2026 RFQ 17-18-33 AVCON Professional ConsultingFINAN E DEPARTMENT
Thursday, December 20, 2018
PURCHASING DEPARTMENT
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
F]
Development Order
F]
Mayor's signature
F]
Final Plat (original mylars)
F] .
Recording
F1
Letter of Credit
01
Rendering
F]
Maintenance Bond
Safe keeping (Vault)
F]
Ordinance
Deputy City Manager
F]
Performance Bond
F]
Payment Bond
F]
Resolution
F]
City Manager Signature
EJ
n
EJ
City Clerk Attest/Signature
City Attorney/Signature
Once completed, please:
F] Return originals to Purchasing- Department
F] Return copies
El
Special Instructions:
U4A4f r3ojaAzqev-
From
SharePoint—Finance —Purchasing Forms -2018.doc
- -2-2t� A q
Date
W
AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND AVCON INC. FOR
SOLICITATION NUMBER: RFQ 17118-33
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
3k 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 AVCON Inc., a Florida corporation,
(hereinafter referred to as the "CONSULTANT") whose address is 5555 East Michigan
Street; Suite 200; Orlando, Florida 32822-2779. 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
1 I P a a e
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. Sanford FL. q ov) 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
2 1 P a o 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 a@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.
3�Pag=c
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 thatithas 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
kl"' R"' Q (11110(plk'14
)A ( I k
Traci Houchin, CMC, FCRM, City Clerk�C rip
Approved as to form and
Legality:
N9,
A0
'
V. riael�- Colbert, u til
City Attorney
A1�x 60
Al�e
ADDITIONAL SIGNATURE PAGE FOLLOWS:
4 1 P a g L
Attest:
James A. Kriss,
Secretfaryffreasurer
THE CONSULTANT
NZ, .
By:
Sandeep Singh
Director/Chairman/President
Dated: /I it / lei
5 111 a i, e
w
�9wC"kki,Y�
TAB A; firm Qualifications and Experience
A.1. Letter of Transmittal.......................................................................................................................... A-1
A.2. Experience of Key Personnel............................................................................................................
A-3
A.3. Ability to Serve the City and Subcontractors.....................................................................................
A-7
A.4. SF330, Part I, Sections A, B, C, D, E................................................................................................
A-9
A.S. Litigation..........................................................................................................................................A-22
A.6. Financial Information.......................................................................................................................
A-23
A.7 Current Insurance Certificate............................................................................................................A-25
A.8 Business Tax Receipt ....... ................................................................................................................
A-26
TAB Bm Similar Projects and R ferorices
B.1. SF330, Part I, Sections F, G, H.........................................................................................................
B-1
B.2. Attachment I — References..............................................................................................................
B-13
B.3. Awards/Accomplishments...............................................................................................................
B-15
TAB : Project Approach
C.1. Technical Approach and Project Understanding...............................................................................
C-1
TAB D, ReqtAred forms
Attachment B — Insurance Requirements
Attachment C — Conflict of Interest
Attachment D — Non-Collusion/Lobbying Certification
Attachment E — Drug -Free Workplace Certification
Attachment F — Acceptance of RFQ Terms and Conditions
Attachment G — Addenda Acknowledgement
Attachment H — Organizational Information, Corporate Standing, and Authorized Signatories
Attachment K, Proposed Schedule of Subcontractor Participation
Proof of Licenses/Certification
W-9 Form
GSA SF330 Part II
TAB E: Additional Information
Letters of Recommendation
AVCON, INC.
ENGINE ERS & PLANNI?RS
5555 E Michigan Street, Shite 200
Orlando, Florida 32822
Phone: (407) 599-1122
Fax: (407) 599-1133
www.awon lne.con1
July 31, 2018
Ms. Marisol Ordonez, Purchasing Manager
City of Sanford
Purchasing Division
300 N Park Avenue, Suite 243, 2nd Floor
Sanford, Florida 32771
Reference: Professional Consulting Services – CCNA
Solicitation Number RFQ 17/18-33
Dear Ms. Ordonez:
AVCON, INC. (AVCON) is pleased to submit herewith one (1) unbound original, five (5) bound copies, and one (1)
electronic copy of our Statement of Qualifications to provide Professional Consulting Services to the City of Sanford,
Florida. All design, bid, and construction phase services will comply with Florida Department of Transportation,
Seminole County, the City of Sanford, and other agencies' standards and requirements. As our proposal
demonstrates, we have a firm understanding of the scope of work and the City's need for this important continuing
contract, and we are committed to performing all tasks in a timely and cost-effective manner.
AVCON has thoroughly reviewed the Request for Statements of Qualifications package and is fully aware of the
professional services required to accomplish the various projects anticipated at the City. Services under this contract
may include, but will not be limited to, Architectural and Engineering Design, Project Administration, Inspection
Services, Surveying, Soils, Geotechnical, Planning Services, Civil Engineering, Transportation, Stormwater, Solid
Waste, Parks and Recreation Facilities, Environmental, Traffic Engineering and Analysis, Landscape Design,
Water/Wastewater Engineering and Building, Facility, and Infrastructure Improvements. AVCON is fully capable
and committed to provide the following services to the City of Sanford:
■ Engineering Design ■ Stormwater
■ Project Administration ■ Parks and Recreation Facilities
■ Inspection Services ■ Traffic Engineering and Analysis
■ Planning Services ■ Water/Wastewater Engineering and Building
■ Civil Engineering ■ Facility
■ Transportation ■ Infrastructure Improvements
AVCON has built its reputation on delivering innovative and practical engineering solutions to our clients based on
over three decades of professional planning, design, and construction administration services. These solutions blend
both economic and technological elements to provide an effective approach to all our projects. Whether working on a
. residential community, facility, park, trail, or roadway, we offer high-level technical expertise based on more than 30
years of hands-on experience—ensuring the job is done right the first time. We pride ourselves on partnering with our
clients in Transforming Today's Ideas into Tomorrow's Reality.
AVCON has assembled a highly qualified, motivated, and dedicated team of professionals to accomplish every task
required for the overall success of this Professional Consulting Services contract.
➢➢%'9' +.^ :ik'VA'➢'➢ON C'ONS➢'➢,"1'➢NG a `d'➢2ANS➢'t➢R8A'➢'84DN DES➢toN «: ➢'➢.A°tiN➢NG
Ms. Marisol Ordonez
July 31, 2018
Page 2
As you will see in our proposal, the AVCON Team has local knowledge and relevant project experience, through
personal and professional work in the Central Florida area, to effectively complete the tasks for this contract on time
and within budget. The Team also has a successful performance history with projects identical to the services
requested in the qualifications package. With this wealth of experience, we also bring a strong desire to help the City
of Sanford successfully implement projects in the Capital Improvement Program (CIP).
Based on the prominence of this role, AVCON has dedicated Mr. Rick Baldocchi, P.E. to serve as your Project
Manager and act as the main point of contact for the AVCON Team. Mr. Baldocchi is authorized to make
representation for the firm and team. He has more than 35 years of experience (29 with AVCON) in the consulting
community planning and designing public works, trails, and transportation projects. As a principal of AVCON, INC.,
Mr. Baldocchi has worked closely with a variety of clients including the City of Sanford. Additional clients include
Orange County, Volusia County, Seminole County, and the Cities of Tavares, Winter Park, Maitland, DeLand, Deltona
and Orlando to provide professional, timely services of the highest quality.
Mr. Baldocchi will report directly to the City's designated personnel and will operate out of AVCON's Orlando Office
located at: 5555 E Michigan Street, Suite 200, Orlando, Florida 32822. He can also be reached by phone at (407)
599-1122, by fax at (407) 599-1133, or by email at rvb@avconinc.com.
AVCON is uniquely qualified to support the City of Sanford on this important Professional Consulting Services contract,
and some highlights of these qualifications include:
■ AVCON is familiar with the requirements of this type of contract, and our entire team has a wealth of prior
local, relevant experience which eliminates any "learning curve';
■ AVCON brings extensive, relevant, and award-winning project experience and excellent relationships with
FDOT District 5 personnel for project -related discussions;
■ AVCON offers the very best planning and design staff credentials and significant records of success, with
recent and relevant design, permitting, bid and construction phase roles on public works, trails and
transportation projects throughout Central Florida;
■ AVCON maintains a technically competent staff with a "proactive" and "can do" attitude, and one that is well
qualified, with a proven -track record, and eager to ensure the City's success;
■ AVCON will do the best job, completing projects on time and within budget, and with quality you
demand - our long and successful track record speaks for itself; and
■ AVCON is certified by the State of Florida Board of Professional Engineers, certified as a Minority Business
Enterprise (MBE) by the State of Florida, and pre -qualified by the Florida Department of Transportation in
sixteen different planning and design work areas. AVCON is a corporation and is registered with the State of
Florida.
On the pages that follow, we detail our experience and the qualifications of our team. We appreciate this opportunity
to submit our Statement of Qualifications and very much look forward to the opportunity to work with City staff on this
important Professional Consulting Services contract.
Sincerely,
AVCON, INC.
Rick�V. Baldocchi, P.E.
Vice President/Project Manager
CIVIL & S"G R (ATRAL. 0 AIRPORT& ANTATION Cd)iNS1;1_TING e "t'R "M`SPORT:4`i'6ON DESIGN & o-''9,.hNNING
M
AVCON has assembled a comprehensive team of seasoned professionals who will provide the City of Sanford with
exceptional services for this important contract. Our team offers specialized expertise in a diverse range of technical
disciplines for on-call, multi-year assignments. Key AVCON team members' brief bios are provided below. Additionally, SF330,
Section E resumes are included beginning on Page A-11 of this section.
Rick Baldocchi, P.E. will serve as your Project Manager. He will ensure that project schedules and budgets are realistically
developed, managed, monitored, and adhered to. Project deliverables in the form of plans, specs, opinion of probable costs,
reports, and other related support documentation will be thorough, accurate, and informational. Subconsultants, if necessary,
will be managed and mentored, and funding and regulatory agencies will be informed, queried, and knowledgeable of project
activities always. There will be no surprises and project concurrence by involved. agencies and staffs will be achieved at key
milestones throughout the course of each assignment.
Rick B l ohl, P.P., Project Manager, PiiblicI Inv olveinen
■ Mr. Baldocchi has more than 35 years of experience in civil/structural engineering,
including management of highway, bridge, and development projects.
■ As a Principal of AVCON, INC , Mr -Baldocchi has worked closely with a variety of
clients within Te aviation, transportation, -and development industries to provide
professional, timely designs ofthe . ighest quality.
■ He has experience world on all phases of a project including initial concept
planning, project feasibility, final design, and construction administration.
■ He has experience working with the City of Sanford on the ADA Municipal Facilities
Evaluations, Persimmon Avenue Sidewalk, Sanford Fire Station - Hurricane
Upgrades, Sanford Public Safety Complex and Water Line Relocation, Sanford River
Walk - Phase II, and 13th Street Streetscape projects.
■ Mr. Baldocchi has served in a variety of roles in the local, Central Florida Community,
including Vice Mayor of the City of Maitland (2002-2004), City Councilman for the
City of Maitland (1998-2004), Member of the Transportation Technical Committee of
MetroPlan Orlando (2000-2004), Member of the East Central Florida Regional
Planning Council (1998-2000), Board Member for the Florida Institute of Consulting
Engineers (2011 -Present), Chairman and Board Member of the West Orange South
Lake Transportation and Economic Development Task Force (2007 -Present), and
Chairman and Commissioner for the Orange County Planning and Zoning
Commission (2010 -Present).
■ Mr. Lockwood has more than 20 years of experience including conceptual planning,
structural analysis and design, stormwater management design and construction,
roadway layout, potable water/sanitary sewer design and construction, budgeting,
day to day operations, client relations, and permitting.
■ Mr. Lockwood has a proven track record in engineering, construction, and
development, from small commercial projects to multi-million dollar planned
communities, commercial development, and amusement parks.
■ He is a professional engineer with a NCEES record and he is an FAA licensed private
pilot.
■ He has developed, designed and/or built over 20,000 units, including millions of
square feet of commercial space.
iiii
.. r: Firm Qualifications and Experience
✓i rI/ii/ dui
Page
Clint Pletzer, P.E., Roadway/Transportation
■ Mr. Clint Pletzer, P.E. has worked on more than 35 roadway design projects in his 15
years of experience.
■ His skills include development of horizontal and vertical alignments utilizing
GEOPAK, utility coordination and adjustments, maintenance of traffic, estimates, and
construction drawing development in CADD format.
■ He is also versed in all phases of FDOT plans preparation.
■ Mr. Pletzer has worked closely with a number of local governments and other public
entities, and several of his projects have required extensive utility coordination,
r location, and design with entities such as Seminole County Water, Utilities Inc.,
F o`rida Gas and numerous telecom companies.
■ Mr. Pletzer's experience with the City of Sanford includes the ADA Municipal
Facilities Evaluations and the Persimmon Avenue Sidewalk projects.
Rabe t Palm, P.E., Utility Coord/nation and Design
■ Mr Palm has 34 years of experience as a project engineer and manager supporting
ge eral civil and related developmord.
■ Mr. Palm's design experience includes site development, stormwater planning and
desi n, wastewatestem"design, and utility design.
■ He has extensive design and permitting experience, including site -civil
improvements, stormwater projects, water and wastewater infrastructure, roadways,
and parking projects throughout Florida.
■ His utility experience includes design, permitting and construction administration
engineering services for two potable water system interconnects between the
Seminole County Meredith Manor System and the Utilities, Inc./Sanlando System.
■ He has also provided design and permitting of utility adjustments for the City of
Altamonte Springs potable water, reclaimed water, sanitary gravity sewer and force
main utilities within the Montgomery Road corridor.
Michael Kerns, P.E., t rm ter/Drainage/ Perini -It! n
■ Mr. Michael Kerns has a diverse range of experience in civil design, including
roadways, parks, restaurants, condominiums, residential communities, and public
schools throughout the state of Florida.
■ His experience in civil design includes various stormwater systems such as retention
ponds, detention ponds, and underground exfiltration.
■ His drainage experience includes exfiltration systems, underdrain systems, roadway
drainage, road side swales, joint use ponds, Nitrogen/Phosphorus loading
calculations for impaired water bodies, closed basin analysis and design, flood plain
analysis, culvert analysis, erosion control, and master drainage systems.
■ Mr. Kerns has prepared permit documents and exhibits for several Florida agencies
including St. Johns River Water Management District, Florida Department of
Environmental Protection, Florida Department of Transportation, and South Florida
Water Management District.
■ Mr. Kerns' experience with the City of Sanford includes the Sanford Public Safety
Complex and Water Line Relocation, 13th Street Streetscape, and Persimmon
Avenue Sidewalk projects.
Tab A: Firm Qualifications and Experience
Page A-4
Michael Duer, E.I., Traffic Engineering and Analysis
■ Mr. Michael Duer, E.I. has more than 25 years of experience in roadway design,
transportation planning, traffic engineering and production quality control.
■ He is proficient in roadway plans preparation, temporary traffic control, specifications,
construction cost estimates, and technical writing.
■ Mr. Duer s areas of expertise include signing and pavement markings, signalization,
traffic studies, access management, ADA compliancy, QA/QC review, and public
involvement exhibits and mail -outs.
■ Public involvement activities have included preparation of a community awareness
plan, mailing list, public information handouts, newsletters, display boards and
slideshow presentations.
■ He has experience working with the City of Sanford on the ADA Municipal Facilities
Evaluations and the Persimmon Avenue Sidewalk projects.
Luca DelVerme, P.E., Structural Eryginner
■ Mr. DelVerme is a Structural Project Engineer with 17 years of experience in the
structural engineering discipline for both the public and private sectors.
■ He has practiced structural design for a variety of building types, including airport
terminals, hospitals, universities, courthouses and jails, parks and trail facilities,
aircraft and storage hangars, and solid waste facilities throughout the state of Florida.
■ Mr. DelVerme has also been responsible for the design of box culvert structures, sign
and signal structures, high mast lighting foundations and retaining wall structures for
the Florida Department of Transportation, numerous county and city governments
throughout the State of Florida, and for several aviation authorities.
■ He also has extensive experience in pedestrian bridge design as well as bridge
widening and rehabilitation design.
■ Mr. DelVerme has experience working with the City of Sanford and understands the
City's processes and preferences. His experience with the City includes the Sanford
River Walk - Phase II and the Sanford Fire Station - Hurricane Upgrades projects.
Jason Teliszczak, Construction Administration/Inspection
■ Mr. Teliszczak has more than 15 years of experience in the engineering,
environmental, quality, safety, and security fields.
■ He has OSHA 10 -hour certification and Hazardous Waste Operations and
Emergency Response Standard 40 -hour certification and is a Mine Safety and Health
Administration Approved Instructor, a Green -Star Auditor (NRMCA), and an
Occupational Health and Safety Assessment Series 1800 Certified Auditor (MISP).
■ He has completed Driver Direct Safe Driving and Pipeline Construction Safety
Training and he is a Guiding Principles Compliance Professional, a Zero Waste
Business Associate, and a Sustainable Transportation Professional.
■ Mr. Teliszczak has worked on a variety of projects including the Integrys/Peoples Gas
Accelerated Main Replacement Program, a 20 -year, 1900 -mile gas main project and
the Amtrak ARRA ADA Mobility First Improvements, a rail station project through
Iowa, Illinois, Indiana, Kentucky, Michigan, Ohio, and Wisconsin.
Tab A: Firm Qualifications and Experience
Page A-5
Zemp Pepper, P.E., Mechanical/Plumbing/Fire Protection
Engineer
■ Mr. Pepper has 34 years of experience as a Mechanical Engineer.
■ His focus is in the design, analysis and layout of HVAC, plumbing and fire protection
for a wide variety of public, commercial, industrial, and aviation projects.
■ In addition to his various mechanical design roles, Mr. Pepper has demonstrated
expertise in the design and understanding of various fire suppression system
projects, including wet and dry type sprinkler systems, standpipe systems, fire pump
systems, and clean agent systems.
■ Mr. Pepper has used these credentials on various projects for Walt Disney World,
Orange County Public Schools, the Greater Orlando Aviation Authority, Northwest
Florida State College, Okaloosa Gas, and Seminole County.
■ Many of his recent projects were performed on a Revit platform.
Sean Day, P.E., Electrical Engineer
■ Mr. Sean Day, P.E. is an experienced Electrical Engineer with problem solving and
critical thinking skills coupled with excellent communication skills to contribute to
complex design projects.
■ He has worked on large project teams to design forward thinking and efficient
infrastructure to meet clients' present and future needs.
■ His areas of expertise include PLC network design, cyber security, construction
oversight, access control and CCTV, fiber optic design and radio and cellular
communications.
■ He has knowledge of network communications including Ethernet, Profibus, DNP3,
and Modbus.
■ He has also worked on radio and fiber optic networks for communication on Local
and Wide area networks.
■ He regularly performs field testing to validate conformity to contract design
documents and he consults with clients regarding construction changes and costs to
ensure a specified product is within compliance.
Dominick Rorer ino, Structmes
■ Mr. Fiorentino is a Senior Designer with more than 29 years of experience.
■ He has experience in multiple disciplines including Roadway, Structures, Drainage,
Traffic Control, and Signing and Pavement Marking.
■ He is proficient in the use of LEAP Bridge, MicroStation, AutoCAD, GEOPAK,
Descartes, and FDOT provided software for electronic submittals.
■ He develops high quality presentation graphics for public information meetings. .
■ He has worked on many FDOT projects including new construction, widening and
resurfacing.
■ He also provides specific design experience using ADA standards for improvements
in pedestrian and bicycle facilities.
■ He provided design services on the Sanford River Walk - Phase II which included the
seawall, right-of-way, pedestrian/bicycle facilities, roadway facilities, and parking
facilities (hospital and zoo).
Tab A: Firm Qualifications and Experience
Page A-6
Ability to Serve ,the City of Sanford
Founded in 1988, AVCON, INC. (AVCON) serves the transportation, development, facilities and aviation industries and
employs over 90 professionals with expertise in all aspects of civil engineering, electrical engineering, mechanical
engineering, plumbing engineering, fire protection design, utilities coordination and design, and structural engineering; traffic
planning and highway design; aviation planning and design; and a full array of design and construction support services.
AVCON has built its reputation on delivering innovative and practical engineering solutions to clients throughout the Southeast.
These solutions blend both economic and technological elements to provide an effective approach to all of the firm's projects.
Whether working on a residential community, facility, park, trail, or roadway, AVCON offers high-level technical expertise
based on more than 30 years of hands-on experience—ensuring the job is done right the first time. AVCON prides itself on
partnering with clients in Transforming Today's Ideas into Tomorrow's Reality.
AVCON offers a full range of planning and engineering services to turn clients' projects into a successful reality. Services
include:
Development
■ Land Planning / Entitlements
■ Site Planning
■ Civil Engineering
■ Building Structural Engineering
■ Mechanical Engineering / HVAC
■ Plumbing
■ Fire Protection Engineering
■ Building Electrical Engineering
■ Project Cost Analysis
Transportation
■ PD&E / Preliminary Engineering Studies
■ Pavement Management Programs
■ Pavement Resurfacing / Rehabilitation
■ Concrete Pavement Evaluation and Design
■ State and Local Highway Design
■ Roadway Bridge Design
■ Pedestrian Bridge Design
■ Miscellaneous Highway Structures
■ Traffic Studies / Signalization
■ Roadway Lighting
AVCON's long history of success with continuing contracts is based on its:
■ Ability to listen to clients,
■ Expert knowledge of FDOT and Water
Management District standards and industry
specifications;
■ "Big picture" yet detailed approach to design
■ Multiple services under one roof
■ Availability of responsive, qualified staff; and
■ History of implementing "practical design" in
projects
These capabilities result in safe, cost effective, and efficient enhancements while reducing construction impacts to your users.
AVCON's high volume of repeat business -90 percent—reflects our sincere commitment to client service. Our proposed
project team members are not only proficient in the technical aspects of their work areas but have worked together on similar
projects over many years. AVCON has continuing engineering contracts with the City of Sanford, City of Orlando, Orange
County Government, City of Maitland, City of Winter Park, City of Deltona, the Greater Orlando Aviation Authority, City of
Wauchula, Jacksonville Aviation Authority, Sanford Airport Authority, Orange County Public Schools, and Osceola County
Public Schools. We bring 30 years of service and support to these agencies and have been reselected for multiple terms to
continue to service their engineering needs. Performing as a continuing engineering firm is one of the services that AVCON
provides best, working basically as a member of your extended staff.
Subcontractor Lifilization
AVCON has a long history of partnering with proven, reliable, experienced subconsultants. With the City's approval, we will
engage the services of subconsultants throughout the life of the contract, as needed. For this project, AVCON will use the
services of Universal Engineering Sciences for any geotechnical/soils issues that may arise; and Echo for any
surveying/geomatics project elements.
Tab A: firm Qualifications and Experience
Page A-7
Robert "Bobby" Palm, P.E.
(AVCON)
Jason Teliszczak
(AVCON)
CITY OF
S,;�NFORD
FLORIDA
Clint Pletzer, P.E.
(AVCON)
Clint Pletzer, P.E.
(AVCON)
Zemp Pepper, P.E.
Sean Day, P.E.
(AVCON)
Darin Lockwood, P.E.
(AVCON)
Michael Kerns, P.E.
(AVCON)
Luca DelVerme, P.E.
Dominick Fiorentino
(AVCON)
o� m.o •o -o a o- o ,o
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Rick Baldocchi, P.E. Project Manager, Public Involvement a. TOTAL I b. WITH CURRENT FIRM
35 29
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering, M.S. Structural Engineering, M.B.A.
Florida -Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Baldocchi has more than 35 years' experience in civil/structural engineering. As a principal of AVCON, INC., Mr. Baldocchi has worked closely with a variety of clients
within the aviation, transportation, and development industries to provide professional, timely designs of the highest quality. Mr. Baldocchi will ensure that the product
delivered to the City meets or exceeds the City's needs; coordinate all team efforts to perform the work successfully; ensure that all project schedules and deadlines are
met; he will work to ensure that all quality control procedures are implemented; and he will provide a safe, efficient, cost effective product to the City on this contract.
-®
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Casselberry City Center PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Casselberry, FL 2014 -On-going On-going
a
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check w project performed with current firm
The project includes a retail element (building(s) fronting US 17-92) and a multi -family residential element (building east of the stormwater pond). The site exhibited
a significant amount of unsuitable material (muck), most of which was located beneath a layer of clean and usable soil. Phase I of the project was intended to provide
the development team with prices and options to remediate the unsuitable material and choose the most effective method for the remediation. The second phase of
the project consisted of moving forward with the mass grading, stormwater ponds, soil remediation and utility trunk lines. Mr. Baldocchi serves as Principal -In -Charge.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
South Street and Anderson Street
Orlando, FL
2010 -On-going
2017 -On-going
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
b
AVCON was retained to inspect and evaluate the drainage system to assess the condition and the capacity of the existing structures and pipes. The scope of services
included visual inspection of the structures, review of pipe video tapes, basin analysis and pipe size recommendation. The final report also included development of
CIP projects and associated cost estimates. The project fixed the existing infrastructure, reduced localized flooding and improved the overall stormwater management
system of the local municipal neighborhood. This project also included the resurfacing of Anderson Street from Orange Avenue to Mills Avenue. Mr. Baldocchi
serves as Principal -in -Charge.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
Pine Hills Trail
FDOT District Five, Orange County, FL
2014-2017
2017
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
c
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi -Use Trail from Alhambra Drive to Silver Star Road (SR
438) within the Progress Energy corridor for approximately 1.7 miles. It also included a multiuse trail from Gordon Barnett Park to the proposed Pine Hills Trail along
Dolores Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains (where potable
water is available), trash containers and park benches at the trailhead. AVCON prepared an engineering study to determine whether the pedestrian -activated traffic
signals, Rapid Flashing Beacons, or any other device at the intersection of the trail with N. Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount)
were warranted in accordance with the current edition of the Manual on Uniform Traffic Control Devices (FHWA). Mr. Baldocchi served as the Principal -in -Charge.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
Parramore Heritage Central Pond-Stormwater Management
Orlando, FL
2010-2014
2011-2016
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
d
The first phase of the project included GIS mapping of the existing stormwater facility, a full ADICPR model of the 110 -acre basin, water quality computations, littoral
zone calculations and creation, and the construction of a retaining wall to increase capacity to the serve the entire basin. This second phase of the project involved
the analysis, design, and permitting of the in -filling for the North Pond to provide a clean site for the proposed Orlando City Soccer stadium and facilities. The final
project element involved the design and permitting of the expansion of the South Pond to accommodate additional stormwater runoff from the Orlando City Soccer
stadium and facilities on Central Boulevard. Mr. Baldocchi served as Principal -in -Charge.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Comprehensive Project Management and Engineering Design for the
Wooton Park Expansion
2012 -On-going
On-going
Tavares, FL
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
e
The project consists of planning, design, and engineering of the park and waterfront area including the marina and dock facilities, multi -use trail (nature walks),
landscaping, gazebos, restrooms, boat/seaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to managing all
aspects of the project such as grant application preparation, including the identification of appropriate grants, procurement, management, reimbursement processing
and closeout. Services also include permitting, bid document preparation, and coordination during the construction manager at risk process. Additional services
include an evaluation of the seaplane facility itself. Mr. Baldocchi serves as Project Manager.
Tab A: Firm Qualifications and Experience
Page A-1 1
o .,o cull o o� e o 00
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Darin Lockwood, P.E. QA ► QC a. TOTAL b. WITH CURRENT FIRM
20 2
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
Florida — Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Lockwood has more than 20 years of experience including conceptual planning, structural analysis and design, stormwater management design and construction,
roadway layout, potable water/sanitary sewer design and construction, budgeting, day to day operations, client relations, and permitting. He has a proven track record in
engineering, construction, and development from small commercial projects to multi-million dollar planned communities, commercial development and amusement parks.
He is a professional engineer with an NCEES record and an FAA licensed private pilot.
MEN=.eElm
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
East Lake Arnold Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
1
Orlando, FL 2017.2018 2018
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
C'
Through a continuing contract, AVCON, INC. provided drainage improvements including an extensive new pipe system to better connect the upstream project area
to the improved eastern outfall; inlet and manhole improvements along the pipe route to improve flow from the street into the stormwater system; pipe improvements
including upsizing and lowering elevations of existing pipe segments and replacing CMP segments with RCP; and a baffle box including an analysis of the appropriate
size of the box based on the anticipated flows and the available land area near the ouff all. Mr. Lockwood served as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Wellington Park Apartments Design
Apopka, FL
2016 -On-going
On-going
b
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project comprises a 250 -unit affordable housing complex. Services include site, utility, and stormwater design as well as a sanitary sewer pumping station. Mr.
Lockwood serves as Project Manager, Senior Civil Engineer, Engineer of Record.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Canoe Creek Subdivision
Osceola County, FL
2015 -On-going
I On-going
C
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The site is located east of Canoe Creek Road and north of Fertic Road in Osceola County. The project comprises construction of a residential development consisting
of 50 single-family lots with a wet detention pond for the required water quality treatment and attenuation prior to discharge from the site and into the Canoe Creek
Road drainage ditch. Mr. Lockwood serves as Project Manager, Senior Civil Engineer, Engineer of Record.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Winter Park High School Pavement and Drainage
Winter Park, FL
2016 -On-going
On-going
d
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project includes site pavement design and drainage evaluation at Winter Park High School. Tasks comprise evaluation and design of the entire site for the failing
stormwater system and pavement degradation. Mr. Lockwood designed solutions for the failing systems. Mr. Lockwood serves as Project Manager, Senior Civil
Engineer, Engineer of Record.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Jones Road Subdivision
Osceola County, FL
2016 -On-going
On-going
e
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project consists of design and permitting of a 650 -lot subdivision on 160 acres in Osceola County. Services include roadway, utility, and stormwater design as
well as a regional pump station and force main design. Mr. Lockwood serves as Project Manager, Senior Civil Engineer, Engineer of Record.
Tab A: Firm Qualifications and Experience
Page A-12
0 0 o e a o ee
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Clint Pletzer, P.E. Roadway I Transportation Engineer a. TOTAL b. WITH CURRENT FIRM
15 13
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
Florida — Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Pletzer has worked on more than 35 roadway design projects in his 15 years of experience. His skills include development of horizontal and vertical alignments utilizing
GEOPAK, utility coordination and adjustments, maintenance of traffic, estimates, and construction drawing development in CADD format. Mr. Pletzer has GEOPAK training
certification and is involved with training updates associated with FLUG (Florida Local Users Group). He is also versed in all phases of plans preparation.
ON EMEJEEM
0
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Lakeshore Shared Use Path PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Deltona, FL 2014-2015 1 2015
a
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON served as the prime engineering firm for this multi-use trail along Lakeshore Blvd. The FDOT LAP funded project included design of a 124 wide, approximately
3,600 ft. long bike/pedestrian asphalt trail; design of ADA standard crosswalks, curb ramps, and walls between the roadway and trail; and utility stakeholder
coordination. Mr. Pletzer served as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
East Lake Arnold Drainage Improvements
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Orlando, FL
2017-2018
1 2018
lo
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
Through a continuing contract, AVCON, INC. provided drainage improvements including an extensive new pipe system to better connect the upstream project area to
the improved eastern outfall; inlet and manhole improvements along the pipe route to improve flow from the street into the stormwater system; pipe improvements
including upsizing and lowering elevations of existing pipe segments and replacing CMP segments with RCP; and a baffle box including an analysis of the appropriate
size of the box based on the anticipated flows and the available land area near the outfall. Mr. Pletzer served as Project Engineer
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
Pine Hills Trail
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
FDOT District Five, Orange County, FL
2014-2017
1 2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi-Use Trail from Alhambra Drive to Silver Star Road (SR 438)
C
within the Progress Energy corridor for approximately 1.7 miles. It also included a multiuse trail from Gordon Barnett Park to the proposed Pine Hills Trail along Dolores
Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains (where potable water is
available), trash containers and park benches at the trailhead. Amenity location, specifications and model type were provided by Orange County Parks and Recreation
Division. AVCON prepared an engineering study to determine whether the pedestrian-activated traffic signals, Rapid Flashing Beacons, or any other device at the
intersection of the trail with N. Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount) were warranted in accordance with the current edition of the
Manual on Uniform Traffic Control Devices (FHWA). Mr. Pletzer served as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
Traffic Signal at McCulloch Road and Worchester DrivelKeats Way
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Orange County, FL
2017-2018
1 2018
d
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project included design, permitting, and construction plan preparation for signal design and signing and pavement markings at McCulloch Road and Worchester
Drive/Keats Way. Specific elements of the project included utility coordination, coordination with project stakeholders, roadway design, and miscellaneous highway
related structures including strain pole design. Mr. Pletzer served as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR CQMPLETED
Comprehensive Project Management and Engineering Design for the
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Wooton Park Expansion
2012-On-going
On-going
Tavares, FL
e
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project consists of planning, design, and engineering of the park and waterfront area including the marina and dock facilities, multi-use trail (nature walks),
landscaping, gazebos, restrooms, boaYseaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to managing all
aspects of the project such as grant application preparation, including the identification of appropriate grants, procurement, management, reimbursement processing
and closeout. Services also include permitting, bid document preparation, and coordination during the construction manager at risk process. Additional services
include an evaluation of the seaplane facility itself. Mr. Pletzer serves as Project Engineer.
Tab A: Firm Qualifications and Experience
Page A-13
Tab A: Firm Qualifications and Experience
Page A-14
12. NAME 13. ROLE IN THIS CONTRACT
Robert Palm, P.E. Utility Coordination and Design
14. YEARS EXPERIENCE
a. TOTAL
34
b. WITH CURRENT FIRM
19
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
Florida — Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Palm has 34 years of experience as a project engineer and manager supporting general civil and related development. Mr. Palm's design experience includes site
development, stormwater planning and design, wastewater system design, and utility design. He has extensive design and permitting experience, including site -civil
improvements, water and wastewater infrastructure, roadways, and parking projects throughout the state of Florida.
MENEM
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Winter Park YMCA Expansion PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Winter Park, FL 2013-2014 1 2014
a
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
There were two main components of this project. The first component consisted of a new zero -entry feature swimming pool, including a deck and associated equipment
room. The second component included a parking lot expansion. The project was constructed primarily within the 0.48 -acre site which was occupied by two single-
family bungalows and included a new stormwater treatment facility. AVCON's scope of work included civil design of the parking lot expansion, structural design of a
retaining wall, and electrical design of site lighting. Mr. Palm served as Senior Project Engin r.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Waterford Elementary School, Orange County Public Schools
Orlando, FL
2013-2015 1
2015
b
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
Planned improvements included a new one-story building on the central portion of the site that houses administration offices, a media center, cafeteria and classrooms.
The existing building near the central portion of the site that previously housed these features was demolished prior to construction of the new building. Along the
western portion of the site, a new fire -access road was built, and a new bus loop was built on the southern portion of the site. AVCON was responsible for stormwater
design. Mr. Palm served as Senior Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Lift Station 1 and 7 Improvements
Orlando, FL
2014 -On-going
On-going
C
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project included site, utility, and stormwater design for main pumping stations consisting of 6-250 HP wastewater pumps and surrounding site and appurtenances.
Mr. Palm served as Senior Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES.
CONSTRUCTION (If Applicable)
Terminal Parking Lot Expansion
Gainesville Regional Airport, Gainesville, FL
2015-2018
1 2018
(3) BRIEF DESCRIPTION (Briefscope, size, cost etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
Gainesville Airport Public Terminal is served by surface parking lots with two separate entrances on the eastern and western segments of the Entrance Loop Road.
d
The parking lots have a fee structure for both Short Term and Long -Term Parking with the closest spaces reserved for the former, and farther spaces dedicated for the
later. Push-button ticket dispensers are at each entrance to each type lot for parking attendant payment upon exiting. Currently, overflow parking is directed to a large
grass field west of the short-term lot during peak demand periods. Three areas were identified where the existing lots could be expanded: the existing grass area, a
strip of grass along the westernmost long-term spaces, and a grass area bordered by the southeastern long-term spaces. AVCON was responsible for project
management and coordination with subconsultants, design development, and construction document preparation. Design development included analyzing Short -Term
and Long -Term parking utilization; evaluating and determining City of Gainesville parking requirements (required space, dimensions, geometry, landscaping, etc.);
preparation of stormwater and drainage, geometry, paving and grading, signing and marking, utility adjustments, and electrical and lighting plans and specifications;
and preparation and submittal of St. Jahns River Water Management District Environmental Resource Permit application. Mr. Palm served as Senior Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICESCONSTRUCTION
(If Applicable)
North Apron Expansion
Orlando Sanford International Airport, Sanford, FL
2014-2015
2015
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
e
The project included design services to expand the existing apron to the west to accommodate additional aircraft parking adjacent to the existing Avocet hangar. A
total apron area of up to 28,000 SY of new airfield pavement was provided. The design also comprised associated edge lighting, airfield signage, apron lighting
infrastructure, existing asphalt pavement demolition, clearing, grading and drainage improvements and permitting. The geometry of the apron was optimized to provide
maximum parking capacity and to improve the aircraft movement to and from the hangar. The apron expansion geometry accounts for possible future hangar expansion
to ensure the apron parking will not obstruct any future expansion. The parameters for both the geometry and the pavement design is for a D -V aircraft, up to and
including the A330-300. In addition, the design addressed an existing stormwater system within the proposed apron footprint, which involved subsurface artesian well
conditions. Mr. Palm served as Senior Project Engineer.
Tab A: Firm Qualifications and Experience
Page A-14
e -o-o•c.ro o- o ,s
ME.I.
i
�-
"MichaemlDuer,
13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Traffic Engineering and Analysis a. TOTAL b. WITH CURRENT FIRM
25 14
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Industrial & Systems Engineering
Florida — Engineering Intern
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Michael Duer, E.I. has over 25 years of experience in roadway design, transportation planning, traffic engineering and production quality control. Mr. Duer's areas of
expertise include signing and pavement markings, signalization, traffic studies, access management, ADA compliancy, QA/QC review, and public involvement exhibits
and mail -outs. Public involvement activities have included preparation of a community awareness plan, mailing list, public information handouts, newsletters, display
boards and slideshow presentations. Responsibilities also included contacting businesses and public officials, attending small group meetings and public information
meetings, and documenting and responding to public comments.
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Westmoreland Path PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
1
Orlando, FL 2017 2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
a
The Academic Center for Excellence, a downtown Orlando K-8 school, required a safe pathway, designed in 6 months and accessible to Orlando City Stadium,
downtown college campuses, and the high-tech digital media hub, Creative Village. AVCON designed and constructed a multi -use path in a heavily congested city
center, successfully addressing challenges in collaboration, coordination, utility relocation and the fusion of eco -friendly elements and materials. Mr. Duer served as
Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Pine Hills Trail
FDOT District Five, Orange County, FL
2014.2017 1
2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
b
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi -Use Trail from Alhambra Drive to Silver Star Road (SR 438)
within the Progress Energy corridor for approximately 1.7 miles. It also included a multi -use trail from Gordon Barnett Park to the proposed Pine Hills Trail along
Dolores Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains, trash containers
and park benches at the trailhead. Amenity location, specifications and model type were provided by Orange County Parks and Recreation Division. AVCON prepared
an engineering study to determine whether the pedestrian -activated traffic signals, Rapid Flashing Beacons, or any other device at the intersection of the trail with N.
Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount) were warranted in accordance with the current edition of the Manual on Uniform Traffic Control
Devices FHWA . Mr. Duer served as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Casselberry City Center
Casselberry, FL
2014 -On-going
On-going
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
C
This project is a joint effort between the City of Casselberry, Integra Land Company and CASTO. The project includes a retail element (building(s) fronting US 17-92)
and a multi -family residential element (building east of the stormwater pond). Mr. Duer completed a traffic study for City Center. The project site is located at the
southeast comer of the intersection of SR 600 (US 17-92) and Triplet Lake Drive. The purpose of the study was to provide trip generation data, trip distribution, critical
peak hour turn movements and traffic operations analysis as required for an FDOT Driveway/Connection Application. Synchro software, ITE trip generation and
NCHRP internal trip capture estimation were used to evaluate the new trips generated by the mixed -used redevelopment project. The project also included the design
of modifications to the existing traffic signal heads at SR 600 (US 17-92) and Triplet Lake Drive. Mr. Duer serves as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Corporate Boulevard at Alafaya Trail Turn Lane
Orlando, FL
2016 -On-going
On-going
d
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON was retained to prepare construction plans for an additional eastbound lane for the intersection of Corporate Boulevard/Gemini Boulevard and SR 434 (Alafaya
Trail) near the campus of the University of Central Florida. The roadway widening required the design of modifications to the existing traffic signals. Synchro software
was used to model the intersection improvements and determine the optimal level -of -service and lane configuration within the limited existing right-of-way. Mr. Duer
served as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Cypress Park Elementary School Traffic Study
Orlando, FL
2016-2018
1 NIA
e
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
Orange County Public Schools (OCPS) is in the process of designing a replacement for the existing Cypress Park Elementary School located on 11th Avenue, in
unincorporated Orange County, Florida. AVCON was responsible for pedestrian and traffic studies on this project. The purpose of the studies was to evaluate existing
school route and access conditions for improvements of safe routes to walk and bicycle to the campus, as well as improvements for parent drop-offs, school buses,
and parking at the school. Mr. Duer served as Project Manager.
Tab A: Firm Qualifications and Experience
Page A-15
e =Imw.No=
12. NAME 13. ROLE IN THIS CONTRACT 14, YEARS EXPERIENCE
Luca DelVerme, P.E. Structural Engineer a. TOTAL b. WITH CURRENT FIRM
17 14
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
Florida — Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. DelVerme is a Structural Project Engineer with 17 years of experience in the structural engineering discipline in both the public and private sectors. He has practiced
structural design for a variety of building types, including airport terminals, hospitals, universities, courthouses and jails, parks and trail facilities, aircraft storage hangars,
and solid waste facilities throughout the state of Florida. In addition, his area of expertise includes renovation and addition of existing building structures as well as
miscellaneous repair of facilities. Mr. DelVerme has also been responsible for the design of box culvert structures, sign and signal structures, high mast lighting foundations
and retaining wall structures for the Florida Department of Transportation, numerous county and city governments in Central Florida, and several aviation authorities. He
also has extensive experience in pedestrian bridge design as well as bridge widening and rehabilitation design.
-e
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Traffic Signal at McCulloch Road and Worchester Dr.IKeats Way PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Orange County, FL 2017-2018 2018
a
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project included design, permitting, and construction plan preparation for signal design and signing and pavement markings at McCulloch Road and Worchester
Drive/Keats Way. Specific elements of the project included utility coordination, coordination with project stakeholders, roadway design, and miscellaneous highway
related structures including strain pole design. Mr. DelVerme served as Structural Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Comprehensive Project Management and Engineering Design for the
Wooton Park Expansion
2012 -On-going
On-going
Tavares, FL
b
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project consists of planning and design for improvements and expansion of the park and waterfront area including the marina and dock facilities, multi -use trail
(nature walks), landscaping, gazebos, restrooms, boat/seaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to
managing all aspects of the project including permitting, bid document preparation, and coordination during the construction manager at risk process. Mr. DelVerme
serves as Structural Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Pine Hills Trail
FDOT District Five, Orange County, FL
2014.2017 1
2017
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi -Use Trail from Alhambra Drive to Silver Star Road (SR 438)
C
within the Progress Energy corridorfor approximately 1.7 miles. It also included a multiuse trail from Gordon Barnett Park to the proposed Pine Hills Trail along Dolores
Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains (where potable water is
available), trash containers and park benches at the trailhead. Amenity location, specifications and model type were provided by Orange County Parks and Recreation
Division. AVCON prepared an engineering study to determine whether the pedestrian -activated traffic signals, Rapid Flashing Beacons, or any other device at the
intersection of the trail with N. Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount) were warranted in accordance with the current edition of the
Manual on Uniform Traffic Control Devices (FHWA). Mr. DelVerme served as Structural Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Parramore Heritage Central Pond-Stormwater Management
Orlando, FL
2010-2014
1 2011-2016
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
d
The first phase of the project included GIS mapping of the existing stormwater facility, a full ADICPR model of the 110 -acre basin, water quality computations, littoral
zone calculations and creation, and the construction of a retaining wall to increase capacity to the serve the entire basin. This second phase of the project involved
the analysis, design, and permitting of the in -filling for the North Pond to provide a clean site for the proposed Orlando City Soccer stadium and facilities. The final
project element involved the design and permitting of the expansion of the South Pond to accommodate additional stormwater runoff from the Orlando City Soccer
stadium and facilities on Central Boulevard. Mr. DelVerme served as Structural Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
University Boulevard/Rouse Road East Turn Lane
Orlando, FL
2017 -On-going
On-going
e
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON provided design, permitting, construction plan preparation, and post design services for the Eastbound University Boulevard Left Turn Lane Extension at
Rouse Road. The scope of work includes intersection improvements, bridge design, and an additional left turn lane east of the bridge. Tasks include administration,
design and plans preparation, permitting, design surveys, geotechnical services, and post design services. Mr. DelVerme serves as Structural Engineer.
Tab A: Firm Qualifications and Experience
Page A-16
Tab A: Firm Qualifications and Experience
Page A-17
12. NAME
13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Jason Teliszczak
Construction Administrationlinspection a. TOTAL b. WITH CURRENT FIRM
15 1.5
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Geography and Environmental Planning
LEED Green Associate, Safety Management (ISHM)
Environmental Scientist (OSHA), Safety Health Manager (ISHM), Green
Property Manager (NAHM), Ergonomics Safety Tech (NASP), Enviro Safety
Officer (NREP)
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Jason Teliszczak has over 15 years of experience in the engineering, environmental, quality, safety, and security fields. He is a graduate of Elmhurst College where he
received a Bachelors degree in Geography and Environmental Planning. He has worked on a variety of projects including the IntegryslPeoples Gas Accelerated Main
Replacement Program, a 20 -year, 1900 -mile gas main project; Amtrak ARRA ADA Mobility First Improvements, a rail station project through Iowa, Illinois, Indiana, Kentucky,
Michigan, Ohio, and Wisconsin; construction and demotion of tollway plazas at the 1-881294 exchange; the 1-355 tollway; 1-55 interchange flyovers; and IDOT bridge
demolition and rebuild in Paxton, Illinois.
He has completed First Aid, CPR, Automated External Defibrillator, and Workplace Hazardous Materials Information System training through Red Cross, OSHA, Cintas,
NSC, and CCOHS. He has OSHA 10 -hour certification and Hazardous Waste Operations and Emergency Response Standard 40 -hour certification. He is a Mine Safety
and Health Administration Approved Instructor, a Green -Star Auditor (NRMCA), and an Occupational Health and Safety Assessment Series 1800 Certified Auditor (MISP).
He has completed Driver Direct Safe Driving and Pipeline Construction Safety Training. He is a Guiding Principles Compliance Professional, a Zero Waste Business
Associate, and a Sustainable Transportation Professional.
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Parramore Heritage Central Pond-Stormwater Management PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Orlando, FL 2010-2014 1 2011-2016
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
a
The first phase of the project included GIS mapping of the existing stormwater facility, a full ADICPR model of the 110 -acre basin, water quality computations, littoral
zone calculations and creation, and the construction of a retaining wall to increase capacity to the serve the entire basin. This second phase of the project involved
the analysis, design, and permitting of the in -filling for the North Pond to provide a clean site for the proposed Orlando City Soccer stadium and facilities. The final
project element involved the design and permitting of the expansion of the South Pond to accommodate additional stormwater runoff from the Orlando City Soccer
stadium and facilities on Central Boulevard. Mr. Teliszczak served as Structural Inspector.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Comprehensive Project Management and Engineering Design for the
Wooton Park Expansion
2012 -On-going
On-going
Tavares, FL
b
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project consists of planning and design for improvements and expansion of the park and waterfront area including the marina and dock facilities, multi -use trail
(nature walks), landscaping, gazebos, restrooms, boaUseaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to
managing all aspects of the project including permitting, bid document preparation, and coordination during the construction manager at risk process. Mr. Teliszczak
serves as Construction Inspector.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
See Art Orlando — Wings of Protection 11
Orlando, FL
2016
2016
C
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON provided structural engineering services for the Wings of Protection it artwork for the City of Orlando which included the structure and slab foundation to
support the artwork. The scope of work included design and 2-D CAD details of the art piece structural members and foundation as well as determination of the
appropriate loads to be placed on the foundation. The design team provided evaluation of the foundation size and orientation to meet the structural needs of the art
piece. The hold-down connections were also designed to meet the appropriate loadings. Mr. Teliszczak served as Structural Inspector.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Airsides 2 and 4 Condition Assessment
Orlando International Airport, Orlando, FL
2016-2017
2017
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
cl
AVCON completed an assessment of the Airside 2 and Airside 4 APM structures and prepared a report of findings and conclusions. AVCON completed non-destructive,
visual inspections and concrete sampling and testing of the exposed structural elements within the ride system. Field inspections of each airside APM system were
performed in two phases in conformance with the Bombardier Transportation vehicle maintenance (UON) schedule and safety standards. These tasks were completed
by utilizing a mobile aerial lift along Tug Road with appropriate MOT as well as physically walking along the top of the elevated plinths. Mr. Teliszczak served as
Structural Inspector.
Tab A: Firm Qualifications and Experience
Page A-17
W "WW W S W W
EMEM
e W s s a
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Zemp Pepper, P.E. MEP 1 Fire Protection Engineer a. TOTAL b. WITH CURRENT FIRM
34 7
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, Florida
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Mechanical Engineering
Professional Engineer— FL
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Pepper brings over 34 years of demonstrated expertise in the design and understanding of mechanical, plumbing and fire suppression systems for hundreds of projects
including Hotels, Theme Parks, Educational Facilities, Retail Facilities, Fire Stations, Aircraft Hangars, and Airport Terminals and Support Buildings. Fire protection design
experience includes wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems.
w
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Comprehensive Project Management and Engineering Design for the PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Wooton Park Expansion 2012 -Ongoing Ongoing
Tavares, FL
a
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project consists of planning and design for improvements and expansion of the park and waterfront area including the marina and dock facilities, multi -use trail
(nature walks), landscaping, gazebos, restrooms, boat/seaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to
managing all aspects of the project including permitting, bid document preparation, and coordination during the construction manager at risk process. Mr. Pepper
serves as Mechanical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Coronado Springs Resort Casitas Building 4, Replacement of the Domestic Water
Headers and Storage Tanks
2015.2016
2016
Lake Buena Vista, FL
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
b
The project included complete design plans and specifications for removal of existing equipment and installation of the new domestic water heating equipment. The
new design was based on high efficiency condensing type boilers. The scope of services included removal and replacement of required ductwork and piping, providing
new hot water recirculation pumps, mixing valve assemblies and required ancillaries; confirming water heater capacity based on metering data and existing data;
confirming ventilation and combustion air requirement for new equipment and modifying the existing intake louvers and exhaust flues; providing domestic hot water
flow diagram; and providing mechanical demolition plans to indicate equipment to be removed and the extent of project demolition. Mr. Pepper served as Project
Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
Harmony Retail Center Tenant Improvements
Harmony, FL
2012-2013
2013
c
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
HVAC design included design of DX split systems and rooftop package units to serve all of the retail tenant spaces in the new Harmony Shopping Center. Tenant
spaces include a variety of retail shops including a grocery market, restaurants, wine bar, physician's office, nail salon, and others. AVCON, INC. worked in association
with the contractor for the Design Build Project. Design included HVAC load calculations, Energy Code Calculations for each space, air distribution and exhaust
systems. Mr. Pepper served as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
Orange County Convention Center, Phase IIA Fire Alarm Replacement
Orange County, FL
2015
2015
cl
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
Work included replacement of existing initiating and notification devices as well as additional devices required to meet current codes and standards. Work also included
replacement of the existing smoke control devices in accordance with existing sequence of operations. Engineering services consisted of electrical for the fire alarm
and supporting telephone, communications, power, etc. to support the system and mechanical for the coordination and location of mechanical equipment associated
with the fire alarm system. All fire alarm devices were field verified. Mr. Pepper served as Mechanical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
1
Ocean City Wright Fire Station
Fort Walton Beach, FL
2014.2017
2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
e
AVCON provided mechanical, electrical, structural, and civil engineering services for the existing Ocean City Fire Station #1 in Fort Walton Beach, Florida. Design
included electrical requirements for mechanical equipment; pipe and fittings; thermal insulation; fire protection; plumbing piping system, fixtures and equipment; fuel
piping system; refrigeration piping; split system heat pump unit; HTU's; fans; air distribution; ductwork; tests and performance verification; conduit; building wire and
cable; outlet boxes; pull and junction boxes; wiring devices; cabinets and enclosures; grounding and bonding; electrical identification; standby power generator;
enclosed disconnect switches; panelboards; automatic transfer switch; interior and exterior luminaires; lightning protection system; surge suppression equipment; fire
alarm system; and low voltage wire. Services included design and construction phase services. Zemp served as Mechanical Engineer.
l��r• an • Experience—
Nil
"'
0 0 0 o e o 0
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Sean Day Electrical Engineer a. TOTAL b. WITH CURRENT FIRM
8 1
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, Florida
16. EDUCATION (DEGREE AND SPECIALIZATION)
17. CURRENT PROFESSIONAL REGISTRATION (STATEAND DISCIPLINE)
B.S. Electrical Engineering
Professional Engineer— FL
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Day is an experienced Electrical Engineer with problem solving and critical thinking skills coupled with excellent communication skills to contribute to complex design
projects. He has over seven years of experience and has worked on large project teams to design forward thinking and efficient infrastructure to meet clients' present and
future needs. His areas of expertise include PLC network design, cyber security, construction oversight, access control and CCTV, fiber optic design and radio and cellular
communications.
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Comprehensive Project Management and Engineering Design for the PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Wooton Park Expansion 2012 -On-going On-going
Tavares, FL
a
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project consists of planning and design for improvements and expansion of the park and waterfront area including the marina and dock facilities, multi -use trail
(nature walks), landscaping, gazebos, restrooms, boat/seaplane ramp, and other park amenities. AVCON is responsible for providing a comprehensive approach to
managing all aspects of the project including permitting, bid document preparation, and coordination during the construction manager at risk process. Mr. Day serves
as Electrical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Terminal B Expansion
Orlando Sanford International Airport, Sanford, FL
2015 -On-going
2018 -On-going
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
b
The expansion includes a new consolidated loading and unloading facility, curbside transportation improvements, a covered baggage drop off, apron addition, four
new gates, parking lot improvements, terminal building improvements and renovation, as well as transportation improvements that include a new traffic signal and
alternate entrances to the parking lots. AVCON provided design for the new Access Control System and Closed -Circuit Television security systems. The work included
replacing outdated security systems as well as design of the new security systems for the terminal expansion. The camera system included stationary indoor and
outdoor cameras as well as PTZ. Video system hardware and software is being upgraded to accommodate additional video storage. New technologies such as
License Plate Recognition and Exit lane security were also incorporated into the design. Mr. Day serves as Electrical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Alistair Music & Sports Lodge Chiller Replacement
Lake Buena Vista, FL
2018 -On-going
NIA
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
The project includes the replacement of the 120 ton air cooled chiller, chilled water pumps, accessories and controls, for each of the ten (10) Lodge Buildings at
C
Disney's All-Star Sports Resort. The chiller and pumps are located on the roof of each building. AVCON is responsible for Mechanical, Electrical, and Structural
Engineering. Electrical tasks include electrical demolition and proposed design as required for installation of new equipment; replacement of electrical disconnects,
circuit breakers, control interlocks, power for pumps, chilled water circulation pumps variable frequency drives, etc. as required; modification of electrical distribution
panels as required; providing Panel Schedule indicating required modifications; providing single line diagram; identification of powersource (e.g. panel name, location,
circuit number) for any panels requiring modifications to aid electrical installation; identification of existing maintenance receptacle location and circuit or provide new;
and providing lightning protection design as necessary for new equipment. Mr. Day serves as Electrical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Acceleration Academy — HVAC and Structural
Orlando, FL
2017 -On-going
I On-going
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
d
This project comprised HVAC and Structural design for this Advanced Curriculum High School. AVCON performed Structural, Mechanical, and Electrical assessments
and provided design for recommended improvements. The structural assessment and design included the existing roof structural conditions of the main building, a
small flat roof system to the north, the metal roof system at the Scotty's former entry portico, and the replacement of the existing rooftop mechanical units. The
mechanical assessment and design included replacement of the rooftop air conditioning units, replacement of controls, exhaust fans, and the outside air ventilation
and air distribution system. The electrical assessment and design included disconnect switches, wiring and conduit and electrical service panels and circuit breakers.
Mr. Day serves as Electrical Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Bonneville Elementary School
Orlando, FL
2016 -On-going
On-going
e
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project includes improving signage, replacing roofs, painting exteriors, improving site drainage and improving the air conditioning system, lighting and wiring
campus wide. Mr. Day serves as Electrical Engineer.
Tab A: Firm Qualifications and Experience
Page A-19
o ,o •,o�o a o� o
io
12. NAME 13. ROLE IN THIS CONTRACT
14. YEARS EXPERIENCE
a. TOTAL
b. WITH CURRENT FIRM
Michael Kerns, P.E. Stormwater/Drainage]Permitting
14
14
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., DeLand, FL
16. EDUCATION (Degree and Specialization)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
Florida — Professional Engineer
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Kerns' drainage design experience includes wet retention pond design, dry retention pond design, exfiltration systems, underdrain systems, roadway drainage, road
side swales, joint use ponds, Nitrogen/Phosphorus loading calculations for impaired water bodies, closed basin analysis and design, flood plain analysis, culvert analysis,
erosion control, and master drainage systems. Additionally, Mr. Kerns has an excellent working relationship with all the local water management permitting agencies.
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Parramore Heritage Central Pond•Stormwater Management PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Orlando, FL 2010-2014 1 2011-2016
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
a
The first phase of the project included GIS mapping of the existing stormwater facility, a full ADICPR model of the 110 -acre basin, water quality computations, littoral
P P 1 PP� 9 9 Y 4 Y P
zone calculations and creation, and the construction of a retaining wall to increase capacity to the serve the entire basin. This second phase of the project involved
the analysis, design, and permitting of the in -filling for the North Pond to provide a clean site for the proposed Orlando City Soccer stadium and facilities. The final
project element involved the design and permitting of the expansion of the South Pond to accommodate additional stormwater runoff from the Orlando City Soccer
stadium and facilities on Central Boulevard. Mr. Kerns served as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
1
CONSTRUCTION (If Applicable)
Pine Hills Trail
FDOT District Five, Orange County, FL
2014-2017
2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
b
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi -Use Trail from Alhambra Drive to Silver Star Road (SR 438)
within the Progress Energy corridor for approximately 1.7 miles. It also included a multiuse trail from Gordon Barnett Park to the proposed Pine Hills Trail along Dolores
Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains (where potable water is
available), trash containers and park benches at the trailhead. Amenity location, specifications and model type were provided by Orange County Parks and Recreation
Division. AVCON prepared an engineering study to determine whether the pedestrian -activated traffic signals, Rapid Flashing Beacons, or any other device at the
intersection of the trail with N. Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount) were warranted in accordance with the current edition of the
Manual on Uniform Traffic Control Devices FHWA . Mr. Kerns served as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
South Street and Anderson Street
Orlando, FL
2010 -On-going
2017 -On-going
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
c
AVCON was retained to inspect and evaluate the drainage system to assess the condition and the capacity of the existing structures and pipes. The scope of services
included visual inspection of the structures, review of pipe video tapes, basin analysis and pipe size recommendation. The final report also included development of
Cl P projects and associated cost estimates. The project fixed the existing infrastructure, reduced localized flooding and improved the overall stormwater management
system of the local municipal neighborhood. This project also included the resurfacing of Anderson Street from Orange Avenue to Mills Avenue. Mr. Kerns serves
as Project Manager.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Westmoreland Drive Shared Use Path
Orlando, FL
2017
2017
d
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project included construction of a 2.02 -mile multi -use path adjacent to Westmorland Drive from Miller Street to Colonial Drive. The path is intended for pedestrian
and bicycle use. The project included 6 phases to accelerate construction. The City of Orlando provided design for phases 1, 3 and 6 while AVCON prepared design
documents for phases 2, 4 and 5. AVCON also provided permitting services for all phases of the project. Mr. Kerns served as Project Engineer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Casselberry City Center
Casselberry, FL
2014 -On-going
On-going
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
e
The project includes a retail element (building(s) fronting US 17-92) and a multi -family residential element (building east of the stormwater pond). The site exhibited a
significant amount of unsuitable material (muck), most of which was located beneath a layer of clean and usable soil. The first phase of the project was intended to
provide the development team with prices and options to remediate the unsuitable material and choose the most effective method for the remediation. The second
phase of the project consisted of moving forward with the mass grading, stormwater ponds, soil remediation and utility trunk lines. Mr. Kerns served as Project
Manager.
Tab A: Firm Qualifications and Experience
Page A-20
o e �ewo a o� e
12. NAME 13, ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Dominick Fiorentino Structures a. TOTAL b. WITH CURRENT FIRM
29 23
15. FIRM NAME AND LOCATION (City and State)
AVCON, INC., Orlando, FL
16. EDUCATION (Degree and Specialization)
17, CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
B.S. Civil Engineering
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Fiorentino is a Senior Designer forAVCON, INC. He has over 29 years of experience in highway and roadway design and has worked on many FDOT projects including
new construction, widening and resurfacing. He has experience in multiple disciplines including Roadway, Structures, Drainage, Traffic Control, and Signing and Pavement
Marking. He also provides specific design experience using ADA standards for improvements in pedestrian and bicycle facilities. Mr. Fiorentino has extensive knowledge
of Microstation, GEOPAK, Descartes, and FDOT provided software for electronic submittals.
21,21 NO 11
(1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED
Westmoreland Drive Shared Use Path PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)
Orlando, FL 2017 2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
a
The Academic Center for Excellence, a downtown Orlando K-8 school, required a safe pathway to be designed in 6 months and be accessible to Orlando City Stadium,
downtown college campuses, and the high-tech digital media hub, Creative Village. AVCON designed and constructed a multi -use path in a heavily congested city
center, successfully addressing challenges in collaboration, coordination, utility relocation and the fusion of eco -friendly elements and materials. Mr. Fiorentino served
as Senior Designer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
1
CONSTRUCTION (If Applicable)
Pine Hills Trail
FDOT District Five, Orange County, FL
2014.2017
2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project consisted of final engineering design and construction plan preparation for the Pine Hills Multi -Use Trail from Alhambra Drive to Silver Star Road (SR 438)
lo
within the Progress Energy corridor for approximately 1.7 miles. It also included a multiuse trail from Gordon Barnett Park to the proposed Pine Hills Trail along Dolores
Drive for an approximate distance of 0.8 miles. The total project length is approximately 2.5 miles. Trail amenities included water fountains (where potable water is
available), trash containers and park benches at the trailhead. Amenity location, specifications and model type were provided by Orange County Parks and Recreation
Division. AVCON prepared an engineering study to determine whether the pedestrian -activated traffic signals, Rapid Flashing Beacons, or any other device at the
intersection of the trail with N. Pine Hills Road at Dolores Drive and Silver Star Road (Limiting Amount) were warranted in accordance with the current edition of the
Manual on Uniform Traffic Control Devices (FHWA). Mr. Fiorentino served as Senior Designer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES -Fon-going
ONSTRUCTION (If Applicable)
University Boulevard/Rouse Road East Turn Lane
Orlando, FL
2017 -On• oin
On- oin
C
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON provided design, permitting, construction plan preparation, and post design services for the Eastbound University Boulevard Left Turn Lane Extension at
Rouse Road. The scope of work includes intersection improvements, bridge design, and an additional left turn lane east of the bridge. Tasks included administration,
design and plans prep, permitting, design surveys, geotechnical services, and post design services. Mr. Fiorentino served as Senior Designer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Traffic Signal at McCulloch Road and Worchester Drive/Keats Way
Orange County, FL
2017-2018
2018
d
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
This project included design, permitting, and construction plan preparation for signal design and signing and pavement markings at McCulloch Road and Worchester
Drive/Keats Way. Specific elements of the project included utility coordination, coordination with project stakeholders, roadway design, and miscellaneous highway
related structures including strain pole design. Mr. Fiorentino served as Senior Designer.
(1) TITLE AND LOCATION (City and State)
2 YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If Applicable)
Lakeshore Shared Use Path
Deltona, FL
2014-2015
2015
e
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm
AVCON served as the prime engineering firm for this multi -use trail along Lakeshore Blvd. The FDOT LAP funded project included design of a 12 -ft. wide, approximately
3,600 ft. long bike/pedestrian asphalt trail; design of ADA standard crosswalks, curb ramps, and walls between the roadway and trail and utility stakeholder
coordination. Mr. Fiorentino served as Senior Designer.
Tab A: Firm Qualifications and Experience
am Page A-21
AVCON has not had any past or pending litigation or disputes relating to the work described in the Request for Qualifications
within the last five years.
Tab A: firm Qualifications and Experience
Page A-22
AVCON, INC. is a financially stable firm and has the necessary resources, human and financial, to provide the services at the
level required by the City.
AVCON, INC. is a closely held Subchapter S Corporation in the State of Florida. Our financial status may be discussed directly
with our banker and accountant to confirm our current financial condition.
These individuals are:
Ms. Lisa Z. Cox Mr. Joe Mitchell, CPA
SunTrust Bank Schafer, Mitchell & Sheridan, P.A.
200 S. Orange Ave., 6th Floor 541 South Orlando Avenue
Orlando, Florida 32801 Orlando, Florida 32801
(407) 237-6850 (407) 839-3330
SunTrust Bank has been our bank since the formation of the company. Ms. Cox is aware of our progress, capabilities, and
financial strength. Mr. Mitchell has been our accountant and has prepared our tax returns and financial statements for over
20 years. We have sufficient financial capability with an excellent credit reputation, an available, but not utilized $200,000 line
of credit with SunTrust and the financial backing of the Owners. The company has operated essentially "debt -free" (with no
long-term debt) for over a decade. Please find the requested letter from our bank on the following page.
AVCON, INC. has not had any material changes in the business operations of the firm, including without limitation any pending
bankruptcy proceedings, bankruptcies, receiverships, mergers, acquisitions, stock acquisitions or spin-offs and the firm has
no material pending or threatened litigation.
Should you have any questions or need additional information regarding AVCON's financial strength and bonding capability
please contact AVCON, INC.'s President, Mr. Sandeep Singh, P.E. His contact information is as follows:
Mr. Sandeep Singh, P.E.
President
(407) 599-1122 Office
(407) 947-1585 Mobile
(407) 599-1133 Fax
S_Singh@avconinc.com
Tab A: Firm Qualifications and Experience
Page A-23
July 24, 2018
Lisa Z.Cox
Senior Vice President
Commercial Relationship Manager
Ms. Marisoi0rdonez/Purchasing Manager
City ofSanford Purchasing Division
300 N. Park Avenue Suite 24]' 2nd Floor
Sanford, Florida 32771
SunTrust Bank
nmoOrange Avenue, xmFloor
Orlando, FL 32801
Tel 407,237.6e0
Fax 407.835-0234
REF: Solicitation RFQ17/1M'33
Dear Ms. Ordonez:
/A/C0N Inc. isavalued client ofSunTrust Bank, and the company's management
team isheld invery high regard.
As a client of the Bank since 1988, AV[OM has handled their accounts as agreed.
If you should require any additional information and with the permission of AVCON,
please contact rnemtmydirect line Listed below.
Sincerely,
Lisa Z. Cox
Senior Vice President
Tei: 407-237'6850
Fax: 407-835-0234
Tab A:Firm Qualifications and Experience
Page A-24
Client#: 1050199 AVCONINC
DATE(MMIDDIYYYY)
ACORD,.. CERTIFICATE OF LIABILITY INSURANCE 11/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCERON
USI Insurance Services, LLC
AC
NAME:
FAX
HON 813 321-7500 A1C. No):
A1C, No, EXt
1715 N. Westshore Blvd. Suite 700
Tampa, FL 33607
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC#
INSURER A: R-4-lnsumuaCuml` Y 25623
813 321-7500
INSURED
INSURER B : Trnvders Indamdry Comp" 25658
AVCOn, Inc.
._._..__. ......._.. __..
INSURER C: 7-1-1—Cas„elcy a,d sur.ry dompay 19038
5555 E. Michigan Street; Suite # 200
Orlando, FL 32822-2779
INSURER D pae�x..�roConwanr 34118
INSURER E: Tra„N,rsl„d, *yCo-olAmadca 25666
INSURER F:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MMIDDIYYYY
LIMITS
A
X
COMMERCIALGENERALLIABILITY
X
X
6805HB69334
1/01/2018
01/01/2019
EACH OCCURRENCE 511000,000
CLAIMS -MADE U OCCUR
'
DAMAGES I EaRENTED S1,000,000
PREMISES occurrence
MED EXP (Any one person) S110,000
PERSONAL E ADV INJURY S1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE 52,000,000
PRODUCTS - COMPIOP AGG 52,000,000
POLICY a JECT LOC
COBS
(Ea asci entNED SINGLE LiM1T 51,000,000
E
AUTOMOBILE
OTHER:
LIABILITY
X
X
BA8A761085
1101/2018
01/01/201
BODILY INJURY (Per person) S
X
ANY AUTO
BODILY INJURY (Per accident) S
X
OWNED SCHEDULED
AUTOSONLY AUTOS
HIRED NON.OWNED
AUTOS ONLY X AUTOS ONLY
PROPERTY DAMAGE S
Per accident
S
B
X
UMBRELLA LIAB
X
OCCUR
X
X
CUP8A764179
1/01/2018
01/01/201
EACH OCCURRENCE s4,000,00
AGGREGATE s4,000,000
EXCESS LIAB
CLAIMS -MADE
DED X RETENTION $10 ,000
S
G
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
AMY PROPRIETORIPARTNERIEXECUTIVEIYIN
X
UB9J092253
1/01/2018
01101/201
X PER OTH
.. STATUTE _.... ER _..
E.L. EACH ACCIDENT 51,000,000_____
OFFICERIMEMBER EXCLUDED? u
(Mandatory in NH)
NIA
--"—
EL. DISEASE - EA EMPLOYEE S1,000,000
EL.DISEASE. POLICY LIMIT 51,000,000
litdescribe under
DESCRIPTION OF OPERATIONS below
D
Professional
IAE4198060
10/06/2017
1010612018
$1,000,000 per claim
Liability
$2,000,000 annl aggr.
DESCRIPTION OF OPERATIONS/ LOCATIONS VEHICLES (ACORD 101, Additional Remarks Schedule. may be attached If more space is required)
Professional Liability coverage is written on a claims -made basis.
For Proposal Purposes Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
P P y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
o, -k r),L o& -cd- ,O.---
V 1855-ZVI0 At:VKU GVKYVKA IIUni. All Fig DlS tubcl vuu
ACORD 26 (2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S22147644/M22147633 MRLEW
Tab A: Firm Qualifications and Experience
Page A-25
(U
0
a)
w
w
0
16
0w
(D
C14
LO
0
M
L 9
0 cv
0 LIJ F-
CD
CO F-
ro C%q
a) 0 z 'w
(D <N
Z
W 0
C 5) 0 Z L.L.
Z CL
0
CO 'a w w — w 2 0
LLJ zwwz
LL 0 0 U')
0 z
W -IIkl v< 0
Xw
ro 00 z
z 0
C C,4
= Cr
C,
C:ro
a) TZp+w r
w
LU
X
w
0
0E
>, 2
C
(D
0Ci r-
pt C ce)
7 U) 0
SO
(D ,
C L 04 iz
0 M 9
0 (.)600 CD 0
0 C) 0 a)
6 6 O
CO
00
M
w
CN
W
9
zM
U) C14 0)
C.
Q
z CO
CL.5 .9 z <
8 LY a.
0
X 0 w 0
"a 0 X � J) z
QOM -1
, rn 0
Cr
>LL
0 Y 0 KC
2L to < Q.
0 ro
Tab A: Firm Qualifications and Experience
Page A-26
eaa��
w �
21. TITLE AND LOCATION (City and State)
South Street and Anderson Street Evaluation
Orlando, FL
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (K Applicable)
2010 -On-going I 2017 -On-going
a. PROJECT OWNER b. POINT OF CONTACT NAME I c. POINT OF CONTACT PHONE NUMBER
City of Orlando I Richard M. Howard, P.E. (407) 246-3222
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
The City of Orlando was taking over maintenance authority of these two State
Roadways that serve as local roads near downtown Orlando. AVCON was
retained to inspect and evaluate the drainage system to assess the condition
and the capacity of the existing structures and pipes. The scope of services
included visual inspection of the structures, review of pipe video tapes, basin
analysis and pipe size recommendation.
The final report also included development of CIP projects and associated
cost estimates. The project will fix the existing infrastructure, reduce localized
flooding and improve the overall stormwater management system of the local
municipal neighborhood.
This project also included the resurfacing of Anderson Street from Orange
Avenue to Mills Avenue. One portion of the roadway required full
reconstruction due to minimal asphalt existing over brick pavers.
AVCON performed an initial inspection of the facility and identified
issues that required correction prior to the City taking over maintena
roadway segments. AVCON then continued to complete the final design
(1) FIRM NAME
AVCON, INC.
I a
Project Relevancy:
This project was performed unde
Stormwater Contract and inc
analysis of the existing storm,
Drainage pipe improvements a
resurfacing was included in the fi
(2) FIRM LOCATION (City and State)
Orlando, FL
(3) ROLE
Professional Engineering Services
Ib I (1) FIRM NAME I (2) FIRM LOCATION (City and State) I (3) ROLE I
Tab B: Similar Projects and References
Page B-1
21. TITLE . .
Parramore Heritage Central Pond — Stormwater Management PROFESSIONAL SERVICES
Orlando, FIL 2010-2014
r///iii i,,,�/",// /// O / / / ///'. /,� //� ?�,/ ,�QJE; � lll��rn AM 1,l•. ��. /� / /% �///
a. PROJECTOWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT PHONE NUMBER
City
�i.i�.,,,, / // ,��,�1 / ,r�r,,, r / �G �,�,; / / ate. ,/1.,,� / / / „�a,�,/ l ✓/</ri G U/i/�� a//�,� i,,., /r%i//i /��/,i„�✓/,�/,,,, i / ,d°�,r ,r�,ic /� r ../ , ,., � ,u,c� / / / l �� r ��L,v�,/ v i,/tel// ,,,,,,,,ei..
of Orlando • M. Howard,(407) 246-3222
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
The Parramore Heritage Central Pond system was originally made up of two ponds, the North pond and the South pond, which are connected by a 48
inch equalizer pipe. The original project consisted of GIS mapping of the existing stormwater facility, a full ADICPR model of the 110 acre basin, water
quality computations, littoral zone calculations, and the construction of a retaining wall to increase capacity to the serve the entire basin. The project
was a joint effort between the City, AVCON and the St. John's River �& k
Water Management District (SJRWMD), due to the number of projects
previously performed in the basin. The final processing of the Individual E -W
Permit was performed through extensive coordination with SJRWMD r j
staff and was completed without the issuance of an official Request for
Additional Information (RAI). � � � "rr� � � � °�/° //.I � �" ��` � ' ' � r�r
The next phase of the project involved the analysis, design, and��r
permitting of the in -filling for the North Pond to provide a clean site forthe proposed Orlando City Soccer stadium and facilities. This element /
included the hydrologic and hydraulic modeling of the existing permitted
system and the proposed condition with the in -filling of the North Pond.
The scope also included the development of the hydrologic parameters
(i.e., curve numbers, time of concentration, etc.); development of the
hydrologic and hydraulic model (ICPR Version 3.10); review of the
model results; and compiling and documenting the modeling results,
modeling methodology and approach in the SJRWMD ERP application.
Coordination with Ms. Cammie Dewey, P.E. and Mr. Rick Sobczak with ° - ��,;.r ���•
the SJRWMD for the permitting of the project for the in -fill of the North
Pond was also performed. This project was subsequently approved by
the District on October 7, 2014 under Permit No. 42-095-86041-11. .�:s
The final project element involved the design and permitting of the°°"�''s�""
expansion of the South Pond to accommodate additional stormwater runoff from the Orlando City Soccer stadium and facilities on Central Boulevard.
The soccer stadium was initially intended to be treated in the North Pond, however, the North Pond was filled to make the site available for the Orlando
City Soccer Stadium.
The Team coordinated with Ms. Cammie Dewey, P.E. and Mr. Rick Sobczak with the SJRWMD on the permitting of the project for the
expansion of the South Pond. The project was subsequently approved by the District on January 22, 2015 under Permit No. 42-095-86041-
12 (4 business days after the official permit application submittal). The South Pond expansion was completed concurrently with the
construction of the Orlando City Soccer stadium and facilities (permitted separately from the South Pond expansion) in 2016.
(1) FIRM NAME
a AVCON, INC.
(1) FIRM NAME
b Ardaman & Associates, Inc.
(2) FIRM LOCATION (City and State)
Orlando, FL
(2) FIRM LOCATION (City and State)
Orlando, FL
(3) ROLE
Professional Structural and Stormwater Engineering
and Consulting Services
(3) ROLE
Geotechnical Engineering (Prime)
r, Tab B: Similar Projects and References
Page B-2
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Westmoreland Drive Shared -Use Path PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
Orlando, FL 2017-2018 1 2018
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT PHONE NUMBER
City of Orlando I Lisa Henry, P.E. (407) 246.3646
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
This project included construction of a 2.02 -mile multi -use path adjacent to Westmorland Drive from Miller Street to Colonial Drive. The path is
intended for pedestrian and bicycle use. The project included 6 phases to accelerate construction. The City of Orlando provided design for phases 1,
3 and 6 while AVCON prepared design documents for phases 2, 4, and 5. AVCON also provided permitting services for all phases of the project.
The purpose of the shared -use path is for recreational use and does not allow motorized vehicles powered by internal combustion engines, except
for maintenance and emergency vehicles. The typical section consists of an 8 -10 -ft. pervious asphalt path. In most areas, the project involved
demolishing a portion of existing travel lane on Westmoreland Drive and constructing the proposed path and curb and gutter and associated necessary
modifications to existing drainage structures. The proposed 8 -10 -ft. wide path utilized existing features of the roadway, including the alignment,
impervious area, elevation, and existing drainage patterns. This project was designed to meet all rules and regulations set forth by the St. Johns River
Water Management District (SJRWMD), Florida Department of Environmental Protection (FDEP) and City of Orlando, FL.
(1) FIRM NAME
a AVCON, INC.
b (1) FIRM NAME
(2) FIRM LOCATION (City and State)
Orlando, Florida
(2) FIRM LOCATION (City and State)
(3) ROLE
Professional Engineering Services
(3) ROLE
Tab B: Similar Projects and References
Page B-3
21. TITLE AND LOCATION (City and State)
Casselberry City Center
Casselberry, FL
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
2015-2017 1 2017
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT PHONE NUMBER
City of Casselberry James 'Randy" Newlon 1 (407) 262-7700 Ext,1130
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
This project was a joint effort between the City of Casselberry, Integra Land Company, and CASTO. The project included a retail element (building(s)
fronting US 17-92) and a multi -family residential element (building east of the stormwater pond). The site exhibited a significant amount of unsuitable
material (muck), most of which was located beneath a layer of clean and usable soil. The first phase of the project was intended to provide the
development team with prices and options to remediate the unsuitable material and choose the most effective method for the remediation. The
second phase of the project consisted of moving forward with the mass grading, stormwater ponds, soil remediation and utility trunk lines.
A significant portion of the design assignment was the development of the stormwater system to provide treatment and attenuation to the Residential
Apartments, the Commercial Retail Sites and the City Park. One of the major issues was the runoff from US 17-92 that discharged to the site into
an easement that had existed for over 50 years. The final design needed to accommodate both FDOT requirements from the original easement
and the Water Management District's current criteria. The design team worked closely with both agencies to develop a solution that included revising
the 100 -year flood elevation in an old borrow pit, which eventually required an LOMR be processed through FEMA. The pre -post was partially met
by storing water in the old borrow pit, thus changing the 100 -year flood elevation by approximately 8 inches.
(1) FIRM NAME
AVCON, INC.
(1) FIRM NAME
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, Florida Civil Engineering (Subconsultant)
(2) FIRM LOCATION (City and State) (3) ROLE
Tab B: Similar Projects and References
Page B-4
21. TITLE AND LOCATION (City and State)
Pine Hills Trail
Orlando, FL
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
2014.2017 1 2017
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT PHONE NUMBER
Orange County Public Works Abdul Azim, P.E. 1 (407) 836.8665
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
(1) FIRM NAME
a AVCON, INC.
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, FL I Professional Consulting and Engineering Services
.. B: Similar Projects -
21. TITLE AND LOCATION (City and State)
Wooton Park Expansion, TAV-LEE Trail (LAP)
Tavares, FL
22. YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (if Applicable)
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT PHONE NUMBER
City of Tavares I John Drury (352) 742.6209
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
AVCON originally assisted the City in 2007 to establish a dedicated
marina/seaplane base to accommodate various watercraft and seaplane
activities occurring on Lake Dora. The City contracted with AVCON to obtain a
state license for a public -use seaplane landing area to complement the adjacent
six -acre multi -use park facility known as Wooton Park. The park serves as a
regional destination waterfront venue including a children's playground, boat
ramps, boat dock, pier and other related facilities. The park also includes a multi-
modal facility, trailhead, and other facilities to support various modes of
transportation.
AVCON demonstrated that the proposed seaplane landing area was adequate
and complied with the minimum requirements of Chapter 14-60, Florida
Administrative Code. AVCON also evaluated zoning regulations, wildlife
attractants, potential obstructions, and planned utility improvements. Project
coordination included obtaining concurrence from local governmental agencies
within a five -mile radius, airports within a 15 -mile radius, and assisting the City
of Tavares with the minimum shoreline facilities necessary for licensing a
seaplane landing area.
The current Wooton Park Expansion project consists of planning, design, and
engineering of future improvements and expansion to the park and waterfront
area including the marina and dock facilities, multi -use trail (nature walks),
landscaping, gazebos, restrooms, boat/seaplane ramp, and other park
amenities. AVCON is responsible for providing a comprehensive approach to
managing all aspects of the project such as grant application preparation,
including the identification of appropriate grants, procurement, management,
reimbursement processing and closeout. Services also Include permitting, bid
document preparation, and coordination during the construction manager at risk process.
Apnl
lz[f[r[nr[: t.ru[roflcrwu[m[na,aan
n\ cav P[arr.,lanal can,m,mX s[[.f,r.
Cvmpre6[nslr[ P[uJ[e1 >Inaugvm[v, nnJ Gen„inee,ivX l)cs'rn [ar \\naoa 1•arl
Cir) of Tvsnrcs., f'InrlJn
,a r,.,..,r �,,,:,:..rr,,.a::,
Crtr I acyl r _, vald ev,u�:c e r � p ..s.t::il ery r
Wrd
aEn.
).f:: ib:, {�.r_aJ J[Al�.. V t➢'.C�l'F IkY: �M1� c: Tm" xh .ottnnf. u' AYCU:v',
f.o-ilrx (leis [pvrvrk ..c c1la IvJ a: sn�dai
ap.. c.sJ FI.
7'Jnib Clsf:n t: [
!0 rAC c t J mLl',uaa 9 n,"nv(;ph ZJI, 1•muw[a a'14-uulwxrr, n1'Ulix[
plu.ncvl all)
d= h, A%'( (IN .1.d L) d lh! 9
w;,yq; in:1:.::cJ J[�m::<;.mg ot't9e:flm:l:.,r, zxt ruga+'�: at`Gx:tzru<cilnt Johri;. 1'h[ lake lu.�uv<rrrt fu; :crn
ptntnvL fia,v and v:rJ to clim�,rs,c f furc e[xn�c:r swf rJxvnvn: nrnoYf iota 1}'!nl;e.
A% C uc the Coy T + .elk and rc s.sl :.p nm icn. 11+v
n Nrz. Pur. i.l. r pryn ,f l"s' y,• of f�.:..
,ceflr'i :pu..,2p_.,
,+,F•,'ei. lu SII sc,rv.s P 1 ,;xw ' i m f[rtl<n f 4 .x. St'_, 1 xrv, r
lhn vui u
pn;v5 cd.lnnnt \W(: caw r,xr
! fl. :7twy.AA.E.
A, �l
The TAV-LEE Trail is a 10.4 -mile regional shared -use trail that connects the downtowns of Tavares and Leesburg. AVCON designed an extension of
the trail along Sinclair Avenue and through the expansion of the Tavares Seaplane Marina and Park fronting Lake Dora. Design included extensive
coordination with Florida Central Railroad resulting in new vehicle and pedestrian crossing surface gate arms. A restroom to service the trail and other
park amenities in Wooton Park was also provided as part of the design services.
a (1) FIRM NAME
AVCON, INC.
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, FL Professional Consulting and Engineering Services
Tab B: Similar Projects and References
21. TITLE AND LOCATION (City and State) 122. YEAR COMPLETED
Traffic Signal at McCulloch Road and Worchester Drive /Keats Way PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
Orange County, FL 1 2017-2018 1 2018
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT PHONE NUMBER
Orange County Public Works John Klimovitch, P.E. 1 (407) 836.7890
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
(1) FIRM NAME
AVCON, INC.
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, FL Professional Consulting and Engineering Services
Tab B; Similar Projects and References
Page B-7
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Lakeshore Shared Use Path PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
Deltona, FL 2014-2015 1 2015
a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT PHONE NUMBER
City of Deltona Scott McGrath (386) 878.8724
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
This Local Agency Program (LAP) project consisted of a multi -use trail that connects Thornby Park to Green Springs. Services included the design
of curb ramps and walls between the roadway and the trail. Coordination with utility stakeholders was required.
AVCON provided final engineering design for 3,022 LF of multi -use trail. In addition, the project consisted of two small pedestrian bridges totaling
116 LF. Tasks completed included:
Multi -use trail design
Construction cost estimate and schedule, design schedule
Utility coordination, utility adjustment plans, roadway lighting,
landscaping
40 Public involvement including newsletters, web pages and
meetings
Design and plan preparation including design documentation
and computations
Permitting of all types from various regulatory agencies '
e Stormwater drainage design and analysis, calculations
Structural Design
e Design survey including survey control
Environmental analysis, mitigation, threatened and
endangered species work, hazardous materials and
contamination evaluation
Geotechnical exploration, soils reports, foundation reports,
pond reports groundwater quality testing and reports
e Erosion control, NPDES requirements�i���✓U��df�,�r��1
Signing and pavement marking plans
(1) FIRM NAME
a AVCON, INC.
b (1) FIRM NAME
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, FL Professional Consulting and Engineering Services
(2) FIRM LOCATION (City and State) (3) ROLE
Tab B: Similar Projects and Referenc
i i i
21. TITLE AND LOCATION (City and State)
East Lake Arnold Drainage Improvements
City of Orlando, FL
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
2018
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT PHONE NUMBER
City of Orlando, FL I Lihua Wei (407) 246-2266
Through a continuing contract, AVCON provided drainage improvements including an extensive new pipe system to better connect the upstream
project area to the improved eastern outfall; inlet and manhole improvements along the pipe route to improve flow from the street into the stormwater
system; pipe improvements including upsizing and lowering elevations of existing pipe segments and replacing CMP segments with RCP; and a baffle
box including an analysis of the appropriate size of the box based on the anticipated flows and the available land area near the outfall.
o
r
, ,i it /,i i %�%���%��i ✓i! J��%����i �r� /., i
r
✓ i� r
.,,..,. .... ,�, ✓,// � <,� .,� , ,4i/l/o nri, „r,. „tip .. ,,,. ,, r�d./div /i �„
(1) FIRM NAME
AVCON, INC.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
Orlando, FL
(2) FIRM LOCATION (City and State)
(3) ROLE
Professional Consulting and Engineering Services
(3) ROLE
Tab B: Similar Projects and References
Page B-9
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
University Boulevard/Rouse Road East Turn Lane PROFESSIONAL SERVICES CONSTRUCTION (if Applicable)
Orlando, FL 2017—On-going I On-going
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT PHONE NUMBER
Orange County, FL I Jeff Sloman, P.E. (407) 836.7773
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
AVCON provided design, permitting, construction plan preparation, and post design services for the Eastbound University Blvd. left turn lane extension
at Rouse Road. The scope of work included intersection improvements, bridge design, and an additional left turn lane east of the bridge. Tasks
included administration, design and plans prep, permitting, design surveys, geotechnical services, and post design services.
oat �r
a
i
(1) FIRM NAME
AVCON, INC.
(1) FIRM NAME
(2) FIRM LOCATION (City and State) (3) ROLE
Orlando, FL Professional Consulting and Engineering Services
(2) FIRM LOCATION (City and State) (3) ROLE
Tab B: Similar Projects and iJrlrfrJ 6lillilJlllal!!/%/I%%%//1/l/,i,w References 0
Rick Baldocchi, P.E.
Project Manager/Public
a
a
0
0
a
0
0
0
0
0
2'
Involvement
7.
/Keats Way
Orange County,FL
3'
Westmoreland Drive Shared -Use Path
$'
Lakeshore Shared Use Path
Darin Lockwood, P.E., NCEES
QA1QC
Deltona, FL
4
Casselberry City Center
9
East Lake Arnold Drainage Improvements
Casselberry, FL
0
City of Orlando, FL
Michael Kerns, P.E.
Stormwater/Drainage)
0
a
0
0
0
0
0
0
Permitting
Luca DelVerme, P.E.
Structural Engineer
0
0
0
0
0
0
Dominick Fiorentino, E.I.
Structural Designer
0
0
0
0
0
Clint Pletzer, P.E.
Project Engineer/
0
0
0
0
Roadway/Transportation
Robert Palm, P.E.
Utility Coordination
Jason Teliszczak
Construction Administration/
0
0
Inspection
Zemp Pepper, P.E.
Mechanical/Electrical/
0
Plumbing
Sean Day
Mechanical/Electrical/
0
Plumbing
Michael Duer, E.I.
Traffic Engineering & Analysis
0
0
�'
South Street and Anderson Street Evaluation
s'
Wooton Park Expansion, TAV-LEE Trail (LAP)
Orlando, FL
Tavares, FL
Parramore Heritage Central Pond
Traffic Signal at McCulloch Road and Worchester Drive
2'
Orlando, FL
7.
/Keats Way
Orange County,FL
3'
Westmoreland Drive Shared -Use Path
$'
Lakeshore Shared Use Path
Orlando, FL
Deltona, FL
4
Casselberry City Center
9
East Lake Arnold Drainage Improvements
Casselberry, FL
City of Orlando, FL
5'
Pine Hills Trail
��'
University Boulevard/Rouse Road East Turn Lane
Orlando, FL
Orlando, FL
Tab B: Similar Projects and References
Page i
30. PROVIDE ANY ADDITIONAL
AGENCY. ATTACH
AVCON, INC. has a written Quality Assurance/Quality Control Plan for all projects it undertakes. The plan is modified
and adapted to meet the needs of a project and for the specific elements of design included in a project. The Quality
Assurance/Quality Control Plan itself consists of the elements below:
Project Coordination and Communication: The Project Manager will assure that all
members of the design team, Including the client, are continually updated on the �;,r„r�,C,,<
r!:....
1 Cv¢�SA!'.�1 FOR 4kWII,(1 f REVICN
projects status and assignments. This will be achieved In many ways, IncludingCHEqKED
___--
Monthly (Minimum) In -House Project Coordination Meetings and Written Pco Y4Ik, CI,”,
rXWCURRENCE
Memos/Telephone Conversation Logs.
d, Project
rge
will perform theouse en-housew: The Drevlew. ThisRevlerw should identifyManager,or
eliminate milnateallans errors
�y
1'11'1 LtCf"IVCAYIfJ _...)
M p (C;r��ar Cfvih or CkCMF Fe ,aa 1n..rrrecE) .._. _J
and omissions and ensure that plans comply with the scope and other support AV cert H110.
documents in the file. The objective of an in-house review is to determine, to the
highest probability, whether all plans errors and omissions have been eliminated at each planning stage. The in-house review
will be as detailed as possible to ensure that there are absolutely no plans errors. The reviews and responses will be collated
for reference and use.
Comment Resolution: Upon receipt of the checklist and comments, the designer will respond to the comments as
appropriate. In the "Designers Comment' Box on the checklist, and in green pen on the marked -up plan set. These documents
will then be returned to the reviewer for final resolution. The reviewer will review the documents to be assured that all
comments have been resolved. Each resolved comment will be highlighted by the reviewer to symbolize that the comment
has been resolved.
Peer Reviews: It is a policy of AVCON to provide an opportunity for internal and external peer review of our completed
projects for constructability and other interface evaluations. The purpose of this review is to ensure strict compliance with
scope and supporting documents and confirm the need for design variances or exceptions. The peer reviewer also ensures
that appropriate design documentation is filed for all decisions made during the design process. Occasionally we may also
look to vendors or others to provide technical support to ensure the latest technology and selected approach remains pertinent
and viable for the projects
Constructability Reviews: In addition to AVCON's in-house QA/QC Plan, we will utilize an experienced engineer to conduct
independent constructability reviews of our plans and specifications, adding value engineering to the project from its inception.
AVCON has a good working relationship with such qualified individuals who have equally strong design and construction
experiences with airport projects and are a perfect match for this important (yet often overlooked) project assignment. The
subconsultants used on a project shall be expected to have their own quality assurance process and will be required to
demonstrate this in written form. In addition, as the Prime firm and the firm ultimately responsible to the Client for all work
products, AVCON shall apply its own standards of quality prior to releasing the work product to the Client. AVCON has in its
Quality Manual detailed checklists for both intra -disciplinary and inter -disciplinary reviews. These checklists, developed over
the years, are kept updated through an ongoing process. The ultimate result of this rigorous process is that most all conflicts,
errors or omissions are discovered well before they can result in cost increases or avoidable delays. Our successful track
record speaks volumes to the effectiveness of this process.
31. SIGNATURE 32. DATE
K V&L�
July 31, 2018
33. NAME AND TITLE Rick V. Baidocchi, P.E., Vice President / Principal -in -Charge
Tab B: Similar Projects and References
Page B-12
Tab B: Similar Projects and References
Page B-13
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: Westmoreland Drive Shared -Use Path, Orlando, Florida
Type of Project/Service: Design, Permitting, Construction Services
Address: 1010 S. Woods Avenue, Orlando, FL 32805
Contracting Agency/Client: City of Orlando, FL
Contact Name and Phone #: Lisa Henry, P.E., Streets and Stormwater Division Manager, (407) 246-3646
Contact Email Address and Fax #: lisa.henry@cityoforlando.net
Contract Amount: $202,408 Date Work Performed: 2017-2018
Project #2:
Project Name: South Street and Anderson Street Evaluation
Type of Project/Service: Stormwater Inspection and Analysis, CIP Project Development, Cost Estimating
Address: 400 South Orange Avenue, Orlando, FL 32801
Contracting Agency/Client: City of Orlando, FL
Contact Name and Phone #: Richard Howard, P.E., Director of Public Works, (407) 246-3222
Contact Email Address and Fax #: richard.howard@cityoforlando.net
Contract Amount: $219,006 Date Work Performed: 2010 -On-going
Project #3:
Project Name: Lakeshore Shared -Use Path
Type of Project/Service: Design, Construction Services, Scheduling, Public Involvement, Permitting, Stormwater, Structural Design
Address: 2345 Providence Blvd., Deltona, FL 32725
Contracting Agency/Client: City of Deltona, FL
Contact Name and Phone #: Scott McGrath, P.E., CRA Manager, (386) 878-8724
Contact Email Address and Fax #: smcgrath@deltonafl.gov
Contract Amount: $40,918 Date Work Performed: 2015
Project #4:
Project Name: Pine Hills Trail
Type of Project/Service: Design, Construction Plans Preparafion, Roadway, Engineering Study, Traffic Signal Design
Address: 4200 South John Young Parkway, Orlando, FL 32839
Contracting Agency/Client: Orange County, FL
Contact Name and Phone #: Abdul Azim, Senior Engineer, (407) 836-8665
Contact Email Address and Fax #: abdul.azim@ocfl.net
Contract Amount: $749,393 Date Work Performed: 2014-2017
Project #5:
Project Name: Wooton Park Expansion, TAV-LEE Trail (LAP)
Type of Project/Service: Design, Permitting, Bid Document Preparation, CM@Risk Coordination
Address: 201 E. Main Street, Tavares, FL 32778
Contracting Agency/Client: City of Tavares
Contact Name and Phone #: John Drury, City Administrator, (352) 742-6209
Contact Email Address and Fax#: jdrury@tavares.org
Contract Amount: $232,767 1 Date Work Performed: 2012 -On-going
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
''Failure to submit this form may be grounds for disqualification of your submittal`'
47
City of Sanford I Finance Department I Purchasing
:Solicitation,
Division
�i�nrr er:
Nla
CITY OF
300 N. Park Avenue Suite 243 2,d Floor, Sanford Florida 32771
;R,
,33 -
�, ���
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
,17/1
CONSULTANTS COMPETITIVE,'
e
Due mate.
FINANCEUE"ARIMENT
NEGOTIATION ACT CCNA
( )
July 1;,'2018
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "I"
References
Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed
within the last three (3) years. Additional references may be provided as set forth below.
Project #1:
Project Name: Westmoreland Drive Shared -Use Path, Orlando, Florida
Type of Project/Service: Design, Permitting, Construction Services
Address: 1010 S. Woods Avenue, Orlando, FL 32805
Contracting Agency/Client: City of Orlando, FL
Contact Name and Phone #: Lisa Henry, P.E., Streets and Stormwater Division Manager, (407) 246-3646
Contact Email Address and Fax #: lisa.henry@cityoforlando.net
Contract Amount: $202,408 Date Work Performed: 2017-2018
Project #2:
Project Name: South Street and Anderson Street Evaluation
Type of Project/Service: Stormwater Inspection and Analysis, CIP Project Development, Cost Estimating
Address: 400 South Orange Avenue, Orlando, FL 32801
Contracting Agency/Client: City of Orlando, FL
Contact Name and Phone #: Richard Howard, P.E., Director of Public Works, (407) 246-3222
Contact Email Address and Fax #: richard.howard@cityoforlando.net
Contract Amount: $219,006 Date Work Performed: 2010 -On-going
Project #3:
Project Name: Lakeshore Shared -Use Path
Type of Project/Service: Design, Construction Services, Scheduling, Public Involvement, Permitting, Stormwater, Structural Design
Address: 2345 Providence Blvd., Deltona, FL 32725
Contracting Agency/Client: City of Deltona, FL
Contact Name and Phone #: Scott McGrath, P.E., CRA Manager, (386) 878-8724
Contact Email Address and Fax #: smcgrath@deltonafl.gov
Contract Amount: $40,918 Date Work Performed: 2015
Project #4:
Project Name: Pine Hills Trail
Type of Project/Service: Design, Construction Plans Preparafion, Roadway, Engineering Study, Traffic Signal Design
Address: 4200 South John Young Parkway, Orlando, FL 32839
Contracting Agency/Client: Orange County, FL
Contact Name and Phone #: Abdul Azim, Senior Engineer, (407) 836-8665
Contact Email Address and Fax #: abdul.azim@ocfl.net
Contract Amount: $749,393 Date Work Performed: 2014-2017
Project #5:
Project Name: Wooton Park Expansion, TAV-LEE Trail (LAP)
Type of Project/Service: Design, Permitting, Bid Document Preparation, CM@Risk Coordination
Address: 201 E. Main Street, Tavares, FL 32778
Contracting Agency/Client: City of Tavares
Contact Name and Phone #: John Drury, City Administrator, (352) 742-6209
Contact Email Address and Fax#: jdrury@tavares.org
Contract Amount: $232,767 1 Date Work Performed: 2012 -On-going
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
''Failure to submit this form may be grounds for disqualification of your submittal`'
47
2017
Florida Planning and Zoning
Outstanding Public Private
N/A
Lakeshore Loop Trail, Deltona,FL
Association(FPZA)
Partnership
Innovative Concrete
Terminal Apron Hmrdotand
2018
Slag Cement Association (SCA)
Project ufthe Year
Using Slag Cement
Expansion ' Phase 2.St. Pete -
Sustainability
Clearwater International Airport
Airfie|dRo'Deve|upmont.
2016
Suu�*a�Chapter A/�`E
C»mmemia|Airpo�p»�«dof
Airfield Project
Akom�eRuowa�PonaUo|
Taxiway and New Runway 17-35.
the Year
Asheville Regional Airport,
Asheville, NC
AaPho�ContmdomAo»«�aUon
D��5VW��
Ru���������.
2015
of Florida
2O15Special Project Award
EmmUenmain
Kissimmee Gateway Airport,
Pavement
0ueimmoe.FL
Illuminating Engineering Society
Runway 18R-36LRehabilitation &
2014
ofNorth America, Aviation
Air Carder Award
Air Carder
Related Work, Orlando
Lighting Committee
International Airport, Orlando, FL
Illuminating Engineering Society
RepuirAirfio|dUghUng—Nohh
2014
ofNorth America, Aviation
Military Award
Military
and South Fields, Naval Air
Lighting Committee
Station, Whiting Field, FL
GunStatoAviation Group III
2014
Florida Department of
2U14General Aviation Airport
Airport Project of the
Aircraft Storage Hangar and
Transportation
Project
Year
0ffioo, Kissimmee Gateway
Airport, Kissimmee, FL
SunStateAviation Group III
2014
Sou�ea�ChapherAAAE
General Aviation Pn�o�nfthe
Year
Architectural Project
AimnyftS�mgnHangar and
Office, Kissimmee Gateway
Airport, Kissimmee, FL
2014
American Council ofEngineering
National Engineering
Excellence Awards,
Transportation
SIR 8OOPavement Rehabilitation,
Cnmpanioo(ACEC)
Recognition
Vo|ueiaCoun�. FL
2014
Florida Institute ofConsulting
Engineering Excellence
Transportation
SIR GO0Pavement Rehabilitation,
Engineers
Awards, Grand Award
Vo|uuiaCounty, FL
2O13
Florida Dope�mentnf
2O13Commemia|Sor�oe
Airport Project of
Edenoiono/Runway 0�27R.
Orlando Sanford International
Transportation
Airport Project
Year
Airport, Sanford, FL
2O13
A»PheKContmdomAoa»�eUon
2013Spuoio|Pv����*a�
Dieth�2VVi»ner'
Rehobi|i�UonofNEApmnond
Texi|ano HadongRooneaUnno|
'
of Florida
EmmUenmainPaving
Airport, Jacksonville,
Tab B: Similar Projects and References
Page B-]5
Asphalt Contractors Association District 2 Winner, Runway 5-23 Rehabilitation,
2012 of Florida 2012 Special Project Award Excellence in PavinJacksonville Executive at Craig
g Airport, Jacksonville, FL
2012 Southeast Chapter, American General Aviation Project of the Airfield Project
Association of Airport Executives Year
2012 American Concrete Pavement National Award for Excellence Gold Winner,
Association in Concrete Pavement Industrial Paving
2011 Southeast Chapter, American Commercial Airport Project of
Association of Airport Executives the Year
2011 National Asphalt Pavement
Association
Illuminating Engineering Society
2010 of North America, Aviation
Lighting Committee
2008 Orange County
2008 Florida Institute of Consulting
Engineers
Ray Brown Airport Pavement
Award
Air Carrier Airport Award
Design Excellence Awards,
Merit Award
Engineering Excellence
Awards, Grand Award
Airfield Project
2011 Quality in
Construction —
Airport Category
NIA
Design Category—
Residential
Transportation
North Apron Rehabilitation, Bob
Sikes Airport, Crestview, FL
Boeing Expansion, Site
Development Program, North
Charleston, SC
North General Aviation Fill Project,
Asheville Regional Airport,
Asheville, FL
Runway 5-23 Rehabilitation,
Jacksonville Executive at Craig
Airport, Jacksonville, FL
Rehabilitation of Taxiways E and
F and Associated Connectors,
Orlando International Airport,
Orlando, FL
Osceola Brownstones, Orange
County, FL
Terminal Ramp Expansion,
Orlando Sanford International
Airport, Sanford, FL
Tab B: Similar Projects and References
Page B-16
Firm Overview
Founded in 1988, AVCON, INC. (AVCON) serves the aviation, transportation, facilities and development industries and
employs 96 professionals with expertise in all aspects of aviation planning and design; civil engineering, electrical engineering,
mechanical engineering, plumbing engineering, fire protection design, utilities coordination and design, and structural
engineering; traffic planning and highway design; and a full array of design and construction support services. The firm has
earned a reputation for providing excellent work and high-quality standards. This reputation continues to attract highly
qualified staff and has fostered teaming relationships with a number of Florida's largest and most respected architectural and
engineering firms.
AVCON's expertise in Professional Consulting Services includes:
■ Architectural and Engineering Design ■
Stormwater
■ Project Administration ■
Solid Waste
■ Inspection Services ■
Parks and Recreation Facilities
■ Surveying* ■
Environmental
■ Soils* ■
Traffic Engineering and Analysis
■ Geotechnical* ■
Landscape Design
■ Planning Services ■
Water I Wastewater Engineering and Building
■ Civil Engineering ■
Facility
• Transportation ■
Infrastructure Improvements
*For any surveying, soils or geotechnical support services that may arise, we will use the services of Echo Utility Engineering
& Surveying and Universal Engineering Services, Inc., respectively.
Project , dr inistration, Managenient, Innovative Concepts and Value
Engineering Ability
AVCON and the entire AVCON Team are prepared to address any aspect of planning and design requested by the City of
Sanford, and commits to providing the following levels of service:
■ AVCON will serve as an extension of Staff. AVCON will support the needs of the City in the areas of planning,
project formulation, preparation of plans, specifications, contract documents, engineering reports, agency
coordination and approvals, project implementation, project scheduling, construction monitoring, and project closeout.
■ AVCON will maintain a focused approach not only to each project assignment, but also the overall
development entrusted to us.
■ AVCON is familiar with the requirements of Professional Consulting Services Contracts. These include all
aspects of service purchase order assignments, reporting, financial controls, integrated construction phasing for
multiple projects, and overall commitment to minimizing the impacts of construction.
■ AVCON is committed to the full-service team concept. Our Orlando office is staffed with a fully cohesive team
that can address any planning or design issue, or otherwise obtain that data from the appropriate source on behalf of
the team.
■ AVCON is committed to staying abreast of the latest advances in design and engineering software and the
training of our professionals.
■ AVCON is meticulous with our project design for plans and specifications to ensure complete and quality
production of planning documents and contract documents for construction.
Tab C: Project Approach and Understanding
Page C-1
■ Through our commitment to the construction quality assurance and the construction -monitoring phase of our services,
AVCON will ensure that final completion of the project meets all applicable design standards and exceeds
the City's expectations.
■ Lastly, AVCON has an exemplary track record of responsive service for all our clients.
AVCON has served as prime consultant for several multi-year continuing contracts for professional services, as well as
individual project assignments for the Florida Department of Transportation, Aviation/Airport Authorities, Cities, Counties, and
other entities. Some of the entities AVCON has served include:
■ City of Maitland, FL (Continuing Professional Services)
■ City of Orlando, FL (Stormwater and Structural Engineering)
■ City of Sanford, FL (Master Contract)
■ Florida Department of Transportation, Districts One, Two, Three, Five, Seven, and the Turnpike District
■ Greater Orlando Aviation Authority, Orlando International and Orlando Executive Airports, Orlando, FL (Continuing
Civil Engineering Services)
■ Okaloosa County Airports, FL (Architectural, Engineering, Aviation Planning and Construction Services)
■ Orange County Public Schools, FL (Civil and Structural Engineering)
■ Sanford Airport Authority, Orlando -Sanford International Airport, Sanford, FL (Professional Airport Engineering
Services)
■ Volusia County, FL (Individual Assignments and Architectural -Engineering and Aviation Planning Consulting Services
for the Daytona Beach International Airport)
■ City of Fort Walton Beach, FL (General Consulting Services)
■ The Economic Development Council of Okaloosa County, FL (Community Partnership Initiative Supporting P4
Collaborations Sustaining Base Missions and Sharing Community Infrastructure)
■ Northwest Florida State College, FL (Architectural and Engineering Services)
■ Okaloosa County, FL (Continuing Engineering Services)
As evidence of our long-term commitment to quality and service, AVCON continues to provide regular engineering and
planning services to some of our earliest clients. With the competitive nature of our industry, we take great pride in our on-
going long-term relationships and we look forward to the opportunity to build and strengthen a meaningful partnership with
the City of Sanford.
General Project Approach: Our general approach to miscellaneous design projects is illustrated below.
Preliminary Scope Review
Field Review
Design Criteria Review
Pre -Scope Report
Design Task Assignment
Schedule Review
Scope Development
Project Design
Survey & Data Collection
Evaluation & Analysis
Permitting
Public Involvement
Plans Production & Specs
Post Design
Additional Services
As Needed
Management Plan: Each project undertaken by AVCON uses a structured approach to ensure that all facets of the project
are addressed, not only in the proposal, but throughout the execution of the work. Our Management Plan will focus on
providing efficient and cost-effective designs in accordance with the projects' scope and budget. This contract will require a
strong commitment to many project features including:
Tab C: Project Approach and Understanding
Page
■ Management of the work ■ Ability to work with other consultants
■ Permitting ■ Demonstrated QA/QC plan
■ Project budgeting and construction estimating ■ Firm's understanding of the City of Sanford
■ Ability to work with contractors
Our Project Manager will emphasize continuous effective communication and coordination internally between in-house staff
as well as externally with any regulatory agencies and City staff. AVCON's Project Manager, Mr. Rick Baldocchi, P.E., will
be responsible for overall management and administration of the projects - ensuring proper communication is maintained
between AVCON and City staff. Mr. Baldocchi will be responsible for conducting weekly internal staff meetings on any on-
going tasks and discussing project design issues, schedules, and resource requirements. Prior to NTP on the projects, and
in coordination with the City's Project Manager, Mr. Baldocchi will develop the project schedule and will make sure all team
members are effectively meeting that schedule, including any subcontractors that may be utilized.
The AVCON Management Plan will clearly identify the following objectives and goals for each project under this contract: 1)
a clear outlined scope of services; 2) a well-defined organizational structure identifying individuals and their respective areas
of responsibility; 3) a detailed project schedule with milestones identifying the projects' critical path items; and 4) a
communication plan clearly identifying protocols for correspondence, meeting minutes, e-mails, and phone correspondence.
The schedule is particularly important on FDOT Funded Projects as FDOT has deadlines to meet in order to commit or spend
dollars. It may be necessary to expedite projects at times to meet FDOT's time table and therefore capture available funds.
Monthly Progress Reports will be distributed to the designated City Project Manager along with the invoice identifying
completed tasks, upcoming work requirements, and any outstanding issues requiring resolution. As AVCON's Project
Manager, Mr. Baldocchi will be the City's primary point of contact. He will provide continuous coordination with City personnel
and other designated representatives throughout the duration of the contract. Additionally, Mr. Baldocchi will be responsible
for design decisions, plan content, correspondence, meeting minutes, schedule updates, and monthly progress reports
describing and quantifying all work tasks are performed in a timely manner.
Our team has the added advantage of a Project Engineer with project management and Professional Consulting Services
experience. Mr. Clint Pletzer, P.E. will serve as the back-up, or Deputy, Project Manager in Mr. Baldocchi's absence and
has the skills, knowledge and authority to respond to critical project issues both during design and construction to ensure
projects remain on track and on schedule.
Quality Assurance/Quality Control Plan: The AVCON Team QA/QC Plan includes plans checking procedures for all design
elements. These procedures include peer reviews by senior staff members, plans -in -hand field reviews, comment response
verification and bid -ability reviews. The AVCON Team utilizes continuous QC review procedures to ensure the client receives
a high-quality product. The QA/QC Plan is a continuous and iterative process of coordination, communication, review,
checking, back -checking, and re -checking all project components and documents. Mr. Darin Lockwood, P.E., as the QA/QC
Manager will ensure that all QA/QC procedures are being followed by all staff members and subconsultants. He will be the
first line of defense to make sure the City receives a high-quality product.
In the trenches, there will be multiple Quality Assurance and Quality Control Reviews. Each staff member noted in this
proposal is held responsible for the quality of their own work. They are expected to check their work as it is produced and
keep others on the team informed about important issues. Once completed, the entire package is given to the Project Manager
for a cursory review to mainly ensure that the commitments that were made to the City of Sanford and individuals or
stakeholders through the public involvement process were accurately incorporated into the construction documents.
Firm's Resources and Ability to Provide Services within Schedule and Budget including
Consideration of Firm's Recent, Current and Projects orFdoad(s
AVCON has assembled an exceptional team of seasoned professionals who have gained valuable experience working
4._ together on dozens of projects throughout Florida and the Southeastern United States.
Tab C: Project Approach and Understanding
Page C-3
t
These capable individuals will form the basis of a successful project team for this Professional Consulting Services contract.
The AVCON Team of engineers and planners has significant depth and capacity to ensure project delivery on schedule and
with superb attention to detail. Detailed resumes on the key personnel proposed for this continuing contract are
provided in Tab A: Firm Qualifications and Experience.
Capacity to Perform the Work within the Required Schedule: The AVCON Team understands the importance of
coordination and expediting a project. Coordination is one of the components of a project that requires an extreme amount
of attention from early in the concept phase continued thru final construction.
Providing a strong presence in the coordination process allows the project manager to determine what the project demands
and what the critical items are throughout the process. With a hands-on approach to a project we can expedite all aspects of
the design, permitting and follow-up construction services.
When necessary, AVCON will expedite projects through the working of extra hours, the addition of temporary staff, utilization
of our satellite offices or the addition of specialty subconsultants. Our clients can attest to our ability to expedite projects due
to public safety issues, maintenance issues,
funding issues, or public outcry. Having worked
for many municipalities, we understand the
issues that arise and the need to respond to
some events in a very timely manner. In addition, "
meeting demanding schedules requires proper
management and scheduling of the various tasks
associated with a project.
AVCON utilizes critical path task scheduling for
the design team to monitor our own internal
process. In this manner, we can stay on track
during critical and normal delivery assignments.
Project Team Availability and Commitment to
Allocate the Necessary Resources: The
.current workload of the AVCON Team promotes -
an immediate start of any project initiated and we
stand aggressively poised and ready to "hit the ground running."
Although precise staffing requirements cannot be determined at this time for the various project tasks assigned under this
contract, AVCON has an excellent history of being available to meet clients' needs. We guarantee that our staff and our team
will meet and exceed project staffing needs.
Ability to Stay within Budget Requirements: On the design side, AVCON holds firm to the negotiated design fee and does
not request supplemental design fees unless the scope has changed significantly. Small scope changes will not trip a request
for additional fees but will be incorporated as a necessary design modification through the plan development task.
We are also familiar with budget conscious efforts in project scoping that may include evaluating improvements using a cost -
benefit analysis, reducing survey, and limiting contract plan sheets.
One of our innovative concepts to help maintain budgets involves a reduction in survey scope to match the project needs.
Some of the methods we use to minimize field survey include reviewing old construction plans and existing aerial surveys;
and using "smart levels" to measure cross slopes, measuring tapes to locate physical features, and survey rods to measure
invert elevations of drainage structures. These tools have enabled AVCON to complete previous projects while minimizing
design survey.
Tab C: Project Approach and Understancrinj
Page C-4
On the construction side, AVCON will monitor the construction cost estimates throughout the design phase and notify the City
immediately if estimates are starting to over shoot the proposed budget. At that point, we will provide recommendations to
reduce the estimates to back within budget or discuss the priorities of the project elements to possibly obtain Bid Alternates,
with the Base Bid being the highest prioritized element and the Add Alternates being additional features that may be less
critical to the goals of the project. By bidding in this manner, the City is guaranteed a project that falls within the budget and
has the option to award additional work if the bids come in lower than anticipated or additional funds become available. We
would typically ask the bidders to hold their Add Alternate bid prices for up to 90 days, but we have gone as far as 180 days
in anticipation of available funding.
This proposal discusses a basic outline for the approach to various types of projects, however, we realize that each
assignment will have its own unique requirements and the approach will be modified accordingly. We will meet with City staff
to agree on the specific approach prior to starting each assignment to ensure that both parties are "on the same page" as to
where the design process is heading. We will also keep in close contact with the City's Project Manager and provide a project
summary with each invoice.
rnri's Understanding of the Project and Approach
The following is a brief description of the key issues associated with the design and plans preparation phase of each of the
project types that are anticipated as part of this contract:
Multi -Use Paved Trails: There are many on-going multi -use trail projects in Central Florida, and more are anticipated.
Through our experience with eight trail projects in FDOT District Five, we have identified the key issues and have established
a great working relationship with the District. On two of our projects, including the Pine Hills Trail project, we have expedited
our schedules to meet FDOT funding cycles and insure our clients the needed funds. On the Greenway Trail Project for the
City of Deland, we worked with FDOT, Volusia County and the City to establish a revised typical section that minimized right-
of-way impacts, met minimum standards and allowed the project to continue under the FDOT criteria. Our staff prides itself
at finding creative solutions to keep projects moving forward.
Roadside and Basin Wide Drainage Collection, Treatment and Disposal Systems: FDOT District Five and the City of
Orlando reached an agreement for the City to take ownership of South and Anderson Streets in downtown Orlando, previously
state-owned roadways. AVCON was retained to perform a roadside and basin wide drainage study to determine what
improvements were needed in the treatment anddisposal system. Our approach included the use of existing survey
information and Quad maps to develop basins for further evaluation. Existing survey or record drawing information was also
researched to obtain information about the storm sewer system and supplemented with specific critical survey information as
needed. This data was used to develop an ADiCPR stormwater model to evaluate the adequacy of the overall system and
make recommendations for improvements, if needed. This approach, or a similar one, would be used on projects under this
contract and tailored to the specific issues corresponding to each task.
Environmental Analysis, Evaluation, Permitting and Investigation, as It Relates to Permitting: This element typically
includes a field review for wetlands and threatened and endangered species by certified biologists. Coordination with the
agencies (such as WMD and ACOE) will follow the field review to create a consensus on whether potential impacts occur due
to the project design. Agency coordination will also identify permitting thresholds, potential exemptions and permit processes,
if needed. The AVCON Team will always re-evaluate a project design to minimize or eliminate impacts and permitting efforts.
If permitting is unavoidable, our team will work to provide mitigation plans for wetlands, gopher tortoises, or other impacted
species. In our Turnbull Bay Bridge Replacement LAP Project for Volusia County, our team worked hard to reduce impacts
to below the permitting thresholds thereby eliminating the need for stormwater treatment or attenuation. The creative solutions
included rigid inclusion of deep muck pockets which minimized the temporary wetland impacts to stay below the thresholds
of both the WMD and the ACOS.
Drainage Structures: Drainage structure design typically follows a basin study and can vary in nature from a localized
flooding condition to a major drainage structure such as the box culverts on Lake Pickett Road in Orange County.
Tab C: Project Approach and Understanding
Page C-5
AVCON was involved in the replacement of a number of culverts on Lake Pickett Road over 15 years ago and the hydraulic
analysis included concerns of both upstream and downstream properties. Our approach was to match the hydraulic
characteristics of the existing and proposed structures in order to maintain existing flow volumes. This creative approach
reduced the engineering analysis required due to large basin studies and actually solidified the County's legal position on the
replacement. Each drainage structure approach will need to be developed based on the existing condition and the desired
improvements that initiated the project to begin with.
Sidewalks: These projects do not always have strong public support and therefore may need a public involvement phase to
- show justification to the residents and how the City will minimize impacts to individual properties and enhance the community.
Once the support has been established, the design elements can begin in accordance with City of Sanford, FDOT and ADA
Standards. On sidewalks, it is our goal to place the sidewalk outside the roadway clear zone and as far from the edge of
pavement as possible. Depending on the existing right-of-way width and existing drainage system, this can create some
challenges related to grading and location of drainage swales and or pipes. On rural section roadways, the addition of
stormwater pipes is sometimes necessary to provide positive outfall. Sidewalks are typically exempt from permitting, however,
it is our practice to replace swale volume as needed to insure no additional runoff leaves the right-of-way in the post
development condition. This helps alleviate concerns of neighboring parcels.
Bridge Replacement or Rehabilitation: Replacement projects typically begin with the development of a Bridge
Development Report (BDR) and a Bridge Hydraulics Report (BHR) if located over a water body. Whether a rehabilitation or
replacement, our team will also review the most recent bridge inspection reports to better understand the condition of the
structure. The BDR will define the concept for the proposed improvements and will consider construction costs, maintenance
of traffic, right-of-way restrictions, environmental impacts, utility impacts and constructability issues. Final Plans will be
prepared in accordance with all FDOT Standard Indexes and the Structures Design Guidelines. AVCON has a strong in-
house bridge design team as demonstrated by our experience with over 20 bridge replacement projects for FDOT and local
agencies. We have recently completed two pedestrian bridges in Volusia County that included creative design of the structural
system to add aesthetic treatment to bridges with minimal added cost to the project.
Culvert Replacement or Rehabilitation: Culverts represent a significant part of the City's infrastructure assets and should
be treated as such. After the hydraulic analysis discussed earlier in this approach is completed, a decision of what to do with
an existing culvert should be made. If hydraulic conditions are requiring a larger culvert, then replacement is the likely option.
Alternative solutions may include open cut replacement in the same location, open cut or directional drill replacement in an
offset location, addition of a second pipe adjacent to the existing pipe or pipe bursting. If structural conditions are the main
concern, some of the above alternatives may be warranted, plus the option to rehabilitate or repair the existing pipe. Options
for this are dependent on the pipe condition and could include pipe lining, joint grouting from the inside of the pipe, or ground
consolidation outside the pipe with grout or urethane foam. AVCON has utilized all these types of repairs in innovative and
creative attempts to salvage the existing assets and reduce project cost and duration.
Guardrails: Guardrail projects can take a number of forms. One form is the replacement of existing guardrail that is
substandard based on current FDOT criteria. The substandard elements will need to be determined and may include the end
treatment, length of advancement or actual guardrail shape. Any conforming sections can remain in place during the
improvement process. A guardrail project may also be part of the introduction or identification of a roadside hazard. In this
case, a cost -benefit analysis can be performed to compare the protection of a hazard with the removal of that hazard. This
is a standard FDOT procedure that will be performed as justification for the proposed improvements. Roadway geometry will
govern the guardrail placement and utility coordination will be critical to insure post installation does not damage existing
facilities.
-- Intersection Improvements: Intersections are typically the choke points of traffic issues and need to be fully understood
prior to concept development. Full traffic counts and a SYNCHRO Analysis (traffic modeling software) are suggested on
these types of projects. Once a SYNCHRO model is developed, alternatives can be evaluated to compare delay times of
potential safety enhancements.
Tab C: Project Approach and Understanding
Page C-6
On the US 17-92 at Horatio Ave. project in Maitland (a FDOT LAP project), AVCON developed a SYNCHRO model which
was used to evaluate turn lane queue lengths and median opening locations. Comments from a public information meeting
requested that specific median opening, that was initially proposed to be closed, be partially maintained. The results from the
SYNCHRO study allowed a directional median opening to access the local businesses on Horatio Ave. to be installed. The
partnership between the local agency, businesses, residents, AVCON and FDOT helped to make this project successful.
AVCON also designed intersection improvements on SR 430 at Nova Rd. for FDOT District 5. The traffic study indicated that
the existing left turn lane needed to be lengthened which caused a right-of-way conflict with proposed drainage structures. To
avoid the conflict, an innovative special drainage structure was creatively designed that eliminated the need for right-of-way
acquisition but maintained the required turn lane length.
Roadway Improvements: The approach on the on the International Drive Project for Orange County included development
of a typical section package and pavement design as two of the initial elements. This widening project had sub -soil strength
issues, maintenance of traffic issues, utility conflicts and relocations, right-of-way impacts, intersection improvements,
signalization modification, pedestrian access and ADA requirements, drainage improvements and permitting, environmental
impacts and permitting, signing and pavement marking plans and driveway coordination with local businesses and
developments. Due to the number of issues, the project required an extensive public involvement program including a number
of small group meetings with some major stakeholders such as SeaWorld. Another element on this project that may come
into play on other projects was landscaping and treatment of existing trees in the right-of-way. Saving trees where practical
can help with public support, but safety must take a front seat in these types of decisions. The approach to roadway
improvements can vary widely and the above noted approach is one example related to the International Drive Widening
Project. AVCON will assist the City in developing scopes as needed for roadway improvement projects under this contract.
Construction Plan Review: AVCON has experience reviewing the construction plans prepared by our own firms as well as
those prepared by others. In our role as continuing engineer for various agencies, we have been asked to review plans for
constructability, bid -ability and conformance to applicable standards. Whether our own plans or others, the reviews must
consider the items noted above plus utility impacts, maintaining positive drainage, construction phasing, ability to work within
the right-of-ways, pay items and quantities that cover all required work, appropriate technical specifications, and workable
traffic control plans.
Groundwater Testing / NPDES: It is important to identify potential ground water contamination on project sites. The
presences of contamination will impact the ability to dewater and could add significant cost to the project, which is not
something you want to discover during construction. As part of the geotechnical investigation, OVA readings should be taken
in areas with any potential for contamination. The plans can then provide appropriate measures in scenarios where
dewatering is required. These measures will be coordinated with FDEP. Contractors are required to submit for NPDES
permits on all projects over 1.0 acres in size. It is our responsibility as the EOR to provide the appropriate stormwater pollution
prevention measures in the plans that allow the contractor to work and meet NPDES discharge criteria.
Please find the following executed forms in this section.
* Attachment B — Insurance Requirements
* Attachment C — Conflict of Interest
* Attachment D — Non-Collusion/Lobbying Certification
* Attachment E — Drug -Free Workplace Certification
Attachment F — Acceptance of RFQ Terms and Conditions
Attachment G — Addenda Acknowledgement
Attachment H — Organizational Information, Corporate Standing, and Authorized Signatories
Attachment K — Proposed Schedule of Subcontractor Participation
Proof of Licenses/Certification
W-9 Form
GSA SF330 Part 11
MIN
City of Sanford I Finance Department I Purchasing
Division
n r c r 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
.
SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FNAN(E r1F., A,.d %,F%1 CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "R" insurance Requirements
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 must 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
preferred
$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
A e ate
38
a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
c. 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 aM 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
W
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.
in. 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.
C !//,�/
AFFIANT SI NATURE
Rick V. Baldocchi, P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Orang(
The foregoing instrument was executed before me this a'),h .day of 20f° , by
Rick V. Baldocchi, P.E. as Vice President of AVCON, INC. who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and ho is personally
known t me OR has produced as identification. `� -_._..._..
T3,P
Jennifer E. Sisk
NOTARY PUBLIC
STATE OF FLORIDA
(stamp) Comm# GG107879
�NCE lg�Expires 6/23/2021
NOT PYBLIC, State of �t
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
W'Failure to submit this form may be grounds for disqualification of your submittal's
40
Attachment "C"
Conflict of Interest Statement
A. I am the Vice President of AVCON, Inc. with a local office in
[Insert Title] [Insert Company Name]
Orlando, FL and principal office in Orlando, FL
B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA.
C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge.
D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and
time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated
hereby.
E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any
collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of
this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required
by this solicitation.
F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from
participation in this solicitation or any contract to follow thereafter by any government entity.
G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to
any other clients, contracts, or property interests in this solicitation or the resulting project.
H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City
Division/Department/Office.
L I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected
for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the
City in writing.
By the signature ) below, e, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attuhment " ', n of Interest Statement, is truthful and correct at the time of submission.
r
AFFIANT SIGNATURE
Rick V. Baldocchi, P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 30 41-) day of t I_L 2Q_)2, by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc.
.�.... _ who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and�v is personally
known to me OR. has roduc-d as identification.
A J�nniter
NOTARY PUBLIC
`—' -STATE OF FLORIDA J
w Comm# GG107879
(stamp)
s�NCE A9�� Expires 6/23/2021 NOTARY IC, State of GGvk',16A
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
Failure to submit this form may be grounds for disqualification of your submittal'W
41
City of Sanford I Finance Department I Purchasing
Division
My OF
FORD
300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
,k
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)'r
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "C"
Conflict of Interest Statement
A. I am the Vice President of AVCON, Inc. with a local office in
[Insert Title] [Insert Company Name]
Orlando, FL and principal office in Orlando, FL
B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA.
C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge.
D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and
time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated
hereby.
E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any
collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of
this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required
by this solicitation.
F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from
participation in this solicitation or any contract to follow thereafter by any government entity.
G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to
any other clients, contracts, or property interests in this solicitation or the resulting project.
H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City
Division/Department/Office.
L I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected
for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the
City in writing.
By the signature ) below, e, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attuhment " ', n of Interest Statement, is truthful and correct at the time of submission.
r
AFFIANT SIGNATURE
Rick V. Baldocchi, P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 30 41-) day of t I_L 2Q_)2, by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc.
.�.... _ who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and�v is personally
known to me OR. has roduc-d as identification.
A J�nniter
NOTARY PUBLIC
`—' -STATE OF FLORIDA J
w Comm# GG107879
(stamp)
s�NCE A9�� Expires 6/23/2021 NOTARY IC, State of GGvk',16A
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
Failure to submit this form may be grounds for disqualification of your submittal'W
41
Attachment "D" Non-Collusion/Lobbying Certification
A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting
Services- CCNA.
B. This sworn statement is submitted byAVCON, Inc. whose business address is
[Name of entity submitting sworn statement]
5555 E. Michigan Street, Suite 200 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-2890463 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: N/A
C. My name is Rick V. Baldocchi, P.E. and my relationship to the above is Vice President
[Please print name of individual signing]
D. NON -COLLUSION PROVISION CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association,
or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free
competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding
documents will make the bid nonresponsive and not eligible for award consideration.
E. LOBBYING CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that:
I. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council
Member of Congress in connection with the awarding of any City Contract.
2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence a member of City Council or an officer or employee of the City in connection with this contract,
the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance
with its instructions.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "D' , Nion/Lobbying Certification, is truthful and correct at the time of submission.
'37
AFFIANT SIbNATUKE
Rick V. Baldocchi P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Oranae
The foregoing instrument was executed before me this day of 201?, by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc. who
pgersonally-swgre or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is pe_ _ rsonalTy
known to me OR has produced as identification.
V"'—w
JenniferE. Sisk
NOTARY PUBLIC
STATE OF FLORIDA NO PUBLIC, tate of A4CP-1�A Comm# GG107879
(stamp) ' 19
Ex l✓qV§WV?JMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'`Failure to submit this form may be grounds for disqualification of your submittal`''
42
City of Sanford ( Finance Department Purchasing
Division
«e
300 N. Park Avenue Suite 243 2na Floor, Sanford Florida 32771
('�+
�A�(�
0
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "D" Non-Collusion/Lobbying Certification
A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting
Services- CCNA.
B. This sworn statement is submitted byAVCON, Inc. whose business address is
[Name of entity submitting sworn statement]
5555 E. Michigan Street, Suite 200 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-2890463 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: N/A
C. My name is Rick V. Baldocchi, P.E. and my relationship to the above is Vice President
[Please print name of individual signing]
D. NON -COLLUSION PROVISION CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association,
or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free
competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding
documents will make the bid nonresponsive and not eligible for award consideration.
E. LOBBYING CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that:
I. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council
Member of Congress in connection with the awarding of any City Contract.
2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence a member of City Council or an officer or employee of the City in connection with this contract,
the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance
with its instructions.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "D' , Nion/Lobbying Certification, is truthful and correct at the time of submission.
'37
AFFIANT SIbNATUKE
Rick V. Baldocchi P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Oranae
The foregoing instrument was executed before me this day of 201?, by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc. who
pgersonally-swgre or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is pe_ _ rsonalTy
known to me OR has produced as identification.
V"'—w
JenniferE. Sisk
NOTARY PUBLIC
STATE OF FLORIDA NO PUBLIC, tate of A4CP-1�A Comm# GG107879
(stamp) ' 19
Ex l✓qV§WV?JMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'`Failure to submit this form may be grounds for disqualification of your submittal`''
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 a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions.
By the signature(s) below, I1 e, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "E", Drug -F a Workplace Certification, is truthful and correct at the time of submission.
AFFIANT SIGNATURE
Rick V. Baldocchi, P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this ,W> day of 20/
L by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc. who
Wxsonally� ore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and7ho is persona
known to me R has produced as identification. --
pity, Jennifer s
NOTARY PUBLIC
=STATE OF FLORIDA NOT 2 Y UBLIC, State of t �2iC1r1
(stamp) +; ' Comm# GG10i870
Au- E 1E6 f? �D SUBMIT WITH YOUR RFQ RESPONSE — (if applicable)
43
City of Sanford Finance Department I Purchasing
DivisionCITY
u�h
OF
300 N. Park Avenue Suite 243 2°d Floor Sanford Florida 32771
ikF� 'L�
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
CONSULTANTS COMPETITIVE
FINANCE LLPraMh,PO
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "E" Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFQ response.
In order to have a drug-free workplace program, a business shall:
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations
of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace,
any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement
specified in the first paragraph.
D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or
contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is
available in the employee's community, by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions.
By the signature(s) below, I1 e, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "E", Drug -F a Workplace Certification, is truthful and correct at the time of submission.
AFFIANT SIGNATURE
Rick V. Baldocchi, P.E.
Typed Name of AFFIANT
Vice President
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this ,W> day of 20/
L by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc. who
Wxsonally� ore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and7ho is persona
known to me R has produced as identification. --
pity, Jennifer s
NOTARY PUBLIC
=STATE OF FLORIDA NOT 2 Y UBLIC, State of t �2iC1r1
(stamp) +; ' Comm# GG10i870
Au- E 1E6 f? �D SUBMIT WITH YOUR RFQ RESPONSE — (if applicable)
43
r.iry of
���
firdAP: ('r LLi'AI9T'htEKT/
City of Sanford Finance Department I Purchasing
Division
300 N. Park Avenue Suite 243 2"a Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
r `
`
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "F"
Acceptance of Proposal Terms and Conditions
I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions
stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide
by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in
Attachment "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: AVCON, Inc.
Mailing Address: 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone Number: 407.5 9.1122 Fax Number: 407.599.1133
Z I 11al, Rick V. Baldocchi, P.E.
Authorized Signatory Printed Ne
anc
Vice President y /` /
Title ate
STATE OF Florida
COUNTY OF Orange
E-mail Address: rbaldocchi@avconinc.com
FEIN: 59-2890463
The foregoing instrument was executed before me this i' iii day of 20_2, by
Rick V. Baldocchi, P.E. as Vice President ofAVCON, Inc. _ who
._personally -swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, d- -who is personally
known to has produced as identification.
�IORY Jennifer E. Sisk �J
NOTARY PUBLIC
o�NOT, I�UBLIC, State of /Gy4/D,�
STATE OF FLORIDA
(stamp) 4�1 Comm#k GG107879
s'Nce lslt:o Expires 6/23/2021
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'Failure to submit this form may be grounds for disqualification of your submittal"10
0
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: 06/25/2018
Addendum No. 2 Dated: 06/11/2018
Addendum No. 3 Dated: 06/20/2018
Addendum No. 4 Dated: 07/26/2018
Addendum No. Dated:
By the signature(s) below, Uwe, 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:
AVCON, Inc.
Mailing Address: 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone Number: 407.599.1122Fax Number: 407.599.1133 E-mail Address: rbaldocchi@avconinc.com
Rick V. Baldocchi, P.E. FEIN: 59-2890463
Ir
Authorized Signatory Printed NTe
Vice President -� 67 8"
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
12V'Failure to submit this form may be grounds for disqualification of your submittal"O
45
City of Sanford ( Finance Department ( Purchasing
Division
CITY OF
300 N. Park Avenue Suite 243 2"a Floor, Sanford Florida 32771
,
Phone: 407-688-5028, or 5030 1 Fag: 407-688-5021
,k�40
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
iy�I
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: 06/25/2018
Addendum No. 2 Dated: 06/11/2018
Addendum No. 3 Dated: 06/20/2018
Addendum No. 4 Dated: 07/26/2018
Addendum No. Dated:
By the signature(s) below, Uwe, 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:
AVCON, Inc.
Mailing Address: 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone Number: 407.599.1122Fax Number: 407.599.1133 E-mail Address: rbaldocchi@avconinc.com
Rick V. Baldocchi, P.E. FEIN: 59-2890463
Ir
Authorized Signatory Printed NTe
Vice President -� 67 8"
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
12V'Failure to submit this form may be grounds for disqualification of your submittal"O
45
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:
umhasi ngnsa n fordfl-=--
IFB 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNE
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 #1 to IFB 17/18-33 Professional Consulting Services- (CCNA)
AVCON, Inc.
rbaldocchi@avconinc.com
Name of Finn/Company Contact Email
5555 E. Michigan Street, Suite 200 Orlando, FL 32822
Street Address City, State, Zip Code
407.5991122 407.599.1133
Telephone Number Fax Number
Rick V. Baldocchi, P.E. Vice President/Project Manager
Authorized PersonPrinted Name Authorized Person Title
Authorized Person Signature Date of Signature
CITY OF
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 X Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
Ra lIasingrasanfordIME
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN2
Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I
just submit our qualifications for the project? If there are precert forms, can you direct me to
them? I'm not finding them on your website.
AT No additional documents to process for pre -certification. The committee will evaluate each
proposal based on the qualifications.
H. CLARIFICATIONS:
a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted
as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA.
b. Attachment "F" has been revised please complete and process with the proposal.
c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as
Additional Information.
d. GSA Form SF -330 has been broken down in sections, please follow Section S for instructions.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
AVCON, Inc.
Name of Firm/Company
5555 E. Michigan Street, Suite 200
Street Address
407.599.1122
Telephone Number
Rick V. Baldocchi, P.E.
Authorized Person Printed Name
Authorized Person Signature
2
rbaldocchi@avconinc.com
Contact Email
Orlando, FL 32822
City, State, Zip Code
407.599.1133
Fax Number
Vice PresidentlProject Manager
Authorized Person Title
— --� J 3v i e -
Date of Signature
City of Sanford I Finance Department
Purchasing Division
CITY Cl F 300 N. Paris Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
Phone: 407-688-5028 or 50301 Fax: 407668-5021 1 Email:SkNFpurchasing a.sanfordit
. ovORD. ov #3
FINANCE DEPARTMENT RFQ 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 5.
II. CLARIFICATIONS:
a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been
provided, please review and executed and process with the proposal.
b. Read Section S for special instructions on SF 330 form.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
AVCON, Inc. rbaldocchi@avconinc.com
Name of Firm/Company Contact Email
5555 E. Michigan Street, Suite 200 Orlando, FL 32822
Street Address City, State, Zip Code
407.599.1122 407.599.1133
Telephone Number Fax Number
Rick V. Baldocchi, P.E. Vice President/Project Manager
Authorized PersonPrinted Name Authorized Person Title
Authorized erson Signature . Date of Signature
3
/elf j1J �
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
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 44 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
AVCON, INC.
Name of Firm/Company
5555 E. Michigan Street, Suite 200
Street Address
407.599.1122
Telephone Number
Rick V. Baldocchi P.E.
Authorized Per n Printed
ame
Authorized Nrson Signature
9
rbaldocchi@avconinc.com
Contact Email
Orlando, FL 32822
City, State, Zip Code
407 599.1133
Fax Number
Vice President
Authorized Person Title
Date of Signature
City of Sanford I Finance Department I Purchasing
Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
A NF Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
1arv��F �_PkD,1F^°r CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "H" Organizational Information
The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers.
In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing
this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include:
A. A copy of the Articles of Incorporation listing the approved signatories of the corporation.
B. A copy of a resolution listing the members of staff as authorized signatories for the company.
C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company.
By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "H", Organizational Information, is truthful and correct at the time of submission.
Proposer/Contractor Name:
AVCON, Inc.
Mailing Address- 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone be • 07.599 '122 Fax Number: 407.599.1133 E-mail Address: rbaldocchi@avconinc.com
Rick V. Baldocchi, P.E. FEIN: 59-2890463
A thorized Signatory rinted Name
Vice President `� 3 U fi
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal
46
TYPE OF ORGANIZATION
(Please place a check mark (✓) next to app licable e)
X
Corporation
Partnership
Non -Profit
Joint Venture
Sole Proprietorship
Other (Please specify)
State of Incorporation
Florida
Principal Place of Business
(Enter Address)
5555 E. Michigan Street, Suite 200
Federal I.D. or Social Security
Number
59-2890463
By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "H", Organizational Information, is truthful and correct at the time of submission.
Proposer/Contractor Name:
AVCON, Inc.
Mailing Address- 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone be • 07.599 '122 Fax Number: 407.599.1133 E-mail Address: rbaldocchi@avconinc.com
Rick V. Baldocchi, P.E. FEIN: 59-2890463
A thorized Signatory rinted Name
Vice President `� 3 U fi
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal
46
I certify fi-om the records of this office that ANCON, INC. is a corporation
organized under the laws of the State of Florida, filed on May 5, 1988.
The document number of this corporation is K22990.
I further certif l that said corporation has paid all fees due this office through
December 31, 2018, that its most recent annual report/uniform business report
was filed on January 16, 2018, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under nty hand and the
Great Seal offft e State of Florida
at Tallah awe e, the Capita, this
the Sixteenth day of January, 2 018
1(� 1
Secretary of State
Tracking Number-, CC8064741134
To authenticate this certificate,visit the following site,enter this number, and then
follow the instructions displayed.
https:flservices.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT
FILED
DOCUMENT# K22990
Jan 16, 2018
DCP
Secretary of State
Entity Name: AVCON, INC.
CC8064741134
Current Principal Place of Business:
City -State -Zip:
5555 EAST MICHIGAN STREET
Title
SUITE 200
Name
ORLANDO, FL 32822-2779
Address
Current Mailing Address:
5555 EAST MICHIGAN STREET
SUITE 200
ORLANDO, FL 32822-2779 US
FEI Number: 59-2890463 Certificate of Status Desired: Yes
Name and Address of Current Registered Agent:
SINGH, SANDEEP
5555 EAST MICHIGAN STREET
SUITE 200
ORLANDO, FL 32822 US
The above named entity submits this statement for the purpose of changing its registered ofte or registered agent, or both, in the State of Florida.
SIGNATURE:
Tide
Electronic Signature of Registered Agent
Officer/Director Detail
Title
DCP
Name
SINGH, SANDEEP
Address
11138 BRIDGE HOUSE RD.
City -State -Zip:
WINDERMERE FL 34786
Title
ST
Name
KRISS, JAMES A
Address
9348 THURLOE PLACE
City -State -Zip:
ORLANDO FL 32827-7003
Tide
VP
Name
BALDOCCHI, RICHARD V
Address
2301 FORREST ROAD
City -State -Zip:
WINTER PARK FL 32789
Title
RM
Name
LEWIS, VIRGIL L
Address
604 SAILBOAT DRIVE
City -State -Zip:
NICEVILLE FL 32578
im
I hereby certify drat the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that t am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: SANDEEP SINGH PRESIDENT 01/16/2018
Electronic Signature of Signing Officer/Director Detail Date
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email:
ggLr hasing2sanfordn.eov
R.FQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CC®tA
Attachment "K"
Proposed Schedule of Subcontractor Participation
❑ No Subcontracting (of any kind) will be utilized on this project.
Solicitation Number: RFQ 17/18-33
Title: Professional Consulting Services (CCNA)
Total Project Amount: $ 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
Florida DBE
Echo Utility Engineering & Surveying, DBE
Survey and Mapping
TBD
TBD
81-4903266
N/A
Universal Engineering Sciences, Inc.
Geotechnical Engineering
TBD
TBD
59-1117804
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, Uwe, 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: AVCON, INC.
Mailing Address: 5555 E. Michigan Street, Suite 200, Orlando, FL 32822
Telephone Num er: 407.599 122 Fax Number: 407.599.1133 E-mail Address: rbaldocchi@avconinc.com
Rick V. Baldocchi 59-2890463
— L I/s/ FEIN:
Authorizedignatory Printed Na
Vice President�^j''
Title D to
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
Failure to submit this form may be grounds for disqualification of your submittal"®
4
Is authorized under the prov
to the public through a Prof4
Expiradow 2/28/2019
Audit No: 228201904483 R
&1-BPE
to offer engineering services
Chapter 471, Florida Statutes.
CA Lic. No:
5057
State of F1 orloc'm
Board of Professional Engineers
Attests that
Ri(ihard' rn Baldocchi, P.E.
terryg
Is licensed as a Professional gngineer vtx4lef Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E. / 81 Lic. No:
Audit No: 228201927580 S1 SPECIAL ISPE CTOR 38092 1019
W.
Request for Taxpayer
Give Form to the
Form
Identification Number and Certification
requester. Do not
(Rev. November 2017)
Department of the Treasury
send to the IRS.
Internal Revenue Service
► Go to www.irs.gov/FormW9 for instructions and the latest information.
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
AVCON, INC.
2 Business name/disregarded entity name, if different from above
c'3
CD
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the
4 Exemptions (codes apply only to
Ca
following seven boxes.
certain entities, not individuals; see
CL
instructions on page 3):
o
ElIndividual/sole proprietor or ❑ C Corporation ❑✓ S Corporation ❑ Partnership F-1 Trust/estate
m
91 C
single -member LLC
Exempt payee code (if any)
�
❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ►
p
Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check
Exemption from FATCA reporting
- w
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
codeif an
code(if
= 5
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that
IL
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
M
❑ Other (see instructions) 0-
(Appbes to accounts maintained outside the U.S)
a
N
5 Address (number, street, and apt. or suite no.) See instructions.
Requester's name and address (optional)
5555 E Michigan Street, Suite 200
6 City, state, and ZIP code
Orlando, FL 32822
7 List account number(s) here (optional)
IM
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, fora
resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other
FM
-111-=
entities it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later. or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number
Number To Give the Requester for guidelines on whose number to enter.
5 9- 1 2 1 8 1 9 1 0 1 4 1 6 1 3
JIMM Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
�ryrr Signature of
Here I U.S. person ►
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FOrmW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099 -INT (interest earned or paid)
Date b, 07/31/18
• Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X 6-1 Form W-9 (Rev. 11-2017)
2a. FIRM (OR BRANCH OFFICE) NAME
AVCON, INC.
2b. STREET
5555 E. Michigan Street, Suite 200
2c. CITY 2d. STATE 2e. ZIP CODE
Orlando FL 32822
6a. POINT OF CONTACT NAME AND TITLE
Rick Baldocchi, P.E., Vice President / Principal -in -Charge
6b. TELEPHONE NUMBER 6c. E-MAILADDRESS
(407) 599-1122 RVB@avconinc.com
3. YEAR ESTABLISHED 1 4. DUNS NUMBER
1988 60-672-0266
5.OWNERSHIP
a. TYPE
Corporation
b. SMALL BUSINESS STATUS
Small Business, DBE, MBE
7. NAME OF FIRM (If block 2a is a branch office)
0 0
Total 1 96 27
11. ANNUAL AVERAGE PROFESSIONAL SERVICES
REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index numbershown at fight)
a. Federal Work 3
In. Non -Federal Work 8
c. Total Work 8
a. SIGNATURE
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
B. DATE
July 31, 2018
c. NAME AND TITLE
Rick Baldocchi, P.E., Vice President/ Principal -in -Charge
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004)
MANDATORY USE DATE OF FORM 5/1/2004
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
(1) FIRM (2) BRANCH
a. Profile
Code
b. Experience
C. Revenue
Index Number
(see below)
02
Administrative
21
5
A05
Airports; Navaids; Airport Lighting; Aircraft Fueling
6
08
CADD Technician
15
4
A06
Airports; Terminals & Hangars; Freight Handling
4
12
Civil Engineer
30
14
B02
Bridges
4
15
Construction Inspector
6
4
C18
Cost Est; Cost Eng& Analysis; Param. Cost.; Forecas
1
21
Electrical Engineer
3
0
D04
Design -Build . Preparation of Requests for Proposals
1
42
Mechanical Engineer
4
0
E02
Educational Facilities; Classrooms
3
57
Structural Engineer
1
0
H07
Highways; Streets; Airfield Paving; Parking Lots
6
60
Transportation Engineer
4
0
106
Irrigation; Drainage
1
Airport Planner
4
0
001
Office Buildings; Industrial Parks
1
Engineering Intern
8
0
P05
Planning (Community, Regional, Areawide & State)
1
P06
Planning (Site, Installation, & Project)
2
P13
Public Safety Facilities
1
R03
Railroad; Rapid Transit
1
R04
Recreation Facilities (Parks, Marinas, Etc.)
2
S09
Structural Design; Special Structures
2
S13
Storm Water Handling & Facilities
2
T03
Traffic & Transportation Engineering
2
UO3
Utilities (Gas and Steam)
1
W03
Water Supply; Treatment & Distribution
1
Z01
Zonino; Land Use Studies
1
0 0
Total 1 96 27
11. ANNUAL AVERAGE PROFESSIONAL SERVICES
REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index numbershown at fight)
a. Federal Work 3
In. Non -Federal Work 8
c. Total Work 8
a. SIGNATURE
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
B. DATE
July 31, 2018
c. NAME AND TITLE
Rick Baldocchi, P.E., Vice President/ Principal -in -Charge
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004)
MANDATORY USE DATE OF FORM 5/1/2004
�a
City of Fort Walton Beach
„
The Treasure of the Emerald Coast
1.07 Miracle Strip Parkway, SW * Fort Walton Beach, H 32548
rk° (850) 833-9504 Fax (850) 833-9640—'
TDD (850) 833-9925
March 2, 2016
Mr. Lee Lewis
Regional Manager
AVCON INC.
310 Bayshore Drive, Suite A
Niceville, Florida 32578
Reference: Letter of Recommendation
Facilities Inventory and Operational Assessment
City of Fort Walton Beach, Florida
Dear Lee:
This letter of recommendation is provided in response to the exceptional professional services provided by
your firm as part of the recent City of Fort Walton Beach Facilities Inventory and Operational Assessment
project. AVCON's experience with operational assessments and existing facility inventories was evident
through each phase of this project.
Your facility planning expertise allowed the City to understand the existing condition of all facilities owned
and maintained by the City of Fort Walton Beach. This facilities inventory included the following City assets:
1. Public Works Complex which constitutes:
o
Utility Field Office
o
Warehouse/GIS Office
o
City Garage
o
Welding Shop
o
Parks and Recreation
o
Sewer Collections, and
o
Facility Maintenance.
2. City Hall Complex which constitutes:
o
City Hall
o
City Hall Annex
o
City Council Chambers
o
Auditorium
o
Bathrooms/Mechanical Room
o
Ball Field Bathrooms
3. Two fire stations
4. Police Station
5. Sanitation Facility
6. Museum Complex
7. Library
8. Beal Memorial Cemetery
9. City of Fort Walton Beach Recreational
Complex
10. Golf Course
11. Tennis Center
12. Old City Hall
In addition to the facilities inventory, a capital improvement plan (CIP) was prepared which itemized the
repairs required for each facility over the 1, 5, 10, and 20 -year planning periods and recommends building
replacement budgets for facilities which have reached their effective service life. This CIP will assist the City
in allocating budgets for the general maintenance and repairs required to maintain and extend the service life of
each facility.
Letter of Recommendation
Facilities Inventory and Operational Assessment
City of Fort Walton Beach, Florida
The final task of this project was to conduct an operational assessment for each City facility which housed a
specific City department or function. This analysis considers data collected during existing document review,
facility walkthroughs, and employee surveys to assess spatial relationships amongst the varying City
departments. Each department's assigned workspace size was benchmarked against those published by the
Government Services Administration (GSA). The results of this operational assessment were utilized to
develop the CIP and assist the City in making decisions regarding future facility consolidations and new
facility development.
Working with AVCON has truly been a pleasure. AVCON endeavored to minimize the City's day-to-day
involvement on this project so the City could focus on other tasks. We are very pleased with the capital
improvement program which is assisting the City in budgeting improvements over the next 20 years. The work
was authorized by the City on January 27, 2015 and the assessment was completed on-time in April 2015. We
look forward to working with you during the next project.
Sincerely,
Michael D. Beedie, P.E.
City Manager
City of Fort Walton Beach
GREATER ORLANDO
AVIATION AUTHORITY
September 1, 2016
To whom it may concern:
Reference: Letter of Recommendation, AVCON, INC.
Airport and Civil Engineering and On -Call Consulting
Master Planning and Construction Phase Services
Orlando International and Executive Airports
Dear Sirs:
I have had the pleasure of working with Jim Kriss, Sandeep Singh, Rick Baldocchi, Carl Johnson and Robert Palm of AVCON for more
than 20 -years as their client representative. During nearly three decades of service to the Greater Orlando Aviation Authority,
AVCON has demonstrated the highest degrees of professionalism and commitment both to the staff and to the airport community.
Having served more than 12 different Executive Directors with varying philosophical approaches to the operation and development
of the airports is a testament to their cooperative nature, unwavering commitment to excellence, teaming flexibility, support of the
technical staff, and doing what it takes to ensure the best interests of the airports. As one of the Authority's continuing consultants
(a role they have held for more than 25 consecutive years), AVCON is called upon to address a broad spectrum of work tasks,
including use of various subconsultants. In each instance, they have led the project team in such a manner as to provide seamless
delivery to the Authority. In serving the Authority, AVCON has completed over 400 tasks and managed dozens of consultants during
their tenure with GOAA. Our Engineering Staff and Small Business Staff regularly use them as an example of how to do business
with the Authority.
AVCON's principals have been involved with design or planning studies for virtually all of the airfield pavements at OIA. They also
provided the lead civil design role for the initial new south terminal complex design, and continue to serve on the implementation of
this modified program current underway. Through the various roles in these programs, they have continuously provided leadership
in all the projects on which they were involved. Some of the related types of tasks accomplished during their continuing engineering
service's role include:
Taxiway and Vehicular Bridges
Roadways and Parking
ARFF and Support Facilities
Airfield Pavement Management
Enplane Drive Rehabilitation
Taxi and Bus Staging
Cell Lot Construction
Parking Garage Inspection
Highmast Lighting
LED Airfield Lighting
Airfield Signage /Vaults
GSE and Aircraft Gate Planning
Utility Coordination / Design
CA Services
Hangar Design
Fuel Farm Modifications
South Terminal Civil Design
MEP and Fire Protection
Airspace Analysis
Commercial Power Coordination
Structural Inspections/Reports
APM Structural Repairs
Painting of Structural Steel
Security Access and Fencing
Among the highlights of the challenges and solutions accomplished by AVCON are:
- Development of standard practice of multiple bid packages or bid schedules to enhance flexibility in project funding;
- Excellence and consistency in all aspects of the technical, administrative and financial management of their team;
- Interaction with executive, administrative and technical staff of the airports and agencies to secure timely project input;
- Innovation and development of updated technical specifications for paving (P-401SP) and lighting (LED) to maintain state-of-the-
art performance objectives of the Authority;
- Timely and effective construction administration services, committed to insisting on achieving a quality finished products;
- Expert Coordination with FAA, FDOT, South Florida and St. Johns Management District, USACOE, and City of Orlando; and
- Overall commitment to the quality, continuity and consistency of all their work products, including all levels of their teams.
Based on the exceptional service provided by AVCON throughout the years, GOAA has been able to achieve all of the design and
construction quality goals of the AVCON projects. We recognize them as experts in airfield pavement and lighting designs as well as
general on-call, full-service engineering capabilities. They know and understand construction in the field, along with costs and
schedules. They have met all our engineering needs and have served us well. Based on their work and continuing services to the
Authority for over two decades all across OIA and OEA, we would be pleased to recommend AVCON for the implementation of any
aspects of airport planning, design, construction administration or other continuing services role in their areas of expertise without
limitation.
Sincerely,
Grea �IC
nAvn Authority
Mark . Birkebak, AIA
Director of Engineering
April 10, 2014
Reference: Letter of Recommendation
AVCON Professional Consulting Services
Comprehensive Project Management and Engineering Design for Wooton Park
City of Tavares, Florida
To whom it may concern:
In 2006, the City of Tavares collectively developed a vision to become "America's Seaplane City." The
City realized that success would require the assistance of a professional consulting firm to evaluate and
license a new public -use seaplane landing area on Lake Dora per state and federal requirements. Through
our qualification -based selection process, the City of Tavares was fortunate to contract with AVCON,
INC., a dependable and effective consulting partner best qualified to help implement our plan.
AVCON assisted the City in obtaining the state license adjacent to our six -acre multi -use Wooton Park
facility. The park serves as a regional destination waterfront venue as well as a trailhead and multi -modal
facility. In addition to demonstrating that the proposed seaplane landing area complied with Chapter 14-
60 F.A.C. with associated public coordination, AVCON also evaluated zoning regulations, wildlife
attractants, potential obstructions, minimum facility requirements, and planned utility improvements.
More recently, AVCON was instrumental in improving water quality and the environmental condition of
the lakeshore by clearing nuisance plant species and enhancing other natural shoreline vegetation. The
work included de -mucking of the shoreline and removal of construction debris. The lake bottom has been
returned to its orginal sand bottom near the shore and the shoreline slope has been reinforced with a
geotextile fabric and sod to eliminate future erosion and sediment runoff into the lake.
AVCON continues to provide the City of Tavares with reliable and responsive consulting services. The
ongoing Wooton Park Expansion project consists of planning, design, and engineering of future
improvements and expansion to the park and waterfront area. AVCON is responsible for providing a
comprehensive approach to all aspects of the project such as identification of grants, grant applications,
procurement, management, reimbursement processing and closeout. Services also include design,
permitting, bid document preparation, and coordination in the CM -at -risk process.
From the original licensing to the ongoing expansion, AVCON has always been accountable to the City
and continues to represent our best interests in each task performed. Through a wide range of roles,
AVCON continues to demonstrate a level of professionalism important to maintaining the economic
growth of our community. We appreciate the outstanding work performed by your firm and are pleased to
provide our recommendation of AVCON for similar work. If you have any questions, please feel free to
contact me at 352-742-6209.
Sincerely,
A 4 �
Jolm H. Drury, A.A.E.
City Administrator