problem and devise contingency plans as appropriate, such as: 1) direct the allocation of additional resources as necessary to accomplish the work in a timely and cost-effective manner; 2) analyze the schedule logic for a change in sequence of work elements to maintain milestone dates; 3) establish new dates for task completions/milestones after consultation with and approval by the City. These corrective actions will enable BFA to meet established performance goals. The Task Manager for specific tasks is responsible for planning, scheduling and progress measurement. The planning, scheduling and progress control system consists of: ■ Startup planning, covering the period between task order initiation planning and availability of detailed task order work planning; ■ Detailed task order planning, focusing on of critical path items including each of the following areas site work, engineering feasibility studies, procurement of drillers and lab services, and deliverables; ■ Task order progress review and reports, both internal and external; ■ Authority approval schedule (if required). For schedule control, the Task Manager will update the program plan. The plan is a controlling tool and any experienced and anticipated variation is analyzed. Corrective action, consisting of allocation of additional man power or rearrangements of priorities, could result. Services During Construction Project services during construction include site coordination, logistics, engineering services during construction, claims, change order management, contract administration, start-up, and close-out. BFA's team assumes an aggressive role in coordinating construction on the project. BFA provides these services depending on the client's needs. When BFA is involved with a project before and during construction, through commissioning and contract close-out, we are providing program/construction management services that can get the job done faster, with a reduction of costly delays and STANDARD FORM 330 (REV 8/2016) PAGE 40 still maintain an emphasis on quality. BFA's track record shows that construction costs are controlled on projects where BFA design standards and criteria are followed and illustrated by the following: ® Technical assistance and resident observation, if requested, regarding the construction progress and conformance of the work to the design intent; attend progress meetings with City staff and Contractor's representatives; ® Issue owner's instructions, interpretations and clarifications of the construction documents to the Contractor; ® Review of Contractor submittals including: Shop drawings; Pay Requests; Change Order requests. ® Substantial completion inspection with representatives of the City and the Contractor to develop a punch list. Upon completion of punch list items by the Contractor, a final inspection will be conducted and final inspection report provided. ® Preparation of record drawings to show "as -constructed" conditions based upon detailed data on changes compiled by the Contractor during construction. Record drawings and certification of completion will then be submitted to the appropriate regulatory agencies on the City's behalf. Current and Projected Workload For the key BFA staff and our subconsultants shown on our organizational chart, we have estimated availability for the next year based on projects for which we currently have contracts or are preparing proposals. Our team has the capabilities, experience and availability to provide the City of Sanford with the range of professional services required for this contract in an efficient and timely manner. The entire BFA Team, including our subconsultants, is committed to dedicating the necessary time and resources to any assigned tasks throughout the course of this contract. a. AUTHORIZED REPRESENTA The forefioi g is a statement of i 9. SIGNATURE OF AUTHORIZED REPRESENTATIVE: 10. DATE SIGNED: July 30, 2018 11. NAME AND TITLE OF SIGNER: Patrick A. Barnes P.G. President/CEO STANDARD FORM 330 (REV 8/2016) PAGE 41 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: Continuinq Wastewater Related Services - Marks Street Sewer & Water Main Type of Project/Service: PDR, Preliminary Engineering, Final Design, Permitting & Construction Admin Address: 400 S. Orange Avenue Orlando FL 32802 Contracting Agency/Client: Ci of Orlando Contact Name and Phone #: Mr. Chuck Shultz, P.E.; 407 246-2658 Contact Email Address and Fax #: Charies.Shultzcityoforlando.net Contract Amount: $589,155 Design Fee Date Work Performed: 2014-2017 Project #2: Project Name: Continuing Utilities Consulting Engineering Services - SR 528 / Innovation Way Reclaimed Water Main Type of Project/Service: Preliminary Design, Final Design, Bidding Assistance, Construction Admin. Address: 9150 Cur[yFord Road: rl n o FL 32825 Contracting Agency/Client: Contact Name and Phone #: Mr. Andres Salcedo. P.E.0 (407) 254-9719 Contact Email Address and Fax #: Contract Amount: $185,943.75 Design Fee I Date Work Performed: 2014-2018 Project #3: Project Name: Continuinq Engineering and H dro eolo is Services Type of Project/Service: CA for LF Monitor & Compliance, RAP, WF Relocate & Rehab, Water Supply Eval, CUP Renewal & Wetlands Mo Address: 22 South Beach Street Suite 104: Ormond Beach FL 32175 Contracting Agency/Client: Cit of Ormond Beach Contact Name and Phone #: Mr. John Noble, P.E.; 386 676-3269 Contact Email Address and Fax #: john.noble@ormondbeach.org Contract Amount: $623,235 2010 Contract Date Work Performed: 2006 - Continuing Project #4: Project Name: Polk County H dro eolo ical Investigation of Lower Floridan Aquifer Type of Prqiect/ServiceHydrogeologoc services for construction and testing of a 3200 ft. deep explorato[y core hole I monitor we Address: 2379 Broad Street; Brooksville, FL 34604 Contracting Agency/Client: Southwest Florida Water Management District Contact Name and Phone #: George Schlutermann P.G. 352 796-7211 ext. 4212 Contact Email Address and Fax #: eorge. c utermann s m .state..us Contract Amount: $222,919 Date Work Performed: 2015 - Continuing Project #5: Project Name: Type of Project/Service: Subsurface Utilitj Ex loration and Suve in and Mapping Address: 400 S. Orange Avenue; Orlando, FL 32802 Contracting Agency/Client: City of Orlando Contact Name and Phone #: Mr. Richard Allen PSM CFM 407 246-2788 Contact Email Address and Fax #: Richard.Allen ci oforlando.net Contract Amount: $88,509 (2015 Contract with Date Work Performed: 2011 - Continuing various Prime Firms) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal' ,17 toring 42 U i �M11IT11r r Water / Wastewater Engineering BFA's approach to working with public clients is built on an understanding of the economic constraints and unique water resources and cultural characteristics that each client possesses, coupled with the ability to effectively tailor our consulting services to meet their requirements. BFA will achieve successful projects with the CITY by the following means: 1. Provide comprehensive services for any project assignment including planning, funding assistance, design, permitting, construction management, operations and public relations. 2. Work effectively as an extension of staff to provide assistance, as needed, in a timely efficient and cost effective manner. Our Team will be available to respond quickly as issues arise. Our Team has a wide range of experience and expertise in the use of state-of-the-art technology and construction methods to meet project objectives. Examples of innovative methods and technology include trenchless technology to install pipelines in environmentally sensitive areas and across critical roadways; pipe bursting to minimize disruption in existing neighborhoods and along congested ROW; GIS analysis for planning studies; ground penetrating radar (GPR) and vacuum excavation to verify existing utility information; and unit process simulation models to optimize system performance. Our team's diversity of experience and expertise provides the CITY with an extensive pool of technical resources to meet your specific assignments. Examples of our extensive resources and expertise include: • Collection system inspections, condition assessment and rehabilitation; • Design, permitting and construction of water, wastewater and reclaimed water pipelines, including utility relocations due to transportation improvements; • Wastewater pump station rehabilitations and upgrades; • Planning studies using the latest GIS information and technologies; • Water and wastewater treatment process design and modifications to optimize performance and increase energy efficiency; • Potable water and reclaimed water storage and re -pump facilities and booster pump station design; • Pipeline corridor analysis, material selection and construction method analysis including directional drilling, close tolerance directional drilling, pipe bursting and other trenchless technologies; • Design of new groundwater supply wells, rehabilitation of existing wells, and well abandonment; • Optimization of well field operations to minimize drawdown impacts and saltwater intrusion • Contaminant plume analysis and treatment. • Hydraulic modeling and analysis of water, reclaimed water and wastewater distribution/transmission systems and wastewater collection systems; • Pipeline corrosion analysis and implementation of corrosion control systems; • Value engineering and constructability reviews. • Minority community engagement through workforce development initiatives. BFA's broad range of utility system experience and positive professional relationships with clients, other consultants and regulatory agencies results in our ability to provide a synergistic relationship with the CITY staff. WORKING WITH REGULATORY AGENCIES Over our 24 year history successfully completing projects we have developed a very strong working relationship with the regulatory agencies that govern approvals for utility, water resource management and environmental projects in Florida. 43 St. Johns River Water Management District Our work has not only resulted in the successful management of numerous Consumptive Use permits for our clients, including Titusville, Ormond Beach, Orange County Maitland, Altamonte Springs, Melbourne, Longwood and Orlando Utilities Commission, but we have also worked for the SJRWMD on several contracts. From 2000 to 2005 we helped manage their alternative water supply grant program where we analyzed the application for 11 municipalities including Orange County, Polk County, Putnam County, Volusia Water Alliance, Jacksonville Electric Authority, Brevard/Barrier Island Reuse, and Cities of Orlando, Cape Canaveral, Apopka, Winter Garden and Sanford. We also served as the SJRWMD Project Manager for the City Co-operators awarded grants. In 2001 we also implemented the District -wide Aquifer Protection Study which looked at measures later adopted by. the District to better manage Floridan Aquifer Recharge areas. Finally, in an administrative challenge, filed by the Miami Corporation, against the City of Titusville's Consumptive Use permit, from 2003 to 2006, BFA worked along the side of the SJRWMD senior water supply management staff to successfully provide expert testimony in defense of the District's CUP to the City. Florida Department of Environmental Protection As with the SJRWMD our experience with FDEP runs the Gamut. In addition to the hundreds of water and wastewater utility projects permitted by our professionals over the years, BFA has also served as a Contractor to the FDEP performing environmental assessment and land surveying services. In working with FDEP over the years, we have found that engaging their regulators in the preliminary design phase to discuss the conceptual layout of projects and receive their input towards permitting success has had tremendous success. Below is a table that lists several project types, our approach, challenges and our solutions. FDEP was a key regulator entity with each of these project types. Florida Department of Transportation As a utility engineering firm we have worked closely with FDOT on numerous projects. Typically, our work requires obtaining an FDOT ROW Utilization permit, other times it is necessary that we coordinate to ensure proper conflict resolution and in some instances we have helped negotiate detailed access easements for several miles of pipelines placed in the FDOT ROW. Two featured recent BFA projects for which FDOT involvement was critical include BFA's West State Road 50 Utility Relocation and Improvements for the City of Orlando. BFA is also providing subsurface utility exploration (SUE) services to FDOT District 5. Summary of Approach to Similar Project Types The table presented below summarizes our method of approach to addressing project challenges and providing solutions, and our Team Members prior experience with the types of projects that may likely be assigned by the City �Inl'l 91 .9,112 • •Keep the residents in •Maintaining support of •Keep residents Project Team members mind; prioritize high the residents informed and involved have completed 14 public involvement •Keeping existing •Design the MOT and separate collection Understand all utilities utilities in service during Stormwater Pollution system projects for a will be affected Burin g construction Prevention Plan; total installation of over construction; drainage •Keeping the streets don't leave it to the 470,770 LF of sanitary power, cable, etc. open to local traffic and contractor sewer essential services (fire, .Limit the physical ponce, garbage, etc.) extent to which the � •Minimize mud, dust, contractor can work noise, and restoration within (backfill, compact i and restore often) 44 45 Evaluate limiting factors of * Existing lift station sites Specify innovative Project Team members existing station, such as: Typically have minimal construction techniques have completed 50 9 Hydraulic capacity additional site space for such as "caisson separate wastewater * Structural condition expansion construction method" lift station upgrade/ e Standards and 9 Keeping the existing to install new wet wells installation projects compliance issues lift station operational Line existing concrete during construction structures rather than replace, when possible Convert existing wet wells into master manholes and utilize for bypass pumping during construction . Thorough review of Providing cost Stand firm with FDOT with Project Team members FDOT's roadway base effective design and construction regard to issues such as: Inadequate have completed 12 UWHC plans 9 Proactive administration services e utility identification separate projects for total on utility relocation of communication to the City while being roadway base plans of over 96,000 LF of pipe with other utilities beyond FDOT's Utility bound by FDOT's bureaucratic and * A structured approach to utility relocation coordinator inefficient UWHC corridors for utilities * Produce a high process a Creating utility quality 60% (Phase III submittal, allowing relocation phases within the construction FDOT to waive the 90% schedule (Phase IV) submittal Waiving the 90% requirement (Phase IV) submittal by providing a high quality 60% submittal * Thorough review of e Designing relocations •e Understand the Project Team members highway base plans for to coordinate with construction phasing have completed 28 accuracy of existing construction phasing prior to design separate utility relocations utility o Corridor designation o Work with other utilities due to road widening o Determine roadway a Keeping existing to develop relocation projects for total utility "level of service" (travel utilities in service during corridors for everyone relocations of over rate) construction e Resolve construction 237,000 LF of pipe 9 Determine level of * Unknown depth of issues during design planned development existing utilities don't leave it to the along right-of-way contractor * Review construction 9 Perform "soft digs" phasing of project where necessary o Large diameter pipes o Finding pipe alignments *Investigate several Project Team members require alignment that won't require alignment alternatives have completed 28 feasibility studies; relocation due to future and coordinate with separate transmission length and laying road widening right-of-way owner(s) main projects for a conditions are crucial to e Preventing major as to the future total installation of over project cost construction impacts to disposition of the 897,500 LF of pipe o Walk alignments; roadway right-of-ways corridor pay attention to and other utilities constructability issues e Reduce cost of topo survey be utilizing aerial photography for base, if possible 45 Environmental Phase I Environmental Site Assessments BFA proposes to conduct the Phase I ESAs for selected sites in accordance with ASTM E 1527-13 standards and the "All Appropriate Inquiries" process of evaluating a property's environmental conditions and assessing potential liability for contamination per 40 CFR Part 312 and State of Florida Department of Environmental Protection (FDEP) requirements. The scope of work involved in Phase I ESA includes the completion of the following work elements: • Site investigations; • Interviewing current property owner and owners of adjacent properties; • A quarter mile drive around the property to identify environmental concerns; • Historical aerial photography review; • Historical land use inventory; • Regulatory records review; • Photographic documentation; • Computer generated site location plan; • Site vicinity map; and a • Phase I report in ASTM 1527 format. The regulatory records review includes querying the regulatory databases listed in the Site Inventory Section and review of other State, County and Federal regulatory agency files. If necessary, BFA's team will perform lead-based paint and asbestos inspection and sampling for sites with potential contamination. All samples will use methods or instructions that are approved by the U.S. Department of Housing and Urban Development (HUD), the U.S. Environmental Protection Agency (EPA) and the Florida Department of Environmental Protection (FDEP). When necessary, samples will be analyzed for lead by a laboratory accredited by ELPAT and the American Industrial Hygiene Association. Asbestos Containing Materials Inspection and bulk sample collection will be performed in accordance with 40 CFR 763. BFA also has the capability to perform boundary survey work as a part of the assessments using our in-house land survey crews. This included the following: researching the properties and obtaining plats, deeds, rights-of-way maps, and other available information through the property appraisers office; recovering and 46 •� � � � ` � ' •Identify 2 to 3 feasible � Ensure no conflicts of Detailed geospatial Project Team members locations per proposed interest for adjacent review of existing and have designed and well site. land use with future land use, and oversaw the installation of •Perform complete appropriate regulatory FDEP contaminated more than 120 municipal p background evaluation setbacks. sites. water supply wells. of the area •Finding locations with Detailed review of hydrogeology, existing hydrogealogy suitable drilling and operational wells, and historical land for good yield and to data of existing wails use. ensure sources of within the same area. • Develop detailed well contamination are not Licensed professional design specifications present. geologist to provide and drilling methods to construction ensure all bidders have management and a clear understanding of oversight during well all technical issues. drilling activities. •Coal is to design raw Perform hydraulic water supply wells that analysis of the raw produce the desired and of water transmission system to optimize quantity quality water in a sustainable pump and motor sizing f, manner. to deliver required 1� quantities. Environmental Phase I Environmental Site Assessments BFA proposes to conduct the Phase I ESAs for selected sites in accordance with ASTM E 1527-13 standards and the "All Appropriate Inquiries" process of evaluating a property's environmental conditions and assessing potential liability for contamination per 40 CFR Part 312 and State of Florida Department of Environmental Protection (FDEP) requirements. The scope of work involved in Phase I ESA includes the completion of the following work elements: • Site investigations; • Interviewing current property owner and owners of adjacent properties; • A quarter mile drive around the property to identify environmental concerns; • Historical aerial photography review; • Historical land use inventory; • Regulatory records review; • Photographic documentation; • Computer generated site location plan; • Site vicinity map; and a • Phase I report in ASTM 1527 format. The regulatory records review includes querying the regulatory databases listed in the Site Inventory Section and review of other State, County and Federal regulatory agency files. If necessary, BFA's team will perform lead-based paint and asbestos inspection and sampling for sites with potential contamination. All samples will use methods or instructions that are approved by the U.S. Department of Housing and Urban Development (HUD), the U.S. Environmental Protection Agency (EPA) and the Florida Department of Environmental Protection (FDEP). When necessary, samples will be analyzed for lead by a laboratory accredited by ELPAT and the American Industrial Hygiene Association. Asbestos Containing Materials Inspection and bulk sample collection will be performed in accordance with 40 CFR 763. BFA also has the capability to perform boundary survey work as a part of the assessments using our in-house land survey crews. This included the following: researching the properties and obtaining plats, deeds, rights-of-way maps, and other available information through the property appraisers office; recovering and 46 •� � � � ` � ' •Identify 2 to 3 feasible � Ensure no conflicts of Detailed geospatial Project Team members locations per proposed interest for adjacent review of existing and have designed and well site. land use with future land use, and oversaw the installation of •Perform complete appropriate regulatory FDEP contaminated more than 120 municipal p background evaluation setbacks. sites. water supply wells. of the area •Finding locations with Detailed review of hydrogeology, existing hydrogealogy suitable drilling and operational wells, and historical land for good yield and to data of existing wails use. ensure sources of within the same area. • Develop detailed well contamination are not Licensed professional design specifications present. geologist to provide and drilling methods to construction ensure all bidders have management and a clear understanding of oversight during well all technical issues. drilling activities. •Coal is to locating the lot and block monumentation to make boundary determination within a subdivision block; locating major improvements on and adjacent to the property such as buildings, sidewalks, and pavement; identifying utilities that have aboveground visible evidence such as manholes, poles, signs, markers, and valves; and recovering or establishing property corners for each lot. Phase 11 Environmental Site Assessments (Generic Phase 11 Site Assessment Activities "Sample Approach") Unlike an ASTM Phase I assessment, a Phase 11 can vary dramatically depending on the suspected type of contamination and the setting of the site. However, some elements of a Phase 11 can be generalized. BFA proposes to perform a Phase 11 Environmental Site Assessment conducted under 62-770 FAC at the designated facility to determine the soil and groundwater impacts from the hazardous waste or gasoline / diesel fuel spill. Assuming that no emergency Immediate Response Actions (IRAs) are required, this assessment will commence with a review of all pertinent records of the facility to include compliance monitoring reports, fuel inventory reports, tank removal reports and any prior contamination assessment reports, etc. If there are wells on the property water levels will be taken to determine onsite groundwater flow directions and velocities, this will enable us to focus our initial efforts in the areas of highest probability of contamination. If no surficial aquifer wells are available onsite, information on wells on surrounding properties may be accessed to determine groundwater flow. If this is not possible, initial groundwater flow may be obtained by inspection of USGS Topographic Quadrangle maps of the area. Once groundwater flow has been determined for the spill location, actions are based on the type and amount of the spill and site conformation. If the spilled fuel hydrocarbon was discovered during a storage tank removal and no source well is available, the first action will be to install a temporary monitoring well in the former tank pit area with the well-being sampled for the 8260 and 8270 analytes plus MTBE, EDB by 504. 1, FLPRO and lead by 6010 using low flow techniques. Possible Site Assessment Activities After performance of a geophysical evaluation using GPR or TIDEM, the site will be gridded into 20 -foot squares and up to 20 soil borings will be performed using direct push technology to determine soil and groundwater impacts starting at the spill site and proceeding radially and down gradient of the spill. A Geoprobe Core with polyethylene liners will be used to collect the soil samples. Once the core liners are split, the collected soils will be screened with an Organic Vapor Analyzer (OVA) every two (2) feet to a depth of two (2) feet into the observed water table (estimated to be 5-6 feet below land surface). Assuming that positive OVA responses are observed soils representing the High -Medium -Low OVA responses will be collected for laboratory analyses according to 8260, 8270 and FL -PRO. Soil samples for analysis will be handled according to FIDEP SOP 001/01 FS 3000. At a minimum, lacking positive responses, one soil sample will be sent in for analyses, that being the most probable sample to have contamination in it (at the water table in the location of the spill). The results of the screening will be reported on the appropriate FIDEP borehole logs. Groundwater samples will typically also be collected from the three (3) highest OVA soil boring responses for laboratory analyses according to 8260, 8270, and FL -PRO. Groundwater samples will be collected from the borings/temporary wells according to the FIDEP SOP 001/01 FS 2200. A peristaltic pump will be utilized if the depth to water is less than 20 feet. Fresh head and down -hole tubing will be used, and the 8260 samples will be drained into the VOC vials using the approved reverse flow method. A decontaminated stainless steel submersible pump will be used if the depths to water are greater than 20 feet. Permanent Well Installation After the initial assessment activities are completed, permanent monitoring wells will be installed based on the initial contamination assessment results. Five shallow monitoring wells with 10 foot screens will be installed with their screened zones straddling the water table. For example, if the water table is five feet, the screened zone of the well would be normally be 3 to 13 feet. These shallow wells will be installed: One at the source of the contamination, one up gradient two cross gradient and one down gradient. The cross gradient and down gradient wells will be installed close enough that some contamination can be detected, but the contamination is close to the FDEP 62- 777 groundwater cleanup target levels (GCTLs). The upgradient well will be sited far enough away from the source that no contamination will be detected in it. A deeper monitoring well with a five foot screen will be installed next to the source well in the region of highest contamination, screened 5 to 10 feet deeper than the bottom of the shallow source well to test the vertical extent of the dissolved plume (downwelling). The deep well will be double cased to prevent the creation of a preferential pathway for contamination and downward migration of the dissolved hydrocarbon plume. If necessary, a second deep well may be installed if the analyses results from the first deep well contain contamination in concentrations over the appropriate GCTL. These wells will be installed according to FDEP Standard Operating Procedure (SOP) Document PCS -006, Design, Installation, and Placement of Monitoring Wells (dated 5/15/05). During the installation of the wells, continuous split -spoon cores will be taken, screened by OVA (as above) and described by the BFA site geologist. The results of the screening will be reported on the FDEP borehole log and 62-552.900(3) monitoring well completion report form and the data will be used to produce a fence diagram of site stratigraphy for the Site Assessment Report (SAR). Once the wells are installed they will be developed using swabbing and surge techniques until the resulting water contains less than 20 NTU of turbidity. The purge water will be drummed and tested prior to disposal. After the wells are installed the tops of the well casings will be surveyed to 1/100 foot to enable the accurate determination of groundwater flow direction and gradient. Water Sampling Activities Approximately one week after installation, a technician from BFA will return to the site to perform a round of groundwater monitoring of the wells. FDEP and/or their designee will be notified one week before any sampling occurs of date/time of proposed sampling event. Field technicians will carry a loose-leaf binder containing the FDEP SOPs required for the specific sampling events. Marked bags containing the specific bottles used for each well for that specific sampling event will also be used and at least one spare acidified VOC bottle and one amber glass bottle will be carried in case of spillage or breakage. Before sampling a synoptic round of groundwater elevations will be measured using an electronic tape graduated to 1/100 ft. The wells will be purged using the low flow methods given in FDEP SOP 001/01 FS 2210 — 2214. A peristaltic pump will be utilized for wells with a depth to water of less than 20 ft. A decontaminated stainless steel submersible pump will be utilized for wells with a depth to water of over 20 feet. Purge volumes for the wells will be determined by method given in FS 2211. The shallow well stabilization determinations will use well casing volumes and the deep wells will use equipment volumes for stabilization determination. Down -hole tubing will be approved polyethylene tubing and will be dedicated to the individual wells. Head tubing for the peristaltic pumps will be surgical grade sylastic tubing with fresh tubing used for each sampling. All parameters will be taken from the discharge of the sylastic tubing except for the volatiles (8260). For volatiles the backflow method will be used and flows will be limited to below 100 ml/min. Water samples will always be placed on wet ice immediately after sampling. Sampling order will be the anticipated, least contaminated well to the most contaminated well. If it has not already been done, radius searches for private and public wells will be accomplished while waiting for analytical results. When Sampling results are given by the lab, the data will be tabulated on the appropriate forms and a SAR written as per FAC 62-770 guidelines for review by City project manager prior to submittal of report to regulatory agency. The SAR will recommend any further actions, which will be required such as Supplemental Assessment Activities, Remedial Actions, Monitoring Only Plans, or No Further Action (NFA). Phase III (Site Remediation) Phase III is a term often used to refer to remediation activities after a Phase I and Phase II has been performed. If after Phase II activities identify the potential general scope of the environmental impact a more formal process will be implemented by rule. This process typically begins with the notification of adjacent property owners of a 48 discharge. After that has occurred and our team has obtained concurrence from the City and FDEP the following process will be implemented. The established procedure for the development of Site Assessment or Contamination Assessment Reports (CARs) and Remedial Action Plans (RAPs) is outlined in Chapter 62-770 of the FAC. These rules govern the management of vehicular fuels, however, the procedure also applies to numerous hazardous waste management scenarios. In addition, the FDEP has developed a guidance document titled "Corrective Actions for Contamination Site Cases" for contamination assessments which will also be applied. A broad brush procedure for performing an inclusive contamination assessment is outlined below. 1. CAP Development: Develop a plan to identify the vertical and lateral extent of environmental contamination and the severity of the problem. This plan is the Contamination Assessment Plan (CAP). The CAP will be submitted and approved by the FDEP prior to implementation. 2. HASP Development: If situations warrant, a site specific Health and Safety Plan (HASP) will be developed prior to implementation of the CAP. The HASP outlines the safety precautions procedures necessary under OSHA 29CFR 1910.120 for work in potentially hazardous conditions. 3. QAPP Development: A Quality Assurance Project Plan (QAPP) will also be developed for each project. This plan outlines the sampling and testing procedures, which will be used during the implementation of the CAP. 4. CAP Implementation: Implementation of CAP activities, the BFA team will perform all drilling and soil and water testing required by the approved CAP. Such plans usually include soil boring installation, soil testing, both in the field and at the laboratory and groundwater monitoring well installation as discussed earlier. The BFA team will perform the necessary groundwater sampling and testing in accordance with our FDEP approved Quality Assurance Project Plan. The BFA team uses state-of-the-art insitu groundwater sampling and field screening techniques which greatly enhances the value of each investigation. 5. CAR Development: The data obtained from the implementation of the CAP activities will be used to develop a CAR. The goals of such reports are to identify the vertical and horizontal extent and the severity of any environmental contamination report. 6. Risk Assessment: If required by the circumstance a detailed risk assessment (RA) will be included with the CAR. The purpose for the RA is to assign weights to the potential threat that a given contamination problem may pose to the environmental and potential receptors. For example, if a discharge occurs in a tightly confined upward discharging aquifer system, the potential of impact to the drinking water system is greatly minimized. A risk assessment also evaluates the toxicology of contaminants found. The plan will be submitted to and approved by the FDEP. 7. RAP Development: The CAP will also include the recommended remedial alternatives, if any. These alternatives will depend on the type and extent of the potential problem. If required, a RAP will be developed based on the results of the CAR. The RAP will outline the design of the proposed environmental cleanup activities necessary to bring the sites' contamination to the acceptable levels specified in code or arrived at on a site specific basis. It is our intent that at the time the RAP is submitted the recommended remedial system will be at 60% design. The RAP will include all appropriate design rationale and back-up calculations. All regulatory requirements and consent agreements will be adhered to, unless the FDEP establishes a more frequent reporting period. Once approved by the FDEP a biddable set of contract documents will easily be developed. It will be signed and sealed by both a professional engineer and a professional geologist. With FDEP input, it will be submitted for final approval. 49 8. RAP Implementation: The plan outlined in the approved RAP will be implemented by the BFA team members in a turnkey and cost-effective manner. If the FDEP desires, our team will also provide operation and maintenance for the chosen remedial alternative. As stated earlier, the implementation of the RAP will include competitive bidding. The BFA team will also perform the following construction management and system monitoring sources: Bid tabulation, purchase and award recommendation, construction inspection, system start-up, operation and maintenance and monitoring/testing effectiveness. BFA will obtain all applicable permits under this activity. Surveying Barnes Ferland and Associates (BFA) takes great pride in working with clients to fully understand the purpose and intended use of any project and that is especially the case when developing the scope of a survey and mapping or subsurface utility engineering (SUE) task. It is important that all aspects and end users of our work be considered in the initial stages of any project. Being proactive in this regard opens up communication and helps to avoid delays waiting for information to design a project, for the closing or acquisition of property or any of a number of other problems. Many elements of any project depend on the survey and mapping/SUE information to be accurate but just as important that the data be delivered on schedule. Our approach to a successful project begins at the initial contact from City of Sanford staff that will provide the basic information. At that point in time we begin to research, make site visits and gather information available to begin assessing the challenges and details of the project and have a knowledgeable conversation with those that will be involved in the project. This will include city staff and likely other professionals that will be using the data obtained during the survey. It is during this process when we begin to fully define the scope of services that our experience will help to come up with ideas, solutions and innovative suggestions to make sure that when our product is delivered it is exactly what is needed. Also discussed is the expected completion date of the project. It is important to know that BFA understands that completion of our portion of a project is only the beginning for others, we understand and commit to that timely delivery and accurate work products. With a well-defined scope of expected services, additional sources and information can be researched and we look at the most efficient and cost effective methods to get the project completed, determine what resources are needed and the estimated man hours required for completing the work. A cost and time proposal will be put together with milestones and delivery dates so it is easily determined that all tasks are covered and the expected time required for the project. A lot of thought and planning on the front of a project is the beginning of a successful project. When a notice to proceed is issued, we are fully prepared and ready to begin the work. First order of business is to have a project kick off meeting with team which includes City of Sanford project managers, other consultants and BFA staff that will be involved to familiarize everyone with the scope of work and the amount of time to get it complete. Maps, notes, aerial photography, tax maps, exhibits and other information are given to and reviewed by field crews. The scope of the project is outlined and questions and concerns are answered. It is time to go to work. It is important to note that our field crews are safety minded and have been trained for working in the dangerous environment that surveying and SUE takes place. Our crews have daily reminders and are required to use all necessary precautions at all times. We provide training and all safety equipment for field personnel. Field crews will first perform a reconnaissance to learn the lay of the project and recover necessary survey control, property corners, benchmarks, visible utility information and routes by which the field survey will take. If GPS is going to be included it is the first thing to take place so that good control is established and in place for the project. Traditional traverse will take place to establish control points and survey baselines to work from. Benchmarks are established within the project limits. After the horizontal and vertical control has been established, we begin collecting the raw field data using electronic data collectors to store the information from our 50 total station instruments. Field notes are are draw as the work progresses to clarify and support the electronic information. The SUE crews have gathered available as-builts and utility records, Sunshine One Call is contacted and a visible review is made of visible evidence of the underground utilities. It is most efficient to have the SUE work performed ahead of the field survey. When critical stages in design require a positive horizontal and vertical of an underground utility, we have the vacuum excavation equipment trailer mounted and can be quickly brought to a site to uncover the utility. This equipment allows for an accurate horizontal location and elevation as well as verifies the type, size and material of the utility. Underground utility location is one of the most important aspects in the design of a project and is oftentimes the major cause for construction delays. BFA has the knowledge and equipment readily available for any City of Sanford project. For those projects where survey and mapping is required for support of other projects, the field crews will begin the location and data collection of the necessary information on the ground. This will include the location of pavement, concrete, signs, poles, buildings, trees, landscaping, sanitary and storm sewers and any visible evidence of underground utilities such as gas, electric, telephone, water, sewer and communication cables. Boundary and right of way information is also located to define limits of available lands. Data collected information will be brought into the office and downloaded on daily basis. This information will be processed and reviewed for completeness and accuracy by the survey technician and the project manager. This step is part of the quality control of the work. As segments of the work are completed, the technician processes the information and puts it into a data base drawing using the latest version of AutoCAD. Prints are made and periodically taken to the field for review by the project manager. It is through these steps that the project is completed on time without missing or redundant data and that all within the data base file is correct and can immediately be used by a design engineer or planner. For Boundary Surveys, the recovery of controlling corners is critical to making accurate, defensible boundary determinations. Whether it is large tracts being parts of a section or simply lots within the blocks of a subdivision, it is important that every effort is made to locate the controlling corners and have them tied into a closed and adjusted traverse. It is also important that fences, roads, utilities and other uses of the land are accurately located especially if the use is by someone other than the land owner and is considered an encroachment by such use. Other improvements such as buildings, pavements, wells, cemeteries and utilities will be located as well. When the boundary has been determined, the Boundary Survey is compiled in AutoCAD and a drawing is created to show the results of the survey. A title commitment has been obtained and any recorded easements or other matters of record are shown and noted on the survey. All property corners, whether recovered or set in the field, are shown as are the located improvements. Surveyor's Notes will provide other information such as sources of information, certification and other notes to clarify and support our findings and work. Signed and sealed copies as well as digital files are provided as deliverable products. BFA's experience with the requirements of this contract will provide assistance to the City of Sanford with any issue that requires a professional surveyor and mapper. We will be able to provide support and expertise in other areas such as expert witness, preparation of legal descriptions and other specific purpose cases as they may arise. 51 City of Sanford I Finance Department f Purchasing Division CITY of300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 ORD Phone: 407-688-5028, or 5030 Fax: 407-688-5021 .; . FINA14CEDEPARTMMT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)� ��'0".� Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Reouirements 38 Contract Exceeds Contract does not Exceed Contract does not Excee COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000, 30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability shall include- Bodily Injured Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage Hurst be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following: $ 1,000,000 General $ 500,000 General owned, leased, hired non -owned $ 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred referred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate Aggregate 38 City of Sanford I Finance Department I Purchasing s Division CITY Of 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 %V� Phone: 407-688-5028, or 5030 Fax: 407-688-5021 ° FINANCE CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract I 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 �,__ 39 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. AFFIANT SIGNATURE Patrick A. Barnes,_P.G. Typed Name of AFFIANT President / CEO Title STATE OF Florida COUNTY OF _Ojangp The foregoing instrument was executed before me this 30th day of MY , 201$ , by Patrick A. Barnes as Prpaidpnt /SFO of Barnes, Feriand and AssociatesInc. , who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. E)�:= State of Florida ? bs Stevens NO a n EE10490a1201bARY PUBLIC, State of(stamp)Pamela Gibbs Stevens 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 IFB RESPONSE 'I Failure to submit this form may be grounds for disqualification of your submittal 40 I TITLE: PROFESSIONAL CONSULTING SERVICES I Attachment "C" Conflict of Interest Statement A. I am the President/CEO of -Barnes, Ferland and Associates, Ing, with a local office in [Insert Title] (Insert Company Name] Orlando, Florida and principal office in Orlando, Florida B. The entity hereby submits uproposal/offer »nuFV 1x/o-33.oncurmzesomnu/conoumngoerv/ces-u.mx. C. The AFFIANT has made diligent inquiry and provided the information inthis 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 o,indirectly entered into any agreement, participated in any collusion orcollusive ocb,i,y' 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 bythis solicitation. F. Neither the entity nor its affiliates, nor anyone associated with dbzn^ is presently suspended motherwise 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. l hereby also certify that no member ofthe entity's ownership v,management mrstaff has u vested interest in any City Division/Department/Office. (. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for unelected position within City ofSanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City i ii authorized signatory uncommit the firm, ocrtirythat the information nsprovided in Att c4 o fli of est tatement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Patrick A. Barnes, P.G. Typed Name of AFFIANT President / CEO Title ST6TE0F Florid COUNTY OF Orange The foregoing instrument was executed before me this 30th day of J 2018, by Patrick A. Barnes as President / CEO f Barnes, Ferland and Associates, Inc.—, who personally swore or affirmed this authorized to execute this document and thereby bind the Corporation, and who bpersonally known tomoORhas produced personally known as identification. 014V Notary Public State of Florida 1, (�N04TAR�YaPhUBLIZC, SlatcoAJ Aord a—k' Pamela Gibbs Stevens )rm//My commission EE104904 (stampOF Expires 09119/2015 EaKIBMIT WITH YOUR RFQ RESPONSE c^omvuowm.""" ly'FmOometusubmit this form may be grounds for disqualification of yourmuboxittuX"61 41 City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2 rid Floor, Sanford Florida 32771 S ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 — FINA14CE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Attachment "D"Non- Collusion/Lobbying Certification A. This sworn statement issubmitted with Proposal, ITN, o,Contract Number0FV 17/18-33, ddcd Professional Consulting Scn/ion'CCNA. B. —This sworn statement — submitted ~ [Name of entity submitting sworn statement] 1230 Hillcrest Street, Suite 100; Orlando, FL 32803 and (if applicable) it's Federal ffmiployer /ocnoonaunn Number (FEIN) is (if the entity has no FEIN, /no/udeumuoc/m Security Number of the individual signing this sworn statement: C Nyname iu Patrick A. Barnes and myrelationship mthe above iu President / CEO [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby ccrtifim,tothe best ofhis u,her knowledge and belief, that onbehalf ofthe person, firm, association, orcorporation submitting the hid certifying that such person, firnu' association, or corporation has not, either directly or indirectly, entered into any ugr,cmcn/` participated in any collusion, or nthrn,iec taken any oodvn, in restraint of free competitive bidding in connection with the submitted hid. poUum to submit the executed statement as pun of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, wthe best ofhis orher knowledge and belief, that: l. mvCity appropriated funds have been paid o,will hxpaid, bynronbehalf nfthe undersigned, ooany person for influencing orattempting toinfluence either directly orindirectly onofficer oremployee of the City, City Council Member of Congress inconnection with the awarding ofany City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing o, attemptingto influence a member of City Council oran officer or employee of the City inconnection with this contract, .,die undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance //�ith its instructions. — By the signatory to commit the Firm, certify that the information as provided in Attach to nf "D,3CNon-Coplitsio)�tll ,AWy1,Vg Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURI; Patrick A. Baffles, P.G. Title STATE OF Florida COUNTY OF The foregoing instrument was executed before mc this 30thday0 f 2018' by Patrick A. Barnes as President/ CEO of Barnes , Ferland and Associates. Inc. who personally swore or affirmed that he/she ioauthorized mexecute this document and thereby bind the Corporation, and who ispersonally known mneORhm produced ,py J1 Notary PUblIC Pamela My NOTARY PUBLIC, State of Flodda Pamela Gibbs Stevens stamp) Expires M0BB8I1[WITH YOUR RFQ RESPONSE '3=FoiXomebmsubmit this form may bmgrounds for disqualification of yoormobmuittoX11m 42 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 ood faith effort to c 'nue to maintain a drug-free workplace through implementation of the foregoing provisions. By the sig t e(s) below, 1lwe, e ndersigned, as authorized signatory to commit the firm, certify that the information as provided in Attar n "E",Drug- ee p e Certification, is truthful and correct at the time of submission. r` AFF AN SIGNATURE Patrick A. Barnes, P.G. Ty ed Name of AFFIANT President / CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 30th day of July2018 , by Patrick A. Barnes as President/ CEO of Barnes, arnes Ferland and Associates Inc ' who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. 4 Notary Public State of Florida < Pamela Gibbs Stevens NOTARY PURL C, State of Florida (stamp) C oe` My Commission EE104904 Pamela Gibbs Stevens 1"AND SUB IT WITH YOUR RFQ RESPONSE — (if applicable) 43 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment "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: Barnes, Ferland and Associates, Inc. dba_ BFA Environmental Mailing Addres _ _ 1230 Hillcrest Street, S - uite 100; Orlando, FL 32803 Telephone mber: 407-8 6-8 Fax Number: 407-896-1822 E-mail Address: pbarnes(a7bfaenyironmental.com _Patrick A. Barnes. P. G. FEIN: 59-3237612 Au orized Signatory Printed Name President / CEO July 30, 2018 Title Date STATE OF Florida COUNTY OF Orang_ The foregoing instrument was executed before me this 3M day ofJuly 1 2018, by Patrick A. Barnes as President/ CEO of Barnes, Ferland and sest , Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced erSt)nlly known a i e t'fi ion. r Notary Public State of Florida Pamela Gibbs Stevens � • My Commission EE104904 NOTARY PUBLIC, State of Florida (stamp) o,,,a Expires 0911 9/2 01 5 Pamela Gibbs Stevens PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal"°' 45 City of Sanford I Finance Department ( Purchasing.' S�1>cztattan Division Iuanier:' CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771" Phone: 407-688-5028, or 5030 Fax: 407-688-5021 CONSULTANTS COMPETITIVE - FINANUI) PARIN,ENT ane Tete NEGOTIATION ACT (CCNA) ' July 31; 2O1I8;" 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. 1 Dated: July 5, 2018 Addendum No. 2 Dated: July 11, 2018 Addendum No. 3 Dated: July 20, 2018 Addendum No. 4 Dated: July 26, 2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: Barnes, Ferland and Associates, Inc. dba: BFA Environmental Mailing Address: 1230 Hillcrest Street, Suite 100; Orlando, FL 32803 Telepho e umber: 407-89 46/09 Fax Number: 407-896-1822 E-mail Address: pbarnes@bfaenvironmental.com / Patrick A. Barnes, P.G. FEIN: 59-3237612 Authorized Signatory ` Printed Name President / CEO July 30, 2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'O -Failure to submit this form may be grounds for disqualification of your submittal' 45 FINANCE DEPARTMENT DATE: June 5 2018 TO: All Bidders/Proposers 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: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: IFB 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #1 am This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Would you be hiring architect as a prime consultant to manage all disciplines or is the City going to hire each discipline separately? Al. The City reserves the right to hire approved CCNA vendors for different task associated with the same project. Q2. Is there a pre -proposal meeting associated with the above referenced RFQ? A2. No. Q3. Section 1.04 Minimum Requirements States that the City is seeking to establish and or update Master Contracts for the acquisition of Professional Consulting Services. If a consultant currently has an existing continuing contract with the City of Sanford will that consultant be required to submit a proposal to have the Master Contract updated? A3. No. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors. Q5. For the RFQ 17/18-33 Professional Consulting Services, should proposers' responses follow the order as outlined on page 9 (Section 2, D. Submission Deliverables, 1) or as outlined beginning on page 16 (Section 5, 5.02 through 5.07)? A5. Please follow page 16 Section 5. Page 9 Section 2, D. Submission Deliverables Sub Section 1, * w9 CIT`( 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: I It 1111r ;� , ,, . IN Wjaffig-�.ff K, wol am A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "F" 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 91 to IFB 17/18-33 Professional Consulting Services- (CCNA) Barnes, Ferland and Associates, Inc. dba: BFA Environmental Name of Firm/Company 1230 Hillcrest Street, Suite 100 Street Address 407-896-8608 Telephone Number Patrick A. Barnes, P.G. uthorized Person Si 4 pbarnes@bfaenvironmental.com Contact Email Orlando, FL 32803 City, State, Zip Code 407-896-1822 Fax Number President / CEO Authorized Person Title July 30, 2018 Date of Signature DATE: June 11 2018 TO: All Bidders/Proposers 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: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each discipline or may we combine into one? Al. Combine into one. Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you confirm how many pages each section is to contain/how many pages the overall proposal is to be? A2. Overall 50 pages. Q3. Are we to sign and submit Attachment F? A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the proposal. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors, also based on the committee's evaluation of proposals. Q5. Can you define soil for me? And if we qualify more than service do we have to submit a proposal for each services? A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field please include in the proposal where it's required on Section 5 of the proposal. Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master Contract for architectural, engineering and surveying and mapping services? A6. A list of contractors will be provided separately. CITY OF Ski4FORD 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: 407-688-50211 Email: V, I U a 9, 1IAVA Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. AT No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. 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 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/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) Barnes, Ferland and Associates, Inc. Name of Firm/Company 1230 Hillcrest Street Suite 100 Street Address 407-896-8608 Telephone Number Patrick A,arnes, P.G. .uthori% d Person Printed Authorized Person Si pbarnes@bfaenvironmental.com Contact Email Orlando, FL 32803 City, State, Zip Code 407-896-1822 Fax Number President / CEO Authorized Person Title July 30, 2018 Date of Signature I_ City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 0 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 ,^ FINANCELE,ARDAEN'T CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Issuance I Release Date: June 29, 2018 Legal Advertisement Date: Friday, June 29, 2017 (Orlando Sentinel) To: All Prospective Proposers From: Marisol Ordoiiez — Purchasing Manager Dear Potential Proposer: The City of Sanford, Florida, a municipal corporation existing under the laws of the State of Florida, herein after also referred to as the "City", does hereby announce that it is accepting written proposals from all qualified firms or individuals interested in providing the services generally described herein and as specified in the "Scope of Services" of this Request for Qualifications (RFQ) document. The successful proposer(s) must demonstrate by his/hers qualifications, experience, availability, approach, and work plan that he/she will best serve the overall needs of the City. If you are interested in preparing a response to this RFQ, please read requirements carefully and complete the proposal in the manner as set forth in this RFQ document. Your response is considered a binding offer to perform in the manner described in the proposal response and shall remain a firm offer for a period not to exceed one hundred eighty (180) days from public opening. Also please be aware that, under the competitive proposal process, the stipulations set forth herein are fully binding on the proposer to the extent that you confirm acceptance by your signature on Attachment "F", Acceptance of Proposal Terms and Conditions. There will not be a pre -proposal conference held for this project. Questions regarding this solicitation must be received in writing at the address above no later than Tuesday, July 24, 2018 at 5:00 P.M. Local Time. Responses to those questions considered material to the solicitation shall be distributed via formal addenda and posted to the City of Sanford website: http://wNvw..niyvendorliiik.com. All proposers are advised that under Chapter 119, Florida Statutes, all responses are deemed a public record and open to the public as provided for in said statute. The City welcomes your response to this RFQ document. Proposals should be prepared in accordance with the RFQ instructions and will be evaluated by the City as stated in the evaluation section 5 of this document. The City reserves the right to waive any formalities, to reject any or all proposals or to re -advertise for proposals for these services. The City may withdraw all or part of this RFQ at any time to protect the interests of the City. All proposers are asked to be thorough yet concise in their response. Failure to provide the response in the manner prescribed herein may be grounds for disqualification. Thank you for your interest in doing business with the City of Sanford, Florida. City of Sanford, Florida I Purchasing Division City of Sanford I Finance Department I Purchasing „Sohcztdtxan: Division Num er CITY '; OF ORD 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 17/1S' 33 CONSULTANTS COMPETITIVE ' FRaANCF 0HIARTMENT Tltue Date.; NEGOTIATION ACT (CCNA) ,Tiny 31, 20,8 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES SECTION 5. PROPOSAL RESPONSE, CRITERIA, AND EVALUATION POINT VALUES. 5.01 EVALUATION CRITERIA. Evaluation Criteria Tab Assignment Category Maximum Points A Firm's Qualifications and Experience 35 B Similar Projects/References 25 C Project Approach 25 D RFQ Solicitation Response Required Forms 15 E Additional Information 0 MAXIMUM TOTAL POINTS 100 5.02 FIRM QUALIFICATIONS AND EXPERIENCE — TAB "A" (35 POINTS). A. Letter of Transmittal. Provide a letter of transmittal, no longer than two (2) pages, signed by an authorized representative of the proposer, including a brief description of your firm's location, organization structure, and philosophy. (This section is not included in the overall proposal fifty (50) page count) B. Experience of Key Personnel. Identify and include qualifications of specific individuals to be assigned to the project (include names, contact information, and resumes) and specify which services each of the individuals will provide to the City. C. Ability to Service the City and use of Sub -Contractors or Other Firms. List all prime and key subcontractor firms. D. NOTE: In order to provide the necessary information as requested pursuant to Section 5.02(B) and (C) above; please include GSA Form SF -330, Part I, Sections A, B, C, D, and E under Tab "A" of your solicitation response. E. Litigation. Please list any past and/or pending litigation or disputes relating to the work described herein that your firm has been involved in within the last five (5) years. The list shall include each project name and the nature of the litigation. F. Financial Information. Provide an official letter from the proposer's financial institution detailing the financial status of the proposer. The letter shall include a contact name, address, phone number, and fax number. The failure to produce financial requirements may be grounds for disqualification of your proposal response. Additional credit information, including but not limited to; audited financial statements, pro forma issues, or annual reports may be requested from the top-ranked proposers at the sole discretion of the City. iNUM 1111IF1111,11• 5.03 SIMILAR PROJECTS — TAB "B" (25 POINTS). A. To demonstrate experience and success in conducting similar work, the proposer shall complete and submit GSA Form SF -330, Part I, Section F, G, and H concentrating only on those projects completed with the last three (3) years. Please provide a minimum list of five (5) projects, where multiple team members worked together, if possible, illustrating the proposed teams qualifications for performance pertaining to this project. The City does not request nor require an amount greater than ten (10) projects be submitted. Your firm will not be penalized if more than ten (10) project are provided as part of your response; however, submitting more than ten (10) projects will not provide your firm an advantage during the evaluation process. 1. Client name, address, phone, fax number and email address; 2. Description of all services provided; 3. Performance period; and, 4. Total annual amount of contract. 5. References: Proposers must list five (5) references resulting from projects which were performed within the last three (3) years. Proposers shall complete and submit with their response Attachment "I", References. B. Describe any significant or unique awards received or accomplishments made in previous, similar projects. NOTE: Please do not include projects completed or currently underway with the City of Sanford. 5.04 PROJECT APPROACH — TAB "C" (25 POINTS). A. State your firm's technical approach to the project and the interpretation of the scope of services required. B. Define the adequacy of resources, including personnel, labor, equipment and supply resources, and other requirements to provide the requested services. C. Provide a clear statement of the specific services and tasks to be performed. Include information concerning each task and staff committed to accomplish each task. D. Provide a typical response time and/or project implementation schedule for proposed services including any management and planning strategies. E. Provide information regarding any proposed innovative concepts that may enhance the value and quality of the services to be performed. 5.05 RFQ SOLICITATION RESPONSE REQUIRED FORMS — TAB "D" (15 POINTS). Proposers shall include all applicable and duly executed forms under this section. A. Insurance Certificates. Provide copies of your current liability and workers' compensation Certificates of Insurance. The successful proposer(s) will be required to provide Certificate(s) of City of Sanford I Finance Department I Purchasing oltc ta��Eto i Division Nurclaer CRY OF 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 r ' Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 I2FQ 1 i 'J" CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) viae Il!at , "' Jiuly 31, 201:`,, Term Contract III ' 67�Mf.'Y.�3T�)►7[K�7`►`Ili 1f1Y 1►1�.y �I119ki/ [e1 x Insurance evidencing coverage as required in Attachment "B", Insurance Requirements within five (5) business days of the notification of intent to award. Note: Policies other than Workers' Compensation shall be issued only by companies authorized to conduct business in the State of Florida, with active certificates of authority issued by the State of Florida, Department of Insurance. B. Conflict of Interest. Proposers must provide disclosure of any potential conflict of interest due to any other clients, contracts, or property interests for this project only. Proposers must complete and submit with their response Attachment "C", Conflict of Interest Statement and have it notarized certifying that no member of your firm ownership, management, or staff has a vested interest in any aspect of this solicitation or any department within the City of Sanford. C. Non-Collusion/Lobbying Certification. Proposers must complete and submit with their response Attachment "D", Non-Collusion/Lobbying Certification and have it notarized. D. Drug Free Workplace Certification. If applicable, Proposers must complete and submit with their response Attachment "E", Drug Free Workplace Certification and have it notarized. E. Acceptance of RFQ Terms and Conditions. Proposers shall complete Attachment "F" Acceptance of Proposal Terms and Conditions Certification and have it notarized. An authorized signatory shall sign [page 7 of the Addendum #2] attesting to knowledge of scope of services, committing to the prices as negotiated, and acceptance of the terms and conditions. This form must be notarized. As stewards of public funds, the City maintains all adopted budgetary parameters in the performance of its contracts. The ability of the successful proposer to maintain a sense of fiscal responsibility shall be favorably considered in the evaluation of proposals. F. Addenda Acknowledgement. If applicable, Proposers must complete and submit with their response Attachment "G", Addendum Acknowledgement. G. Corporate Standing and Authorized Signatories. Proposers must provide a copy of the State Certificate of Good Standing/Articles of Incorporation listing the officers of the company. Please complete and comply with Attachment "H", Organizational Information and provide one of the forms of evidence of Signatory Authority listed in Section III, (I) Corporate Standing and Authorized Signatories. H. Local Business Tax Receipt. Provide a copy of your Local Business Tax Receipt. In accordance with section 205.065, Florida Statutes, a current Department of Professional Regulation certificate may be provided in lieu of a Local Business Tax Receipt, with a copy of the corresponding Occupational License of the home state, county, or city. I. Proof of Licenses/certification. Please include copies of applicable licensure/certification, including; but not limited to: 1. Provide proof of proper State of Florida business licensure and professional certification(s)/registration(s) in the State of Florida. 2. Provide proof of corporate registration to operate in the State of Florida by the Department of State, Division of Corporations. Information concerning certification can be obtained at: http://dos.mvflorida.COIII/sunbiz/. Please note: certification must be on active status oniv. J. W-9 Form. Proposers that have not done business with the City or have not provided a W-9 within 4 City of Sanford I Finance Department I Purchasing `Sa1'ictatci Division Numter CITY or 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 IF i7/I8 33 ' FINANCE nEi>a YtAE 7 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Due Hate." Term Contract Jul 31"2018, , the last two (2) years must submit a W-9 with their proposal. K. GSA SF -330 Form- Proposer shall complete GSA -SF -330 Form as outlined in the solicitation document and submit with their response. However, please include GSA Form SF -330- Part II under Tab "D" of your solicitation response. Non-inclusion of this form completed shall deem your proposal as non-responsive and as such will be removed from further consideration. 5.06 ADDITIONAL INFORMATION — TAB "E" (0) POINTS. Proposers may include a section for appendixes including promotional material or supporting documentation not otherwise requested herein. Please clearly designate this section in your response. This will be for informational purposes only. 0IliD1:7okyj M lei 051ZI7allINWW" IhIWII[IN MWd1131 IM MASTER AGREEMENTS ARC Master Agreement on File Roof Design Ardaman and Associates Master Agreement on File Geo, Engineering GeoData Master Agreement on File Engineering, Geotech SMW GeoSciences, Inc Master Agreement on File Env., en g ser, geo, land dev Universal Engineering Services Piggy back- plans review Env., eng ser, geo, land dev Prequalified -items indicated AVCON Master Agreement on File Full Service CPH Engineering, Inc Master Agreement on File Full Service Neel Schaffer, Inc Master Agreement on File Full Service Woolpert, Inc. Master Agreement on File General Reiss Engineering Master Agreement on File General GAI Master Agreement on File Engineering, Landscape Arch Brown and Caldwell Master Agreement on File Utility, Water Resource Hazen and Sawyer Master Agreement on File Water and Wastewater Eng PSI -Professional Service Indust Master Agreement on File Water supply, env, h dro eological HHl Design Master Agreement on File Landscape Architecrtural Burke, Hogue and Mills Master Agreement on File Architectural and Engineering GLE Associates Master Agreement on File Architectural DJ Design Services Master Agreement on File Architectural, Planning Littlejohn Engineers Master Agreement on File General, Planning Southeastern Surveying & Mapping Corp Master Agreement on File Surveying and mapping AECOM Full Service Applied Sciences Srmwtr,env,civil, geo, ARC Master Agreement on File Roof Design Ardaman and Associates Master Agreement on File Geo, Engineering AVCON Master Agreement on File Full Service Pre Qualified Firms AECOM Full Service Applied Sciences Srmwtr,env,civil, geo Barnes Ferland & Associates, Inc (BFA) Surveying and mapping BCC Engineering, Inc Planning Chen Moore & Associates Full Service Cribb Philback Weaver Group (CPWG Surveying and mapping Dewberry Full Service England Thims & Miller, Inc Environmental Consulting & Technology, Inc (ECT) Srmwtr,env,civil, geo E -Sciences Srmwtr,env,civil, geo Graef Planning HSA Golden Engineering Environmental Solutions Env., eng ser, geo, land dev Kadrmas, Lee & Jackson, Inc (KLJ) Water sup, hydrogeological Lunzt Prebor Fowler Architects Architectural PPM Consultants Srmwtr,env,civil, geo Terracon Srmwtr,env,civil, geo Tindale Oliver Design Planning TLP Engineering Consulting Services, Inc Drainage, Utilities Universal Engineering Services Env., eng ser, geo, land dev Vanasse Hangen Brustlin, Inc (VHB) Planning ro � INANCE DEPARTMENT DATE: July 20, 2018 TO: All Bidders/Pro2osers 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: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN. FROM: MarisolOrdoiiez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Request for Clarification- is the letter of interest limited to 2 pages (5.02A) or 3 pages (2.01 D. La)? Al. 2 pages per section 5.02A only. Q2. Request for Clarification- Are the total number of pages limited to 50 pages (3.07) or 30 pages (5.02A)? A2. This answer was posted on Addendum #2, 50 page count is not including the attachments or the letter of interest. Q3. Request for Clarification- is the standard form 330 to be included as attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count. A3. SF 330 is part of the 50 page count read Section S for instructions. Q4. Can you please share who is on the selection committee? A4. No, the City has not selected the committee members. Q5. Are the SF330 forms included in the 50 page count limit? A5. Yes. Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel? A6. Yes. Included in Tab "A" (read addendum #1 question #5). Q7. Are the required forms- Tab D included in the 50 page count limit? AT No. The attachments are not part of the 50 page count. CITY OF Sk�4FORD fFINANCE 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: 407-688-50211 Email: .1; r' KI UN, UJU111 Q8. Could you please share who are the incumbents with current contract with the City for these services? A8. See addendum 42 a master contract list has been provided. Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the submittals, or would those services be provided under separate City contracts on a project specific basis? A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process will the proposal. Q10. Section 2AIA states that "It is noted there area number of disciplines listed in which related services will not be needed or used by the City at a level which predicates the need for establishment of a Master Contract. Therefore, since preparing a response requires time and effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at 407.688.5028 for guidance or information regarding applicability of their farm's specialty(s) to the needs of the City. " Can the City please confirm whether a Master Contract will be needed or used for the following listed disciplines: storm -water, environmental, and solid waste? A10. Yes, please process your proposal if you are interested in providing the above services. Q1 1. If applicable in consideration of the answer to the previous question, can the City provide budget information and/or capital project plans for projects expected for the Storm -water, Environmental and Solid Waste categories? A.11 Please click on the link to review the proposed budget for FY 2019 llttp//Nvww.sallfot-dil.t�,ov/departiileiits/finance/btldr.=et-iiiforlinatioii/2019-budget Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A (3.08A) or Tab D (5.05 A and H)? A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go under Tab A- The City Attachment "B" Insurance Requirement form should be place in Tab D per Section 5.05. Q14 Request for Clarification - Is the Standard Form 330 to be included as an attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count? A14. Yes, included in the page count. Read Section S for instructions. Q15. I read addendum Q3 & A3; however, I'd like to verify if our contract does or does not require us to resubmit for this RFQ? A15. If you have an existing contract with the City you do not have to resubmit. However, if the contract has an expiration date and has not been renewed recommendations are to resubmit a proposal. Q16. If we will be proposing for more than one service and the City wishes that we combine those disciplines into one proposal, could the City outline how that proposal should be organized? City of Sanford I Finance Department Purchasing Division CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM '-Skj�FOIM Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 G Email: ur�I SI sanfordn ov #3 FINANCE DEPARTMENT Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 and nowhere else in the proposal? A17. Yes, however, insert in Tab "A" per Section S. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section 5 for special instructions on SF 330 form. 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 17/18-33 Professional Consulting Services- (CCNA) Barnes, Ferland and Associates, Inc. pbarnes@bfaenvironmental.com Name of Firm/Company Contact Email 1230 Hillcrest Street, Suite 100 Orlando, FL 32803 Street Address City, State, Zip Code 407-896-8608 407-896-1822 Telephone Number Fax Number s/ Patrick A. B nes, P.G. President / CEO �-� Author' epi Person Print 'd me Authorized Person Title July 30, 2018 Authorized Person S gnatufe Date of Signature 1 City of Sanford I Finance Department CITY OF Purchasing Division AIN 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM +NANFOMD Phone: 407-688-5028 or 5030 I Fax: 407-688-50211 Email: urchsinl�dsanford.aov iw��cE DEPARTMENT vT J RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Attachment "K" Pronosed Schedule of Subcontractor Particination ❑ 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) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value 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: Mailing Address: Telephone Number: Fax Number: E-mail Address: FEIN: Authorized Signatory Printed Name Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 12Failure to submit this form may be grounds for disqualification of your submittal -'10 4 DATE: July 26. 2018 TO: All Bidders/Proposers 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: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN. FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #4 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Disputes Disclosure Form- Section 00452, Florida Statutes on Public Entity Crimes Section 00435-3, Certificate of Non -Segregated Facilities Section 00450, Compliance with the Public Record Law Section 00438, Al. Please include the additional documents in Tab "D" with the attachments. Q2. Tab `D" F Addendum Receipt Form acknowledges receipt of all addenda. Should we also include copies of each Addenda signed. A2. Yes, each addendum must be included and executed as acknowledging addendums, include in Tab «D" Q3. Please provide Clarification: Per Section 5.02 D "Financial Information", an official letter from the proposer's financial institution detailing the financial status of the proposer is required. Is this letter to be obtained from the proposer's Bank? If so, what sort of information would qualify as "detailing the financial status"? A3. SF 330 is part of the 50 page count read Section S for instructions. A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order and/or no delinquent accounts etc., (see sample page three (3) below); City of Sanford I Finance Department CITY OF Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: ADDENDUM S -k�4FORD m —rc 11 L11 "f —', a11f o -rd n ,, tay #4 FINANCE DEPARTMENT RF Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Barnes, Ferland and Associates, Inc. pbarnes@bfaenvironmental.com Name of Finn/Company Contact Email 1230 Hillcrest Street, Suite 100 Orlando FL 32803 Street Address City, State, Zip Code 407-896-8608 407-896-1822 Telephone Number Fax Number Patrick A,,B�rhes, P.G. 1---7 President / CEO Authorized Person Title July 30, 2018 Authorized Person Signature' Date of Signature 2 City of Sanford I Finance Department Purchasing Division CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM iS Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 Email: „�-` urchasinara-sanfordfl -ov #4 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES CCNA Bank Reference Letter Format (Sample) Bank Date: To, State Administration of Industrial & Commerce, We are hereby confirm that (company name) is a valued customer of our bank. Our relations has been entirely satisfactory. We consider the client to be respectable. This information is given in strict confidence and without any responsibility, howsoever arising, on the part of the Bank or its officers. Yours faithfully, Print name of officer: Authorized Signature Bank The letter should be 1. In its original format 2. Singed by a responsible member of the bank 3. Bank letterhead 4. Name, address, fax and telephone number of the institutional bank Wording of bank reference letter must be mentioned things like: good standing, satisfactory, or respectable etcetera. 3 City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 S ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract 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 BiddWProposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Please place a check mark (v) next to a p icable type) Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 1230 Hillcrest Street, Suite 100; Orlando, FL 32803 Federal I.D. or Social Security Number 59-3237612 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'Contctor Name: Barnes, Ferland and Associates, Inc. dba: BFA Environmental Mailing A 'ess: 0 Hillcrest Street, Suite 100; Orlando, FL 32803 qMmber: -8608 Fax Number: 407-896-1822 Patrick A. Barnes, P.G. Signatory w...-- Printed Name President / CEO July 30, 2018 Title Date E-mail Address:pbames@bfaenvironmental.com FEIN: 59-3237612 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE *'Failure to submit this form may be grounds for disqualification of your submittal"O 46 . WMIMMMIT Florida Secretary of State State of Florida Department of State I —dy I 1, -414,11,1 NknHE3 VERLANI) Ah A=,r'ATT',5,r,,"C I u,,& 0.4., f FL,id,, fi!aJ o. AM] 3. 1911 —I—t6. I.T,—. . MtWIOU 61 1 rwu—ut vu hia RA ill I— a., W.,fr- U—gb Do-canoCcc)I. INaXiA . — z—. .—I b.—. P" .. it—Y1 -CI3 —1 it. is — 1, '01'. t r -l" —6 a, j,I — Iv. -11.1 An , i, " r tt —J"-, State of Florida Department of State I ceinnA- from die records oftlus office [,hat RFA E4 % IRONNIEN rAL is a ficn6ous Name r&md with the Dquimpc,it of Stuic on ApnI 2. 2007 The Relpin.vion Number nftfiz F,vio-s N inni: Is G07092700160 I fluther =4 dtin mid Ficuums Nmne Regmmunn is oroxe I Ainher cwflft- die: mid Fiamotis Name P,4simj." died a ma—I on Oct.be, 11, 2017, and e,jni., on D—ter31, 202-1 Secrelaq ofDate Secretary of.5talt State of Florida Department of State I ceinnA- from die records oftlus office [,hat RFA E4 % IRONNIEN rAL is a ficn6ous Name r&md with the Dquimpc,it of Stuic on ApnI 2. 2007 The Relpin.vion Number nftfiz F,vio-s N inni: Is G07092700160 I fluther =4 dtin mid Ficuums Nmne Regmmunn is oroxe I Ainher cwflft- die: mid Fiamotis Name P,4simj." died a ma—I on Oct.be, 11, 2017, and e,jni., on D—ter31, 202-1 Secrelaq ofDate R SEC,? E 'S 4y �3 rAtL�84ss FF Sr/ill `ARTICLES OF INCOItppRATION �Di'fJ� OF . BARNES, FERL.AND AND ASSOCIATES, INC. The undersigned, for theu p rpose of forming a corporation under the Florida General Corporation Act, do hereby adopt the following articles of incorporation: . rP ARTICLE I: NAME The name of this corporation is BARNES, FERLAND AND ASSOCIATES, INC. ART>CLE 1I: DURATION The duration of this Corporation is perpetual. ARTICLE III: NATURE OF BUSINESS The general purposes for which the corporation is organized are: 1. To engage in the business of operating a hydrogeologic and engineering const'dting and other related activities. �• To transact any other lawful business for which corporations may be incorporated under the Florida General Corporation Act or engage in any other Which can, to the opinion of the Board of Directors of the corporation be trade or business on in connection with or auxiliary to the fore business. . advantageously carried mooing 3• To do such other things as are incidental to the foregoing or necessary or desirable in order to accomplish the foreLoing. 1 ARTICLE IV: CAPITAL STOCK The aggregate number of stares which the corporation 'is authorized four thousand (4000) shares. Such sh value, ares shall be'o f a single class,{° Issue are and shall be without par ARTICLE V: ADDRESS AND REGISTERED AGEVT The street address of the initial registered office of the corporation is tre 14th Corbett Lane, Orlando, Oran County, Florida 32806, the mailing address of the corporation is P.O. Box 531164, Orlando, Florida 32853. The name of its initial registered agent at 1400 Co Orlando, Florida da 328-06 rbett Lane, 06 is PATRICK A. BARNES, ARTICLE. VI: -IP The number of directors constituting the initial board of director -corporation are two 2 . sof the �) The names and addresses. of the persons who are to serve as members of the initial board of directors are: NAME PATRICK A. BARNES ADD SS P.O. Box 531164 RONALD P. FERLAND Orlando, Florida 32853 P.O. Sox 531 164 Orlando, Florida 32353 IN ARTICLE VII: INCORPORATORS The names and post office addresses of the incorporator is: NAME PATRICK A.AD-- D- E S BARNES P.0. Box 531164 Orlando, Florida 32853 Executed by the undersigned at Orlando, Or of �-7---_' 1994. aunty, Florida this ,day n� PATRICK A. BARNES STATE OF FLORIDA COUNTY OF ORANGE The foregoing instrument was acknowledged before me ? 1-1 4 by PA has produced a driv'ery of 's license as id CKriA. BARNES, who is personally k own to me or who who did take an oath. Sik1V I CC 29z?s ` 19W1,10TARY PUBLIC f Iy Commission Expires: 1- - - 3 94 AR 'S r,�t'�Q? rj d�Y f1 43 CERTIFICATE DESiGNAnNG PLACE OF BUSINESS E F srq. - DOMICILE FOR THE SERVICE OF PROCESS WITHIN THIS pRtQH CT d In pursuance of Chapter 48.091, Florida Statutes, the following is sub compliance with: said Act: mated, in That BARNES, FERLAND AND ASSOCIATES, INC., desirin the taws of the State of Florida with its re, g to Organize under �tstered office, as indicated in the Articles of Incorporation at 1400 Corbett Lane Orlando, Orange County, Florida 32806, has named PATRICK A• BARNES located a't the above address as its agent to accept service of within this state, process ACKNOWLEDGMENT: Having been named to accept service of process for the above stated co at the place designated in this certificate. I hereby accept to act in this i �°ration, comply with the provisapactry, and agree to ions of said Act relative to keeping open said office. PATRICK A. B RNE Registered Agent I BUY -SELL This agreement is made and entered into this -�_ i.. day of `fav ' 19q_ by and between 1 t (hereinafter shareholders) and Baxnpq FP Accnr•i a f pc Tnn (herinafter corporation }, Paragraph I. Whereas the fallowing persons are 'the owners of all stock in the corporation as hereinafter set forth: •Name AddressNo. of Shares Owned Batrick A. Barnes 1annrnrh+e 510 Ronald P. Fer?ana�S(}n Lakeshore Dr,Orlando, FL 32803 390 Zc2hn D, watsan 12752 Forestedae Cir Orlando, FL 32828 50 �i—B=O-r'�pn-- st'-n-e 1{I01 A�},��ta, St Longwood FL 32750 50 _ Paragraph II. Whereas names of parties are the sole shareholders of the corporation, owning respectively M-0---1 33-0_. _ 50 , and . �n shares. As used herein, the term "shares" shall mean all shares of the common stock $10 Per share par value, of the corporation now awned or hereafter in any manner gained by the parties. Paragraph III. Whereas the shareholders are actively engaged in the business of the corporation, and the outcome of the corporation will at all times depend upon the abilities of the shareholders. Paragraph IV. Whereas, each of the shareholders desire to restrict the transferability of stock in the corporation; Pargraph V. Whereas for the following reason$,' the parties desire to provide (1) for the purchase by the corporation or the remaining parties of the stock of any party desiring to sell the same; and (2) for the purchase by the corporation or the surviving parties of the stock of a deceased or disabled party. In consideration of the mutual agreements hereafter set forth, the parties agree as follows: 1. Stock Transfer Restricted. No shareholder shall transfer, pledge, assign, or encumber all or any part of his shares in the corporation except as Provided in this agreement. (: 2. Restriction on Shares. The secretary of the corporation shall endorse the following restriction on each share certificate prior to its delivery to a shareholder: 'The shares or stock .evidenced by this certificate not be transferred, may pledged, assigned, or encumbered except In accordance with the terms of a buy -sell MaY 10 �`� agreement dated R with Patri�y� Z n� 19 94 , a copy of which is on deposit ► the corporation. the president of 3. Buy -Se l Agreement. In the event any stockholder desires to 'Sell, transfer, or otherwise dispose of all or any of his shares in the corporation, he shah deliver written notice of such -desire to the corporation and to each shareholder, number of shares he desires to dispose of. On creceipt ifying the such notice, the corporation may buy, and the shareholder shall sell to the corporation the number of shares set forth in the notice at the pace and on the terms set forth in Section 6 and 7 thereof. y. Repurchase on Death of Shareholder. On the death of any shareholder, the corporation shall, i not prohibited by the F'orida General f Corporation Act or an successor statue from doing so, buy, and the executor, administrator, or personal representative of the shareholder will sell to the corporation, all of the shares owned by the shareholder at the time of his death at the price and on the terms set forth in Section 6 hereof. 5. Shareholders' Option. If the corporation fails to purchase any of the shares offered for sale to it, then eachof the other shareholders shall have the option to buy, and the offering shareholder shall be obligated to sell to each, a portion of the shares divided equally among the remaining shareholders and if a shareholder is unable or unwilling to buy the portion of shares allotted to him, the other shareholders shall have the right to buy the balance in a similar ratio. The Purchase price for such shares and the terms of sale shalt be set forth in Article 6 hereof. 6. Price and Terms of Purchase The purchase price of each share described herein shall be determined by dividing the fair market value of the corporation by the number of shares outstanding in said corporation. The f atr market value of the corporations shall be determined representatives . by agreement of the parties or their A. In the event of any disagreement among the parties, their executors, administrators, personal representatives, or any of them with respect to the determination of the fair market value of any of the shares to be �. such bpbj value shall purchased hereunder, be computed fair market 37 in accordance with this section by an independent certified public accountant selected by the corporation and each of the shareholders and their executors, administrators, and personal representatives_ The cost of such accounting shall be divided equally by the parties unable to reach agreement hereunder. B. It is understood that the purchase price, determined as set forth above, shall be the value of the purchased shares for all tax purposes. in the event such value is later increased by any federal or state taxing authority, any tax liability resulting from such increase shall be paid by —the C orpnration C. The purchase price hereunder shal! be payable at the option of the corporation of purchasing shareholder either in a lump sum within 180 fol valuation date as set forth above, or nathre . lowing the er the valuation date with interest on the unpaid y balance eays tat the rate of20jQ1 above priute rate perannum, such interest to be payable with the final installment of principal. Any party electing to pay in installments shall have the right at any time to prepay without .penalty all or any portion of the unpaid principal balance plus interest accrued to the date Of, payment. 7. Delivery of Certificates. Certificates for all shares sold hereunder, properly endorsed' to the corporation or purchasing shareholder, as the case may be, sha'_' be delivered to the purchasing party by the seller not later than the date of the lump sum purchase price payment or first installment payment, whichever first occurs. Thereafter, the selling shareholder, or his estate shall cease to be a shareholder of the corporation with respect to such shares. .8. Corporation to Maintain Insurance. To insure or partially insure its obligation under this agreement to purchase from the estate of a deceased shareholder the shares owned by such shareholder prior to his death, the corporation has purchased, and shall continue in force by timely payment of premiums, the policies of insurance covering the lives of each .of the shareholders described in Exhibit 1, which is attached hereto and incorporated herein by reference. In the event any shareholder ceases to be a shareholder of the corporation or reduces his holding of the shares of the corporation, by voluntary transfer or otherwise, the corporation shall-, as appropriate, terminate or procure reduction in the face amount of insurance outstanding on the life of such shareholder, and in the event any shareholder increases his holding of the shares of the corporation, the corporation shall procure and maintain additional insurance on the life Of such shareholder proportionate to the increase in the holdings of such shareholtaer. 74 9. Obligation of Corporation as to Transfer of Shares In no event shall the corporation sell, transfer, or 7 otherwise dispose of any of the shares of the corporation, t including any shares repurchased by it pursuant to this agreement, to any person or entity until such person or entity has become a party to this agreement and is bound by its provision. 10. Amendments; Waiver of Agreement. This agreement may be changed by execution of a written agreement duly authorized by corporate resolution and signed by all the parties hereto, and, any of the shares subject to this agreement may be disflo'sed of by any shareholder to the corporation or to any cther person without regard to the terms of this agreement on the written consent of a majority of the corporation's board of directors and each of the shareholders. 11. Notices. Any notice required to be given in reference to this agreement shall be sent, and shall be considered to have been delivered on The date when sent by prepaid United States registered or certified mail, return receipt requested, properly addressed to the party to receive it, as follows: Notices to be sent to the corporation shall be addressed to it at 3935 Laxton Rd 511ite 11t Orlando, FL 3280 t (address), attenti3n of the president: notices to be sent to the shareholder sh4ll be sent to them 'at their addresses as shown on the oorporation's stock records unless a different address has been designated in writing. 12. Binding Effect. This agreement shall bind and, unless inconsistent with its provisions, shall insure to the benefit of the executor, administrator, or personal representative, and the heirs and assigns of each of the shareholders. 13. Applicable Law. This agreement is executed and is to be performed in the state of Florida and shall be governed by and construed in accordance with the laws of the state of Florida. 39 Executed at on the date first "doove written. A21- 13 Attest: / 11 W 1�6nes s Witness Witness Witness. Attest: by Witness -- by Witness Shareh-Older Shareholder 12 Sharehol dB-r-- Shareholdex (Corporate President Secretary -m=4 11 Scott Randolph, Tax Collazlw Local Buslnoss Tan Rocaipl Orango County, Florida Tail EXPIRES 9r=18 14 1. Proof of Licenses/ Certifications State qW, Board of-'Proi6g,ional Engineers 13.6. AudA"'ut="a Inc. F13PL —sh. Q -- U17774 F., ¢v ucuaLsrsraaxr STATE OFFLOAAM CITY OF dihORLANDO MMRTUZMT0FS- aOARO OF PROfrS.StONAI "OLO(USTS TOO= IT Local 0.1... Tax R..Ipt N—.—MCERTIFIED d Choamr 49I F2 E.crr;mn sax- JUL31 RAMMS FEAL ANO ASI=UTES W,." LLCRESR ST, ORUNM F1 =wl ESTST SLATE Im axAa I OTVYAS nOt"ED MI(LAN Q -- U17774 F., ¢v ucuaLsrsraaxr A State of Florida Board of Professional Engineers W[Wc,Ervin ThomAs, P.E. IA 11—d Fngir,cetwk, Cbpu,, 471, FL-ld. Statutsa RM 2017-2018 CITY OF dihORLANDO M -A -AU TIM RECEMOAYZ-V��Sl PAWVNIOFTNEU]rJA011a SSTAA TOO= IT Local 0.1... Tax R..Ipt ESTST SLATE Im 12M fMICR557 S t W^'F, 01, A State of Florida Board of Professional Engineers W[Wc,Ervin ThomAs, P.E. IA 11—d Fngir,cetwk, Cbpu,, 471, FL-ld. Statutsa RM State of Florida Board of Professional Engineers Aftest, that Gaol Hennessy, P.E. lz Licensed as, a Professional Engineer under Chapter 471, Florida Statutes Z�'— V.,—, PR. LJ,- N.: Aa Na: -- n V11107 State of Florida Board of Professional Engineers A,—"h.' Erin Joannealin, P.E. Z.*.d= u.r" M Le N. �N. kmerican Insfte of Riming BOARD OF REGISTRATION PROFESSIONAL HYDROLOGIST - GROUNDWATER John D. Watson State of Florida Board of Professional Engineers I Ai -t. th., CyntWa Knox Malone, P.E. 1m licensed na a Pro,ftail."I Engineer under Chap., 471, Florida St..., rots-, }B.IJc Nat ll i k STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF'PROFESSl69J!CEO1.1O(RS1 5 'FWnok 4n tl=h 5T,AWTES ST I ORMOO, BEN-JANW WDURTWAA fl.=757 State of Florida Department of State I certify from the records of this office that BARNES. FERLAND AND ASSOCIATES. INC. is a corporation organized under the laws of the State of Florida, filed on April 3, 1994 The document numberof this corporation is P94000026169 I farthercerdly, that said corporation hus paid all fees due this office through December 31, 2018, that its most recent annual reportluniform business report was filed on Jametry, 3, 2018, and that as status is actlw I further certify that said corporation has not filed Articles ot'Dissolution. Ghia .d—v k-d—d1h, G'uts-tqfA'sL qrf7-&6 yrr a<nhdmJgr�n.a�, zeta Secretary of State T—t State of Florida Department of State I certify from the records of this office that BFA ENVIRONMENTAL is a Fictitious Name registered with the Department of State on Apnl 2, 2007 The Registration Number oftbis Fictitious Name is G07092700160 I further certify that said Fictitious Name Registration is actin e I further certify that said Fictitious Name Registration filed a renewal on October 11, 2017, and expires on December 31, 2022. ri— -d—yh-d-drh, r,.f.v-t f M,id. a 1, Chir fh� c.PU. F—rf,-fh d.) offkW- 201 KE, 04" Secretary of State WNW TOITOMR111MM.111111 0=11 Barnes, Ferlatid and Associates, Inc. Is certified under the prmisions of 287 and 2.q--). 187, Florida Statutes, for a period from 04/1912017 to 04119/2019 Flriq. Mpx�.+, w.et 'XIL .. 6, office of s LPslier Ofr,va d st*p-tjn meersity . snyj Eptanadg WiV, Sum 390 - F L In" - M-40 ','A t5 - md' FormW-9 Request for Taxpayer Give Form to the (Rev. Gocember 2014) f,,r yr lden;rifieatlon Number atlt Certification O11 requester. Do not '46-. airy of 1'46T.—V. send to the IRS. krtaa+at Raverxre Sarvlca 1 Name (as shown on your income tax rets. theme is mquked o ihfs W; do not Wave thla Una blank, Barnes, Feriand and Associates, Inc. (dba- BFA Environmental) 2 Business rmmddsrcgudod entity sane, NdKcroA from above 3 Check bac for federal tax the 4 E.xempltorn apply to eppmpdate otasslBcalIon; check only one of t wing seven boxer. (codes only not Indhiduali; see cfr stain ems ori ❑ htdividu ao?, proprietor or D C Corparalion Q S Corparatian ❑ Partnerablp ❑ Tnrstfestalo Q3)' c goo s440-mamira LLC Q ttmited liability company. Enter the tax ctasslikattrm (C -C corporation, Sx4 corporatkn, Pmpadnwshgl > Exempt payee coda (J any) i5 Nofe. Fora drigio-rtuxntxn LLC that s r$sregordad, do not check LLC chwk the appropriate box In tete Woe above for Exemption from FATCA mped4V the tax cLns„tPadkm el the atngta-mambas ovaur, code of any) 6 ra ❑other(aceinst.tfons)P Poz>r*+r. acv e++derbwwn it. n+u11 b Address Ori mbsr, atmat. and apt. or aulta no.) Requestaeg name and address taptlanat) 1230 Hillcrest Street, Suite 100 8 Cay, state, and 71,a code sin Orlando, Florida 32803 I Ust occ urd numbev(s) has (optkxA Ta Byer identification Number TIN Enter your TIN In the appropriate box. The TiN provided must match the name given on One i to avoid I social security number I backup withholding. sale For ietor, uals,or die this Is d entity, your social I curityInstructions Wombat (Sage.. For other for a _M _ resident aAa�, sofa proprietor, or disregarded entity, sea the Part i lnatruciitxts cit page 3. For other entities, It Is your employer Identification number (ETNe. if you do not have a number, see Now to got a FM TIN on page 3. or Note. if the account is hi more than ora name, see the Instructions for One i and the chart on page 4 for I Employer identification number guide)ktes on whose number to enter. (—j-1 Under penalties of perjury, I certify that: 1. The number shown on this form i*, 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) t have not been notified by the Internal Revenue service ORS) that I am subject to backup withholding as a result of a fanure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup wiftolcing; 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 Of any) indicating that I rust exempt from FATCA reporting fa correct, Certification Instructions. You must cross cut 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 abandon t of secured property, r eliat on of debt, contrtbwttone to an Individual retirement arrangement (IRA), and generally, paymenta other gun fn and d(vicei fs, you fir n required to sign the certification, but you must provide your correct TIN. Seethe .hill signalum or l Here U.S.parsanY l� % eater lanuary29,2018 General instructions Section mfarancas are to the Internal Ravenna Cade urkass otharwss noted. Future developments. Information about davatapme ,ts affecting Fenn W-9 (such as kghdatkrt enacted after wo release it) is at www,1m9o,1hv9. Purpose of Form An Individual or crefty (Farm W-9 requested who is required to cab an inhurnatlon return with the IRS must obtain your correct hupayar Idanificatkut number (Rhee which may ba yaw social security number (SW, Individual taxpayer k ertilkatton number QTR.),sdopikntaxpayer tr ltkattonnumber(ATIN),firemployer kiennlificsdkn number(EMO, to report on an information mtuan 6»s amomt paw to You, or other amount reportable on an Information mum. Esamptos of lntmmaalk n reform Include. Md am not panted to, the foibvr:ng: • From 1099-94T Me" earned or paid) • Form 1099-M KNIdands, inCutldng thcso fron stocks or mutual herds) • Form 1099-MISC (notous types of Insane. Palma, awards, or 9+= Proceeds) • Form 10988 (slack or mutual hard slot and certain other transaction by broker) • Form 1 95 (proceeds from rani estate lmnsedlans) • Form 1099-K (merchant card and Ihld party netvwrk iransaaUarrs) i • Form 1098 Proms mortgage Interest), 1e98 -E (student ban interest), 1098-T (fusion) • Farm 1099-C (canceled debt) • farm f 099-A (ocgrrsabrt or obandoramm of secured property) Use form W-9 only g you am a U.S. person O ukW4p a matdent alien), to provkla your correct TIN. 11 ycu do not mean Fenn W-9 to the requester w0h a TIN, you rclpht be abject to backup w7WwAsk }. Sea What s backup m1his dcsig? on page 2. Sy sk;ning the Mel -met form. you, 1. Cergty, that the TN you are V vine In correct ter you aro waning far a number to be Issued), 2. Cerilly that you are not subject Io backup withholding, or 3, Clalm exemption from backup withhekling It you am a U.S. exempt payee. if appric", you am also certifying that os a U.S, parson, your atocable thews of any padnershIp Income from a U.S. We or business Is not subject to the wi0 hok" tax on Wotan partners' share of effectively, connected income, and 4.. Certify that FATCA codes) entered on this term lif any) trndkatkrg that you am exempt from the FATCA raponing, is carmen Sao What Is FATCA repro reg? on page 2 for bather information. CaL No. 10231X Form W-9 (Rav 12.2014) CITY 4F Skj�FORD FINANCE DEPARTMENT 14*011ICkiIUIl,1*4 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? N (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? N (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? Y (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. On April 8, 2014 BFA was named as'a party to a law suit filed by Emerald Utilities against A.C. Schultes of Florida, Inc. BFA was a third tier subcontractor onsite performing hydrogeologic monitoring and data collection. This matter was successfully resolved among the insurance carriers and BFA was not found to be at fault. 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 o the project identified. Barnes,a and and Associates 4 e: Firm July 30, 2018 Signature of Authorized R6preselifative Date Patrick A. Barnes, P.G., President / CEO 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 00452-1 CERTIFICATION OF NONSEGREGATED FACILITIES FORM 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 Barnes Ferland and Associates Inc. whose business address is [Name of entity submitting sworn statement] Employer Identification Number (FEIN) is 59-323 Number of the individual signing this sworn statement: C. My name is Patrick A. Barnes [Please print name of individual signing] and (if applicable) it's Federal (If the entity has no FEIN, include the Social Security and my relationship to the above is President / CED 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: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an 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 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771��UCt9t►�7 CITY OF Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 COMPETITIVE FlM1IANCE DEPARTMENTCONSULTANTS NEGOTIATION ACT (CCNA)�i 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 Barnes Ferland and Associates Inc. whose business address is [Name of entity submitting sworn statement] Employer Identification Number (FEIN) is 59-323 Number of the individual signing this sworn statement: C. My name is Patrick A. Barnes [Please print name of individual signing] and (if applicable) it's Federal (If the entity has no FEIN, include the Social Security and my relationship to the above is President / CED 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: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an 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 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 Stat f Florida, Department of Management Services.] By the sKli� (s) below, I/we, t undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Pphly Crime.5,State -Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNA' Patrick A. Barnes, P.G. Typed Name of AFFIANT President/ CEO Title STATE OF Florida COUNTY OF range The foregoinginstrument was executed before me this 30th day of July , 20 j 8 , by Patrick A. arnes as President/ CEO of Barnes Ferland and Associates Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. L", r '01Notary Public State of Florida �Pamela Gibbs Stevens (stamp) . %, `My Commission EE104904 F F�° Expires 09/19/2015 NOTARY PUBLIC, State of Florida Pamela Gibbs Stevens PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 12"Failure to submit this form may be grounds for disqualification of your submittal" 2 Rev 03/2018 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 iurrtb* CITY or Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FNAINCt (APA@Y AENT CONSULTANTS COMPETITIVE � � a NEGOTIATION ACT (CCNA) Ju1p , 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 Stat f Florida, Department of Management Services.] By the sKli� (s) below, I/we, t undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Pphly Crime.5,State -Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNA' Patrick A. Barnes, P.G. Typed Name of AFFIANT President/ CEO Title STATE OF Florida COUNTY OF range The foregoinginstrument was executed before me this 30th day of July , 20 j 8 , by Patrick A. arnes as President/ CEO of Barnes Ferland and Associates Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. L", r '01Notary Public State of Florida �Pamela Gibbs Stevens (stamp) . %, `My Commission EE104904 F F�° Expires 09/19/2015 NOTARY PUBLIC, State of Florida Pamela Gibbs Stevens PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 12"Failure to submit this form may be grounds for disqualification of your submittal" 2 Rev 03/2018 CITY OF ,w 'SkNF0RD „f FINANCE DEPARTMENT 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. and AssocW5,;"Inc. Zr Signature of Authorized, Refpresentative Patrick A. Barnes, P.G., President / CEO 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 July 30, 2018 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM 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 I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 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 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 Project Name: Solicitation No.: Proposef/131dder Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Alel. K 1� � /Z July 30, 2018 Signature of Autho'eized-Representative (Affiant) Date Patrick A. Barnes, P.G., President / CEO Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Orange STATE OF FLORIDA July On this 30th day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared Patrick A. Barnes 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 identificatiop, I SEAL (Notary Public in and for the County and State Aforementioned) Pamela Gibbs Stevens My commission expires: 09/19/2019 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-'' Notary Public State of Florida Pamela Gibbs Stevens My Commission EE104904 Expires 09/1912015 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-'' Respondent Business Information Affidavit I. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, corporation, X trade or fictitious name under which you do business and the address of the principal place of business: 1230 Hillcrest Street Suite 100 Orlando, FL 32803 The correct name of the Company is: Barnes, Ferland and Associates, Inc. a. FEI/EIN Number 59-3237612 b. Trade Mark Name BFA Environmental 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation City of Sanford I Finance Department I Purchasing Division b. State of Incorporation Florida 300 N. Park Avenue Suite 236, Sanford, Florida 32771 —Name and Title Patrick A. Barnes, P.G., President / CEO CITY or Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 e. Secretary's Name SkT40RD CONSULTANTS COMPETITIVE Willie E. Thomas, P.E. FINANCE DEPARTMENT 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, corporation, X trade or fictitious name under which you do business and the address of the principal place of business: 1230 Hillcrest Street Suite 100 Orlando, FL 32803 The correct name of the Company is: Barnes, Ferland and Associates, Inc. a. FEI/EIN Number 59-3237612 b. Trade Mark Name BFA Environmental 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation April 5, 1994 b. State of Incorporation Florida c. Chief Executive Officer —Name and Title Patrick A. Barnes, P.G., President / CEO d. Vice President Name Willie E. Thomas, P.E. e. Secretary's Name John D. Watson, P.H. f. Treasurers Name Willie E. Thomas, P.E. g. Name and address of Florida Resident Agent N/A 3. If offeror is an individual proprietorship or partnership, answer the following: N/A a. Date of Organization b. Name, Address and Ownership Units of all Partners c. State whether general or limited partnership 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? 24 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. Included in Tab D 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. 1 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 INFORMATIO WARRANTED BY OR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIAL FECTS THE OFF 015 QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT TF D OR PROPOSA A IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND,'OR CONTRACT. ANT Patrick A. Barnes, P.G. Typed Name of AFFIANT President / CEO Title STATE OF Florida COUNTY OF nranqp The foregoing instrument was executed before me this 30th day of July , 208, by Patrick A. Barnes as President/ CEO of Barnes, Ferland andss oclates, ni c. — who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. pyr Notary Public State of Florida r° Pamela Gibbs Stevens (stamp) s My Commission EE104904 7?cr r� Expires 09/1912015 NOTARY PUBLIC, State of Florida Pamela Gibbs Stevens PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771S carr or Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 ORD FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)%!'�� TERM CONTRACT 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 INFORMATIO WARRANTED BY OR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIAL FECTS THE OFF 015 QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT TF D OR PROPOSA A IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND,'OR CONTRACT. ANT Patrick A. Barnes, P.G. Typed Name of AFFIANT President / CEO Title STATE OF Florida COUNTY OF nranqp The foregoing instrument was executed before me this 30th day of July , 208, by Patrick A. Barnes as President/ CEO of Barnes, Ferland andss oclates, ni c. — who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. pyr Notary Public State of Florida r° Pamela Gibbs Stevens (stamp) s My Commission EE104904 7?cr r� Expires 09/1912015 NOTARY PUBLIC, State of Florida Pamela Gibbs Stevens PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 2a.FIRM (OR BRANCH OFFICE) NAME Barnes, Ferland and Associates, Inc. 2b. 1230 Hillcrest Street, Suite 100 2c. CITY Orlando Patrick A. Barnes, P.G., President 1 CEO 407-896-8608 1. SOLICITATION NUMBER (Ifany) ARCHITECT — ENGINEER QUALIFICATIONS I RFQ 17/18-22 FL 1 32803 6c. E-MAIL ADDRESS pbarnesc@bfaenvironmental.com 3. YEAR 1994 ESTABLISHED a. TYPE Corporation DUNS NUMBER 834609281 Small Disadvantaged Business NAME OF FIRM (U black 2a is a branch office) 8a. FORMER FIRM NAME(S) (Ifany) 8b. YR. ESTABLISHED 8c. DUNS NUMBER 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index numbershown at right) 1. Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million a. Federal Work 2 3. $250,000 to less than $500,000 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million b. Non -Federal Work 6 5. $1 million to less than $2 million 10. $50 million or greater c. Total Work 6 I I a. SIGNM7,�- b. DATE July 30, 2018 c. NAME AND TITLE Patrick A. Barnes, P.G., President / CEO STANDARD FORM 330 (6/2004) PAGE 1 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function Code b. Discipline c. No. of Employees (i) FIRM (2) BRANCH a. Profile Code b. Experience c. Revenue Index Number (see below) 02 Administrative 3 C15 Construction Management 3 08 CADD Technician 2 W02 Program Management Assistance 2 12 Civil Engineer 4 C14 Conservation and Resource Management 1 15 Construction Inspector 1 W03 Water Supply; Treatment; and Distribution 3 16 Construction Manager 1 W02 Water Resources; Hydrology; Ground Water 3 23 Environmental Engineer 4 SO4 Sewage Collection, Treatment, and Disposal 5 24 Environmental Scientist 1 E12 Remedial Action Plan Implementation 1 30 Geologist 3 C15 Quality Assurance Monitoring Debris 1 34 Hydrologist 1 E09 Environmental Impact Studies, Assessments, a 1 38 Land Surveyor 2 SO7 Solid Wastes; Incineration; Landfill 3 58 Technician / Analyst 1 E11 Environmental Planning 2 62 Water Resource Engineer 1 S10 Surveying; Platting; Mapping; Flood Plain Studi 1 Other Employees 8a. FORMER FIRM NAME(S) (Ifany) 8b. YR. ESTABLISHED 8c. DUNS NUMBER 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index numbershown at right) 1. Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million a. Federal Work 2 3. $250,000 to less than $500,000 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million b. Non -Federal Work 6 5. $1 million to less than $2 million 10. $50 million or greater c. Total Work 6 I I a. SIGNM7,�- b. DATE July 30, 2018 c. NAME AND TITLE Patrick A. Barnes, P.G., President / CEO STANDARD FORM 330 (6/2004) PAGE 1 I ARCHITECT -ENGINEER QUALIFICATIONS SOUCMATION NUMBER (if any) I PART 11– GENERAL QUALIFICATIONS (if a firm has branch offices. comDlete for each sDecific branch office seekino work- I 2a. FIRM (or branch office) NAME EMI Consulting Specialties, Inc. 2b- STREET 5742 River Bed Rd 2C. CITY Groveland 6a. POINT OF CONTACT NAME AND TITLE Willard C. Hoanshclt, President 6b. TELEPHONE NUMBER flc. E-MAIL, 3524604035 1 whoansb Ba. FORMER FIRM NAME(S) (rf any) 3 YEAR ESTABLISHED 4. DUNS NUMBER 1991 96-276-6341 S. OWNERSHIP a. TYPE 2d. STATE 2e. ZIP CODE S -Corporation FL 134736 b. SMALL BUSINESS STATUS N/A 7. NAME OF FIRM (tfbkxk 2a is a branch office) N/A 8b. YR. ESTABLISHED ft DUNS NUMBER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function c. No. of employees a. Profile b. Discipline Code (1) FIRM (2) BRANCH Code c. Revenue b. Experience Index Number below) 02 Administrative I A04 Air Pollution Control 08 CADD Technician I A06 Airports; Terminals & Hangers; Freight Handling Is Construction Inspector B02 Bridges 16 Construction Manager C15 Construction Management 2 21 Electrical Engineer I D01— Dams; (Concrete; Arch) 29 GIS Specialist D02 Dams, (Eanth; Rock); Dikes, Levees 37 Interior Designer F09 Enviro. Impact Studies, Assessments, or Statements 47 Planner. Urban/Regional E12 Environmental Remediation 52 Sanitary Engineer H07 ffighways: Strects; Airfield Paving; ParUng Lots 54 Security Specialist 101 Industrial Buildings; Manufacturing Plants 58 Technician/Analyst P06 Planning fpq, Installation, and Project 60 Transportation Engineer P12 Power Generation, Transmission, Distribution 2 62 Water Resources Engineer R03 Railroad: Rapid Transit R11 Rivers: Canals-, Waterways; Flood Control S02 Security Systems; Intruder & Smoke Detection I SO4 Sewage Collection; Treatment and Disposal 2 S07 Solid Wastes; Incineration; Landfill 2 SIO Surveying, Platting; Mapping; Flood Plain Studies S13 Storm Water Handling& Facilities T02 Testing & Inspection Services 2 T03 Traffic & Transportation Engineering Other Employees W02 Water Resources; Hydrology; Ground Water Total 3 W03 Water Supply; Treatment and Distribution 2 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (insert revenue index number shown at right)--- a. Federal Work S. Non -Federal Work 3 c, Total Work 3 PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1. Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million 3. $260,000 to less than $500,000 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million 5. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a SIGNATURE b, DATE 6-26-2018 c NAME AND TITLE Willard C. Hoanshelt, President, AUTHORIZED FOR LOCAL REPRODUCTION MANDATORY USE DATE OF FORM 6/1/2004 STANDARD FORM 330 (6/2004) PAGE 6 1. SOLICITATION NUMBER ptany) ARCHITECT - ENGINEER QUALIFICATIONS RFO 17118-72 PART If — GENERAL QUALIFICATIONS (if a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER Antillian Engineering Associates, Inc. 1993 809949258 26. STREET 5. OWNERSHIP 2c. CITY 2d, STATE 1 2e. ZIP CODE Orlando Florida 32811 6a. POINT OF CONTACT NAME AND TITLE Peter G. Suah, P.E. — President, Principal Engineer 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 407422-1441 1 psuah@antillianeng.com a. TYPE C -Corporation b. SMALL BUSINESS STATUS Yes 7. NAME OF FIRM (if block 2a is a branch office) 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function C, Revenue b. Discipline c. No. of Employees a. Profile b. Experience Index Number Code (1) FIRM (2) BRANCH Code (see below) 02 Administrative 1 S05 Soils and Geologic Studies; Foundations 1 4 27 Total 4 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM PROFESSIONAL SERVICES REVENUE INDEX NUMBER FOR LAST 3 YEARS (insert revenue index number shown at right) 1. Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million a. Federal Work 1 3. $250,000 to less than $500,000 8. $10 million to less than $25 million b Non -Federal Work 4 4. $500,000 to less than $1 million 9. $25 million to less than $50 million c. Total Work 4 5. $1 million to less than $2 rroflion 10. $50 million or greater 12- AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE B. DATE July 30, 2018 c. NAME AND TITLE Peter G. Suah. P.E. — President STANDARD FORM 330 (612004) STANDARD FORM 330 (6/2004) PAGE 2 1. SOLICITATION NUMBER (11'any) ARCHITECT -ENGINEER QUALIFICATIONS RFQ 17/18-33 PART 11- GENERAL QUALIFICATIONS (if a firm has branch offices. complete for each -znPrifir hranrh riffirp qqPkinn wnrk 2a, FIRM (or Branch Office) NAME CiviVSite Engineering, Inc. 9. EMPLOYEES BY DISCIPLINE 3, YEAR ESTABLISHED1 2004 4 UNIQUE ENTITY IDENTIFIER Duns: 177037442 2b. STREET 1645 N. Maitland Ave c. Number of Employees a. profile (1) FIRM (2) BRANCH Code 5. OWNERSHIP a. TYPE Corporation 2r- CITY Maitland 2d, STATE FL 120, ZIP CODE 132751 b. SMALL BUSINESS STATUS Engineering Services (NA!CS 541330) 6a. POINT OF CONTACT NAME AND TITLE Andrea Jernigan-Gwinn 08 7. NAME OF FIRM (If Block 2a is a Branch Office) 6b TELEPHONE NUMBER 407-644-6570 lajgwinn@csei-fl.com 6c. E-MAIL ADDRESS Highways Ba. FORMER FIRM NAME(S) (1fany) 12 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER - Housing I 15 11. ANNUAL AVERAGE PROFESSIONAL 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 6 YEARS a. Function Code b. Discipline c. Number of Employees a. profile (1) FIRM (2) BRANCH Code : c. Revenue Index b. Experience Number 02 Administrative 1 C10 Commercial Building 3 08 CADD Technician 1 H07 Highways 5 12 Civil Engineer 3 H11 Housing I 15 Construction Inspector 11 101 Industrial Buildings 1 The foregoing is a statement of facts L03 Landscape Architecture 1 b, DATE 1 001 Office Buildings 1 107/25/2018 c.NAMEAND TILE 1. — P06 Planninq 1 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than $100,000 6. $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 3 3. $250,000 to less than $500,000 8. $10 million to less than $25 million b. Non -Federal Work 4 4, $500,000 to less than $1 million 9. $25 million to less than $50 million c. Total Work 4 5 $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts a, "3 b, DATE jT'IRE # Z_ a ' _IQ 107/25/2018 c.NAMEAND TILE 1. — Andrea Jerniqa/Gwinn, President STANDARD FORM 330 6