Loading...
2022 RFQ 17/18-33 CCNA GeosyntecFINANCE DEPARTMENT Thursday, December 20, 2018 '1"0: City Clerk/Mayor ISE: I~1 \ r-3 C The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ . Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies ❑ Special Instructions: Li,'I. 60j04t zi jev- From SharePoint Finance Purchasing Forms - 2018.doc 2-71 � cl Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND GEOSYNTEC CONSULTANTS, INC. FOR SOLICITATION NUMBER: RFQ 17/18-33 3 A. V THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this A. 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 GEOSYNTEC CONSULTANTS, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 160 North Westmonte Drive; Suite 1200; Altamonte Springs, Florida 32714. 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 Page services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the 21Pa(7e 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, CHIC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formai 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 1 P a g e Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONSULTANT, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this instrument for the purpose herein expressed. I Attest: viuvl' Traci riouchin, CIVIC, FORM, City Clerk plt4 bt.t.o. ok `Q Approved as to form and Legality: liam L. Colbert, Esquire it ttornev y /wvl §W SIGNATURE BLOCK FOLLOWS: 4 1 P a g e Attest: cz X Sdwoew Vice President THE CONSULTANT By: 5 1 P a g e Qua /ications COP)j OR PURCHASING DIVISION 300 N. Park Ave., Suite 243 2"d Floor Sanford, FL 32774 Mark Ellard, PE, CFM, D.WRE 1 1511 East State Road 434, Suite 1005 1 Winter Springs, FL 1407.321.7030 r '` CITY OF Professional Consulting Services 4 SANFOR�► ............... - ..-._ ..._._............. _ 0.. . � L'�A� FLORIDA FAIEM Letter of Transmittal Experience of Key Personnel and Ability to Service the City Standard Form 330 Part I, Sections A, B, C, D, and E ........................................................ 1 Litigation Statement Financial Information Certificate of Insurance Business Tax Receipt TAB B SIMILAR PROJECTS Awards and Accomplishments.................................................................................18 Standard Form 330 Part I, Section F, G, and H .........................................................20 References (Attachment 1) TAB C PROJECT APPROACH TechnicalApproach..................................................................................................32 Adequacyof Resources.............................................................................................43 Specific Services to be Performed............................................................................33 Managementand Schedule......................................................................................44 InnovativeConcepts.................................................................................................46 TAB D RFQ SOLICITATION RESPONSE REQUIRED FORMS Insurance Certificate (Attachment B) Conflict of Interest (Attachment C) Non-Collusion/Lobbying Certification (Attachment D) Drug Free Workplace Certification (Attachment E) Acceptance of RFQ Terms and Conditions Certification (Attachment F) Addenda Acknowledgement (Attachment G) Addenda Signature Pages Corporate Standing and Authorized Signatories (Attachment H) Authorized Signatory Letter Proposed Schedule of Subcontractor Participation (Attachment K) Proof of Licenses/Certifications Geosyntec Florida Engineering License Florida Department of State Certificate of Good Standing W-9 Form Standard Form 330, Part II Disputes Disclosure Form Florida Statutes on Public Entity Crimes Certificate of Non -Segregated Facilities Compliance with the Public Records Law Respondent Business Information Affidavit Geosyntec consultants CITY OF Professional Consulting Services S FORD 0 FLORIDA Letter of Transmittal Standard Form 330 Part 1, Sections A, B, C, D, and E Litigation Statement Financial Information Certificate of Insurance Business Tax Receipt GeosynleO' consultants Geosyntec consultants City of Sanford Purchasing Division 300 N. Park Avenue, Suite 243, 2nd Floor Sanford, FL 32771 RE: Solicitation RFQ 17/18-33 Professional Consulting Services — CCNA To the Selection Committee: 1511 East State Road 434, Suite 1005 Winter Springs, FL 32708 PH 407-321-7030 www_geosyntec.coni July 31, 2018 Geosyntec Consultants, Inc. (Geosyntec) currently provides similar stormwater engineering and management services to numerous municipalities in Florida and has completed dozens of municipal stormwater study, design, permitting, and construction projects in the past several years. As a local stormwater management consulting firm nationally recognized for our technical expertise, innovative solutions, and client service, Geosyntec is excited about the opportunity to provide Stormwater Services to the City of Sanford. Our goal is to provide most favored client status to the City and exceed the contract expectations. We will accomplish this goal by leveraging our familiarity with the City's needs, as well as our experience with other Florida municipalities. Geosyntec is a multidisciplinary consulting firm comprised of nearly 1200 engineers, scientists, and support staff with a vast amount of experience in providing consultation for the above services. Daily, Geosyntec provides Florida municipalities with design, modeling, planning, analyses, and construction administration support for capital improvement projects. We maintain a strong reputation for practice leadership, broad experience, technological innovation, and exceptional client service. Our professionals continue to develop new technology applications and capabilities. Our applied research partnerships with leading universities, NASA, ASCE, WERF, EPA and other organizations have identified innovative methods for the management of urban watersheds to reduce pollutant loadings and mitigate impacts from severe weather events. Geosyntec's Winter Springs office is located just minutes from City offices. From this location we provide similar stormwater services to a number of local central Florida municipalities including Seminole County, Casselberry, Orange County, Winter Park, Osceola County, Titusville, Lakeland, Cape Canaveral, and Brevard County. en<,.ineers I scientists I innovators "I have worked with Lee Mullon and dark Ellard and have managed Geosyntec as a consultant on stormwater management and water resources projects. They have been consistently responsive and timely in meeting the needs of my projects and my organization. Geosyntec has proven to be highly effective in their ability to coordinate with multiple agencies." Melissa Lavigne Orange County, FL "As consultants, they have looked out for the client's best interests and deliver quality, technical products that meet and exceed expectations." Jeff Ratliff City of Cape Canaveral, FL City of Sanford Purchasing Department 31 July 2018 Page 2 - Our proposed Contract Manager and Principal in Charge, Mark Ellard, PE, CFM, D.WRE, has over 28 years of experience providing solutions to municipal clients' civil infrastructure, - stormwater retrofit, watershed management, and pollutant reduction strategy challenges. Mr. Ellard has served as Project Manager and/or Principal in Charge on over 200 civil, water resources, and environmental projects for Federal, State, County and City government clients since 1990. His water resources expertise includes diverse stormwater management and water quality assessment projects, including watershed management, master planning, hydrological and hydrodynamic modeling, pollutant load assessment, NPDES compliance, environment resource permitting, hydrologic and hydraulic and groundwater flow modeling, and water quality monitoring. The project team includes the following lead project engineers: ® Lee Mullon, PE, CFM — Over 16 years' experience in civil engineering, lead for stormwater system design and permitting, construction oversight, integrated water resources solutions "Our success was clearly a result of the professional expertise, commitment to excellence, and moral integrity you find at all levels of Geosyntec." John Regan City of St. Augustine, FL "Geosyntec has consistently produced high quality project work, met deadlines and budget goals. Geosyntec is responsive, proactive and innovative in their resources and recommendations." Laurie Smith City of Lakeland, FL ® Erin Reed, PhD, PE — Over 15 years' experience in environmental engineering, lead for TMDL basin evaluations, water quality modeling, groundwater modeling ® Thomas Amstadt, PE, CFM — Over 14 years' experience in civil engineering, lead for watershed and stormwater hydrologic & hydraulic modeling, stormwater retrofits ® Mike Hardin, PhD, PE, CFM — Over 13 years' experience in environmental engineering, lead for stormwater BMP and nutrient reduction strategies and design, water quality monitoring These core technical leads are further supported with ancillary engineering, CADD & GIS staff support that can address any project need. If additional expertise is needed, Geosyntec can leverage its national stormwater leaders to bring added value as technical peer reviewers to the project. Geosyntec is perfectly positioned to meeting the technical challenges required for successful project completion. Geosyntec greatly appreciates being considered by the City of Sanford as a provider of professional stormwater services. The enclosed statement of qualifications demonstrates our understanding of the nature of the work, our Team's competency to meet the technical requirements of any project assigned, and our effective approach to project completion. Sincerely, GEOSYNTEC CONSULTANTS PIE,Mark Ellar PE, CFM, D.WRE Senior Principal & Principal -in -Charge engineers I sClentisus I innovators Jim angeVch,7PE. BCEE Senior Principal & Vice President aRb Inc. 1D11 C JPS 434, JUIUC 1UU7 « Stormwater Management Winter Springs, FL 32708 ® CHECK IF BRANCH OFFICE Geosyntec Page 1 consultants dl"% CITY OF V; NANi�uRD FLORIDA Geosyntec Page 2 Mark Ellard, PE, CFM, D.WRE Principal-in-Charge1 28 s 15. FIRM NAME AND LOCATION (Cityand State) Geosyntec Consultants, Winter Springs, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 117. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Engineer — Florida No. 48073 M.S., Water Resources Engineering, University of Central ASFPM Certified Floodplain Manager, US -09-04415 Florida, 1995 AAWRE — Diplomate, Water Resources Engineer, 00611 B.S., Civil Engineering, Georgia Institute of Technology, 1989 FDEP Cert. Stormwater Erosion & Sedimentation Control Inspector, #22318 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Ellard has served as Project Manager on over 200 water resources and environmental projects for Federal, State, County and City government clients since 1990. His water resources expertise includes diverse stormwater management and water quality assessment projects, including watershed management, master planning, hydrological and hydrodynamic modeling, NPDES compliance, environment resource permitting, hydrologic and hydraulic and groundwater flow modeling, water quality assessments (pollutant loading modeling and BMP design) and water quality monitoring. Mr. Ellard has extensive experience with GIS applications for spatial analysis, planimetric and thematic mapping, and data representation. He has conducted numerous projects utilizing expertise with stormwater modeling with (CPR and SWMM and groundwater modeling with MODFLOW. Additionally, Mark has overseen permitting efforts with State and local agencies, design plans and specifications preparation, and construction oversight and certification. Mr. Ellard also has previous experience with contamination assessment and remedial action activities for industrial and hazardous waste facilities and petroleum cleanup sites, as well as environmental assessments for property transactions. (1) TITLE AND LOCATION (City and State) Woodsmere Watershed Management Plan and Stormwater Pump Station Evaluation - Orange PROFESSIONAL SERVICES County, FL 2011-2012 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm (2) YEAR COMPLETED CONSTRUCTION (If applicable) N/A The Woodsmere Stormwater Pump Station is located in unincorporated Orange County on the south side of Silver Star Road, approximately 1000 feet west of Pine Hills Road. The pump station discharges excess water from a pond which has a contributing watershed area of approximately 1.2 square miles. The pump station and watershed had been studied multiple times previously; as such the County was interested in a comprehensive and up to date study evaluation of the watershed and pump station to replace the previous study efforts. Available data related to the operational characteristics, maintenance, and condition of the pump station and outfall was also collected and compiled. After collecting and compiling relevant watershed and pump station data a LiDAR derived digital elevation model (DEM) was generated and an existing conditions hydrologic/hydraulic model was developed. The model simulation results were utilized to assess level of service (LOS) deficiencies, delineate floodplains, and assess the pump station LOS performance. Separate model scenarios with and without the pump station operating was simulated to evaluate the potential impact removal or failure of the pump station would have on flooding in the watershed. The model results indicated that removing the pump station would potentially have dire consequences for several habitable structures in the watershed during a major rain event. An erosion and sedimentation assessment were also performed based on the field data collected. Finally, the existing conditions analysis results were utilized to develop improvement concept alternatives to address drainage system performance deficiencies, pump station reliability and performance issues, and reduce erosion/sedimentation. The improvement concepts included a narrative description of implementation issues and feasibility, a conceptual sketch, and cost estimate. The study recommended replacement of the aged pumps, reconfiguration of the pump floats, geotechnical analysis to determine long-term bank stabilization solution, and installation Ge©symtec consultants Page 3 of water quality structures at the inflows to the pond. The hydrologic/hydraulic model, watershed data, hydraulic feature inventory data, and topographic data was developed using GIS software and stored in a single geodatabase developed for use in watershed studies. The hydraulic/hydrologic model data was exported from the geodatabase to be imported to the model software (ICPR v3.1) to execute simulations and review results. Project budget: $171,000. Project Manager. Geosynrec,4 Page 4 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bay Lake Water Quality Retrofit - Orange County, PROFESSIONAL SERVICES _CONSTRUCTION (if applicable) FL. 2012-2014 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Bay Lake is listed as TMDL impaired for nutrients (nitrogen and phosphorus). The County EPD received 319 grant funding approval from the FDEP to design and construct two water quality structures e (modular wetlands). The structures are designed to reduce nutrient discharges by uptake using wetland plants and filtration through an engineered media in the units. Design plans, technical specifications, and engineer's cost estimate were generated, and post design services were provided during construction. Geosyntec is currently monitoring influent /effluent of the units under a FDEP approved Quality Assurance Plan. Project budget: $161,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Florida Center Floodplain Assessment - City of PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orlando, FL 2006-2007 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm The Florida Center Floodplain Assessment was a detailed floodplain study for flood sensitive areas within highly urbanized areas of the city that drain to Shingle Creek. Areas included within the evaluation were Universal Studios, the Mall at Millenia, International Drive and segments of Interstate C. 4 and the Turnpike. The goal of this study was to verify and/or establish 100 -year flood elevations in areas currently labeled as Zone "A" (i.e. no base flood elevation determined). This information was then submitted to FEMA for future flood map updates. Included were data collection, site investigation and inventory of significant drainage features, engineering drainage assessments, and 100 -year floodplain modeling using ICPR. All topographic modeling and floodplain data were managed in GIS geodatabases for efficiency in analysis. Project budget: $98,000. Project Manager. (i) TITLE AND LOCATION (City and State) Stormwater Master Plan - Alachua County, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) zoo?-zolo N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE El Check if project performed with current firm This project consisted of the development of a detailed plan for the implementation of a stormwater management assessment program to address flood control, water quality improvements, maintenance, and administration. The master plan included a detailed review of stormwater characteristics, delineation of major watersheds, and the development of a County -wide Hydrological and Hydraulic d. model to evaluate level of service of major drainage facilities and address water quality to meet the requirements of the Orange Creek BMAP. A needs assessment was conducted to summarize flooding, water quality and maintenance deficiencies and how they should be addressed under a proposed stormwater management assessment program to address the stormwater needs over a 10 -year CIP. Project included an extensive public involvement program including public meetings, interested stakeholders meetings, web pages, and County Board meetings to educate the public, solicit support for a proposed stormwater program, and identify how it should be funded. Project budget: $895,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Low Impact Development (LID) design Manual — PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, FL 2011-2013 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm This project included developing a LID Practices Design Manual which provides implementation e guidelines for design and monitoring of a host of LID practices including pervious pavement, bioretention, rain gardens, inlet and tree box filters, and stormwater harvesting. To address County concerns with capital and long-term maintenance costs, this effort included the development of a detailed example project comparing traditional versus LID strategies for the same site, and preparing Geosynrec,4 Page 4 consultants detailed maintenance and monitoring cost projections based on activity schedules. Project budget: <1 RR nnn Prniprt Mnnapar Geosynteccl Page 5 consultants (1) TITLE AND LOCATION (City and State) Anchor Road Drainage & Roadway Improvements (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Seminole County & City of Casselberry, FL 2005-2008 2009 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE El Check if project performed with current firm Anchor Road is a local road located in southwestern Seminole County and runs for approximately 1 mile through a mixed residential and commercial. The project was a study to evaluate an existing stormwater management system's performance and to propose design alternatives to improve drainage, reduce flooding, and to improve water quality treatment. The project discharges to Grassy Lake, which in turn discharges into Gee Creek, a tributary of TMDL water body Lake Jesup. The design included roadway improvements to change the typical section from rural to urban, resurfacing, adding sidewalks, and incorporate safety improvements. Design efforts also included the replacement of a water supply line in the corridor. Conveyance and water quality improvements included the design of f a stormwater sewer system to replace a poorly maintained ditch, expansion of existing ponds for water quality treatment and the addition of a new outfall to Grassy Lake. The new design helped to alleviate flooding issues, provided water quality treatment for runoff, and created a safer, more aesthetically pleasing drainage system along Anchor Road. A hydrological analysis was necessary to insure wetlands in the project corridor were not negatively impacted. Permitting of the stormwater improvements and wetland impacts was necessary with the SJRWMD and included interface with the USACE. Pollutant loading analysis was necessary to meet permit requirements due to the phosphorus reduction goals in the Lake Jesup basin. Roadway improvements necessitated coordination with the FDOT for driveway connection and drainage connection permits due to the connection at State Road 436. Permits with the Florida DEP were also necessary for the water line replacement. Project budget: $150,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Yale Stormwater Basin Study PROFESSIONAL SERVICES CONSTRUCfION(if applicable) Lake County FL 2007-2008 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Lake Yale is part of the upper Ocklawaha Chain of Lakes, and discharges into Lake Griffin near the mouth of the Ocklawaha River. A TMDL has been established for Lake Yale equating to a 10% reduction in phosphorus from stormwater runoff sources. The Study was undertaken to address reduction of g pollutant loads from the approximately 50+ square mile contributing area. The project identified priority pollutant contribution areas and conceptualized BMPs to reduce pollutant loadings from surface runoff. Recommended BMPs included wet detention ponds, enhanced swales, water quality units and wetland enhancement. The BMP recommendations were prioritized to achieve compliance with the TMDL goal if fully implemented. Stakeholder involvement meetings were conducted to gain support for the BMP program. Project budget: $274,000. Project Manager. (1) TITLE AND LOCATION (City and State) Vineland Road Drainage Assessment - City of (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If a pplicable) Orlando, FL 2006 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE F Check if project performed with current firm The project consisted of an approximately 1,110 -acre area which contributed to the Turkey Lake - Vineland Road drainage system and the Lake Marsha Outfall system. This project included evaluation h. of drainage system deficiencies that caused roadway and adjacent structure flooding along Vineland Road. Two alternatives were considered in this study, both of which provided additional outfall for the Turkey Lake Road -Vineland Road storm sewer system to Lake Cane through an existing drainage easement. Alternative design scenarios were evaluated primarily to reduce peak stages at or above the 10 -year/ 6 -hour storm event. Existing and proposed drainage conditions were modeled using the ICPR model. Project budget: $48,000. Project Manager. Geosynteccl Page 5 consultants Geosyntec Page 6 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Little Wekiva South— Riverside Park drive Channel PROFESSIONAL SERVICES CONSTRUCFION(if applicable) Erosion Control - Orange County, FL 2005 2005 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm The project was located north of Riverside Park Drive and west of Forest City Road (SR 434) in north j central Orange County, Florida. The project was undertaken to stabilize a section of stream bank along the Little Wekiva River that had experienced severe erosion as a result of the hurricanes in the fall of 2004. Included in the project was design of riverbank restoration and armoring using rubble riprap. The project was partially funded through emergency restoration funds from the NRCS. All assessment, design, permitting, construction and as -built certification were completed in less than 1 year. Project budget: $97,000. Project Engineer. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Park Manor Subdivision Restoration Project - PROFESSIONAL SERVICES CONSTRUCFION(if applicable) Orange County, FL 2004-2005 2005-2006 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm The Park Manor Subdivision had a canal system that collected runoff from overland flow and a storm sewer system. Historically, the canal had experienced severe erosion and sedimentation problems and had several areas that posed potential safety hazards near the backyards of homes. The final design alterative was to replace the canal with storm sewer pipes. This was selected over canal bank armoring due to the proximity of homes and limited right-of-way. Small swales graded to ditch bottom inlets were proposed above the pipe system for water quality treatment purposes. The most severely eroded portions of the project were constructed as part of an emergency restoration effort funded by the NRCS following the hurricanes of 2004. Project budget: $137,000. Project Engineer. _ (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Howell Creek Water Control Structure PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Replacement - Seminole County, FL I N/a (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm The Howell Creek Water Control Structure Replacement project was undertaken to address a deteriorated concrete grade control structure located in Howell Creek just upstream of Lake Howell k. Road in south central Seminole County. The upstream contributing area is over 10 square miles including areas in Orange County and the cities of Orlando, Winter Park, and Maitland. The project included design of a replacement structure consisting of sheet piles with a concrete cap to form the overflow weir. The design included detailed erosion control measures and a creek bypass plan to address flows during construction. Permitting was necessary through the SJRWMD, USACE, and FDEP due to sovereign submerged lands issues. Project budget: $91,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Monterey Homes Southeast—Southeast Lakes PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Floodplain Study and Updates - City of Orlando, FL 2006-2007 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm This project was part of a Continuing Civil Engineering services agreement with the City to determine 100 -year floodplain stages within urbanized sections of downtown Orlando. The study was focused on i current Zone A areas which did not have a base flood elevation established. A detailed inventory of drainage structures and storage features was conducted to aid in the delineation of subbasins for hydrologic modeling. ICPR was used to model hydrology and hydraulics, and a GIS geodatabase system used to manage data. Floodplain delineations were then utilized to evaluate the potential need for FEMA floodplain map revisions. Lakes addressed by the study included Hourglass, Wade, Crystal, Terrace, Silver, Stillinger, Dover, C, Santiago, G, Lacosta Wetlands and several other depressional areas. Project budget: $70,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Buenaventura Lakes Stormwater Reuse Evaluation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Project - Osceola County, FL 2006-2007 N/A M. (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm The Buenaventura Lakes (BVL) Stormwater Reuse Evaluation project focused on the feasibility of implementing stormwater reuse within BVL's master drainage system. This drainage network consists of a series of interconnected ponds that drain a large residential and former golf course development. Geosyntec Page 6 consultants The drainage system has a history of flooding problems and outfalls in two locations to Boggy Creek and Bass Slough. These water features ultimately discharge into East Lake Toho and Lake Toho, respectively, two impaired lakes. A wastewater treatment plant associated with the development was planned to go offline leaving two large wetland storage areas and subsurface sewer piping unused. The reuse concept evaluated the possibility pumping excess stormwater from the BVL stormwater pond system into the wetland storage areas where it could then be collected and transported out to the subdivisions for irrigation purposes. The evaluation demonstrated that the project concept could be successful in providing an alternate source of irrigation water to the development. Additional benefits would be quicker flood stage relief in the pond system for overall flood reduction, as well as the reduction of pollutant loads leaving the subdivision into the Boggy Creek and Bass Slough receiving waters Project budget: $43 000 Project Manager Geosyntec Page 7 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Royal Trails Flood & Water Quality Study - Lake PROFESSIONAL SERVICES CONSTRUCTION (if applicable) County Public Works, FL 2008-2010 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm The Royal Trails Subdivision is located in northeast Lake County and lies along the northwest of State Road 44. The approximately 3000+ acre subdivision has rural style drainage systems comprised of roadside swales, cross -drains, and outfall ditches. The study area has varied topography and numerous n. lakes, wetlands, and depression areas that make floodplain assessment a challenge. The purpose of the project was to conduct a detailed flood study of the area to prepare for the FEMA map modernization process as well as addressing water quality issues pertaining to the Wekiva Parkway and Protection Act Master Stormwater Management Plan. This included evaluating opportunities for water quality improvements and addressing level of service (LOS) deficiencies with drainage infrastructure. Project budget: $403,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pearl and Prairie Lake Stormwater Outfall PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Improvements - Seminole County Public Works, FL zo11 N/a (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm The Pearl and Prairie Lakes Project was located in south Seminole County bounded to the north by SR 436 and to the east by US 17-92. The project was focused on alternatives to address the Pearl Lake outfall ditch that was severely eroded, silted, and located outside of County right-of-way. The improvements design for this project included acquisition of easements along the Pearl Lake outfall 0. path and replacing the existing outfall ditch with an enclosed storm piping system. The improvements helped maintain the outfall path and provided a safe and more aesthetically pleasing storm sewer outfall without causing any adverse floodplain impacts to the upstream and downstream systems. Public involvement was necessary including meetings with the Pearl -Prairie Lake group to review proposed improvements. An expanded basin analysis was necessary to evaluate properly potential flooding impacts downstream in the County's Gee Creek basin. Permitting was necessary through the SJRWMD to address surface water impacts and lake level management. Project budget: $77,000. Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bithla DistriCtwide Drainage Infrastructure PROFESSIONAL SERVICES CONSTRUCFION(if applicable) Assessment - Orange County, FL 2012-2014 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm This project addressed a 70 square -mile maintenance district in eastern Orange County and included a detailed field assessment of drainage and roadway infrastructure deficiencies in order to develop a maintenance and capital improvement plan. Field data were collected using a handheld GIS / GPS P. system with photographic capture. The field data were downloaded into a desktop -based GIS system and then imported into a sophisticated Microsoft Access database. The database was used to manage conditions and damage data from over 700 individually identified infrastructure deficiencies and other areas requiring drainage improvement capital projects. Formatted reports were developed within the database to assist district maintenance crews in prioritizing fieldwork. Project budget: $69,000. Project Engineer. Geosyntec Page 7 consultants Erin Reed, PhD, PE 15. FIRM NAME AND LOCATION (City and State) Geosyntec Consultants, Winter Springs, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION )STATE AND DISCIPLINE) Ph.D., Environmental Engineering, University of Central Florida, 2016 M.S.Env.E., Environmental Engineering, University of Central Florida, 2015 Florida Professional Engineer, FL No. 66515 B.S., Environmental Engineering, University of Central Florida, 2001 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Dr. Erin Reed is an environmental engineer that specializes in the characterization and remediation of ground- and surface- waters and has lab -scale and field experience with metals and nutrients. Her areas of expertise include TMDL basin evaluations, stormwater management, water quality modeling, groundwater modeling, watershed modeling, and the evaluation and remediation of nutrients in the environment. Dr. Reed has served as project manager on surface, ground-, and waste- water projects in the environmental consulting and applied research arenas since 2002. Dr. Reed earned her Ph.D. from the University of Central Florida where her research focused on groundwater and water quality modeling to assess issues related to anthropogenic nutrient contamination in the subsurface of a Florida springshed. TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Geosyntec consultants Page 8 St. Johns Basin: (Nutrient Reduction Strategy Study PROFESSIONAL SERVICES CONSTRUCTION Titusville, Florida 1 2016-2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Manager, Dr. Reed performed the analysis necessary to select the optimal Best Management Practices (BMP) for immediate implementation to reduce nutrient levels in runoff discharged to the Indian River. This study focused on evaluating the feasibility of structural BMPs including nutrient a separating baffle boxes with up -flow filters, stormwater harvesting, and enhancement of existing BMP areas. A ranking system was devised for purposes of selecting the optimum BMP based on average annual mass loading, average annual mass removed, and site feasibility. Single -storm event and continuous simulation modeling were used as the design tools. Recommendation of one BMP structure was provided wherein supporting information related to hydrologic/hydraulic modeling, pollutant load modeling, proposed BMP implementation factors, and cost benefit was delivered. Project Cost: $37,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Pineloch BMP Implementation Feasibility Study, PROFESSIONAL SERVICES CONSTRUCTION Orange County, FL 2016-2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Engineer, Dr. Reed evaluated structural methods of nutrient source control into Lake Pineloch that included nutrient separating baffle boxes with up -flow filters, stormwater treatment ponds, and e stormwater harvesting. Pollutant load models were developed in multiple subbasins to quantify runoff, nutrient loading, and performance of multiple BMP alternatives within the drainage area. A ranking system of proposed BMP alternatives was based on target water quality parameters and BMP performance. Ultimately, this study delivered the necessary methods and results to determine the single - most top-rated BMP for immediate implementation to improve water quality. Project Cost: $78,831. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Baffle Box Design for the Knox McRae Outfall, Titusville, PROFESSIONAL SERVICES CONSTRUCTION FL 2016-2017 On-going (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Manager, Dr. Reed performed design services of an off-line nutrient separating baffle box with D• up -flow media filter to remove debris and nutrients from urban runoff discharging into the Indian River. Utilizing ICPR and BMPTRAINS, baseline hydrodynamic and pollutant loading models of existing conditions within the drainage area were created from surveyed stormwater infrastructure, hydrological characteristics, and field observations. A proposed conditions hydrodynamic and pollutant load model was then developed to include the proposed BMP structure while maintaining the required level of Geosyntec consultants Page 8 service upstream. Preparation of construction plans were developed based on the results of the hydrodynamic and pollutant loading models. Vendor coordination, a detailed report of modeling results, SJRWMD permitting, and construction administration were included. Construction is nearly complete. Total fees, including construction costs, are approximately $298,935 ($89,581 design). Geosyntec Page 9 consultants (1) TITLE AND LOCATION (Cityand State) Keystone Drive BMP Assessment, Orange County, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION 2017-2018 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Manager, Dr. Reed performed a detailed analysis and concept design of an in-line nutrient baffle box separator and off-line up -flow media filter to remove debris and nutrients from urban runoff discharging into Lake Pineloch. Pollutant load models were developed to quantify runoff, nutrient d. loading, and performance of the proposed BMP consisting of a baffle box, high capacity bypass, and up - flow filter bed. Utilizing ICPR, a baseline hydrodynamic model of existing conditions within the drainage area was created from surveyed stormwater infrastructure, hydrological characteristics, and field observations. A proposed conditions hydrodynamic model was developed to include the proposed BMP intended to serve high flows while maintaining the required level of service upstream. Results in graphical and tabular form were used for hydraulic performance evaluation. Vendor coordination, configuration schematics, and plan and profiles were included as part of this work. Project fees: $18,941. (1) TITLE AND LOCATION (City and Stote) (2) YEAR COMPLETED Upper Ocklawaha River Basin TMDL Assistance and PROFESSIONAL SERVICES CONSTRUCTION BMAP Compliance Assurance for Lake Roberts, Orange 2017-2018 N/A County, FL (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Engineer, Dr. Reed evaluated load reduction potential of various BMP options to meet the e. goals of the Upper Ocklawaha Total Maximum Daily Load (TMDL) Basin Management Action Plan (BMAP). Existing BMP recommendations from previous studies were explored further and potential additional structural BMPs were identified to address stormwater runoff water quality from areas surrounding Lake Roberts. Previous reports and available data were reviewed to evaluate the feasibility of implementing different BMP options to reduce nutrient loading from stormwater runoff generated by surrounding urbanized areas. Project Fees: $7,568. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Spatial Evaluation of Septic Tanks in the Wekiva PROFESSIONAL SERVICES CONSTRUCTION Watershed, Seminole County, FL 2017-2018 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Engineer, Dr. Reed developed a refined database of the most probable septic tank (also known as OSTDS) locations for purposes of prioritizing areas to reduce nitrogen loadings. To develop the refined f database of most probable OSTDS locations, available inventories from Florida Department of Health and Seminole County were compared to central wastewater service areas in ArcGIS. Utilizing ArcGIS geoprocessing tools, soil hydrologic characteristics were evaluated to identify locations of OSTDS on soils likely to promote the formation and transport of nitrate to groundwater. Of the 4,235 most probable OSTDS within the area of study, our findings show that 1,876 OSTDS of these are located on soils with greatest potential for nitrate loading to groundwater. Project fees: $4,031. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED BMP Assessment for Douglas Avenue Pond Retrofit, PROFESSIONAL SERVICES CONSTRUCTION Seminole County, Florida 2017-2018 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm As Project Engineer, Dr. Reed performed a BMP assessment of a proposed and permitted retrofit to an existing pond intended to satisfy the Wekiva River TMDL BMAP. The proposed retrofit of the pond g included a Biosorption Activated Media (BAM) portion utilizing soil amendment technology to enhance nitrate removal on collected runoff prior to infiltration. A detailed review of permitted design elements including site selection, data requirements, pollution control basin sizing, berm design, and BAM layer design was performed. For each element, our assessment provided standard design criteria, summary of design, and improvement recommendations, if any, considered relevant. Project Fees: $2,997. Geosyntec Page 9 consultants 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM Lee Mullon, PE, CFM Project Engineer 16 s 15. FIRM NAME AND LOCATION (City and State) Geosyntec Consultants, Winter Springs, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION( 117. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Professional Engineer — Florida No. 72414 M.S., Water Resources Engineering, University Certified Floodplain Manager — Association of State Floodplain Managers, of Central Florida, 2014 Inc., # US -15-08381 B.S., Civil Engineering, University of Central, 2005 FDEP Certified Stormwater Erosion & Sedimentation Control Inspector, #22225 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Mullon is an occasional part-time adjunct professor at the University of Central Florida where he teaches the Water Resources Design Class CWR4812C. His teachings include the practical application of modern engineering design and modeling software for water resource retrofit projects, including the use of ICPR4 hydrodynamic stormwater model, BMPTRAINS water quality model, AutoCAD Civil 3D, and GIS Arc Desktop products. Mr. Mullon has also taught environmental permitting specifically as it relates to Florida's water management districts to undergraduate engineering students. Mr. Mullon is an active member of ASCE and is an officer and past chair of Environmental Water Resources Institute (Orlando Chapter), where he coordinates technical training events for the Florida water resources community. (1) TITLE AND LOCATION (City and State) — Bay Lake Water Quality Retrofit, Orange County, FL PROFESSIONAL SERVICES 2012-2017 (2) YEAR COMPLETED BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE N Check if project performed with current firm M 2014 Mr. Mullon served as project manager for this project. Bay Lake is listed as total maximum daily load (TMDL) impaired for nutrients (nitrogen and phosphorus). As a result, the County Environmental Protection Division (EPD) received grant funding approval from the FDEP (319 grant) to design and construct two water quality structures (Modular Wetlands) upstream of a lake inlet that was found to have excessive nutrient loading. The structures are designed to reduce nutrient discharges via nutrient uptake using wetland plants and filtration through an engineered biosorption media in the units (Bold and Gold TM). A watershed evaluation was undertaken to compile information needed for proper assessment of the contributing area to the project, with GIS based modeling information stored in a watershed -based geodatabase. Design plans, technical specifications, and engineer's cost estimate were generated at the 60%, 90%, 100%, and Final stage. The project also received a SJRWMD ERP. The project was constructed in 2014, with water quality monitoring and flow proportionate stormwater sampling completed in September 2016. Mr. Mullon developed a thorough Quality Assurance Project Plan (QAPP) that was approved by FDEP and was been implemented by Geosyntec. Project design fees were $50,855 for design and permitting and $159,378 for 2.5 -years of monitoring (which includes equipment installation and laboratory analysis). Due to failure of the velocity component of the area - velocity field sensors during the monitoring period, Mr. Mullon oversaw the development of a long- term stormwater simulation using ICPR4 to estimate volumetric flows through the Modular Wetlands during the monitoring period. The ICPR4 model used the rainfall data collected with the on-site rain gage and was calibrated using the accurate level sensors deployed on-site. Because the Modular Wetland systems occasionally clogged with sediment during the monitoring period, the ICPR4 model simulated these clogging scenarios using operating tables to turn on/off flow through the Modular Wetlands during observed clogging events. R2 value of 0.8 was obtained from the simulated vs. observed conditions. From this modeling and monitoring effort, the results demonstrate that the nutrient reduction exceeded expectation from the 319 Grant application, demonstrating this type of stormwater filtration BMP is viable for a Central Florida stormwater runoff application. Monitoring fees $161,000. Completed May 2017. Geowntec Page 10 consultants Geosyntec Page 11 consultants (1) TITLE AND LOCATION (City and State) City Park Stormwater Retrofit, Cape Canaveral, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES ICES CONSTRUCTION (If applicable) N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon served as the project manager and engineer -of -record for this project. The City desired to reduce the discharge of pollutants associated with stormwater runoff into the Banana River, an impaired water body and part of the Indian River Lagoon (IRL). To meet the City BMAP requirements, Geosyntec performed an analysis of a large underground exfiltration system beneath the 6.5 -acre downtown City Park. As part of the design, Mr. Mullon completed a thorough assessment of the park and found that the site's sandy soil and low groundwater table provided suitable conditions to employ an underground exfiltration system. The storm sewer drainage around the park is intercepted by installing downstream b. manhole weirs and redirecting the stormwater back to the City Park exfiltration for retention. To manage flood risk, Mr. Mullon developed a detailed stormwater model of the Park's 173 -acre urban watershed. The model included 130 subbasins, with the associated Cape Canaveral storm sewer infrastructure, using EPA SWMM. Annual pollutant loading reductions of approximately 324 pounds of total nitrogen (TN) and 76 pounds ($3,477/lb) of total phosphorous (TP) ($14,735/lb) to the Banana River were estimated, which is cheaper than the anticipated $/Ib removal originally estimated in the IRL BMAP. Mr. Mullon was the engineer -of -record for this project and developed the full design construction drawings, construction specifications, and cost estimate. In addition, Mr. Mullon performed bid support services for the client, including contractor recommendations. Mr. Mullon performed construction oversight and construction was completed in January 2017. Study phase fees were $73,000. Design and construction service fees were $86,000. Construction fees were $1,300,000. (1) TITLE AND LOCATION (City and State) Segment 3D Pond Trash and Removal Analysis, (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Tallahassee, FL 2018 NA (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon served project manager and engineer -of -record for this stormwater pond trash and gross solids removal study. Segment 3D Pond is the final stormwater pond in the City of Tallahassee's major Capital Cascades Trail revitalization project. The overall project includes the construction of a City trail through and around much of the downtown Tallahassee area. To make space for the trail, the large open cut ditches and canals that have historically functioned as part of the City's primary stormwater infrastructure will be enclosed in large double box culverts with a combined cross section of c. approximate 23 feet wide by 10 feet tall. The Segment 3D Pond will be an on-line wet detention facility that will receive runoff from the 1,500 -acre St. Augustine Branch watershed, with peak inflows associated with the 1% annual exceedance (100 year) design storm in excess of 1,400 cfs. Because the stormwater pond will receive significant trash and gross solids loading, the City is interested in BMP solutions that will screen gross solids for flows up to 500 cfs. Mr. Mullon performed an alternatives evaluation that considered 14 different BMPs, including diversion structures, trash nets, baffle boxes, linear radial screen, mechanical Flex Rakes, floating booms, and a water wheel. A quantitative evaluation to determine expected trash and gross solids loading was performed to estimate trash capture and water quality benefit of different alternatives. This study will help inform which BMP is chosen by the City for implementation. Design fees were $38,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Rowena Estates Drainage Assessment & PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Design, Orange County, FL 2013-2014 2014 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon was the lead project engineer for the comprehensive engineering services for this project, consisting of an assessment of Lakeside Drive and the surrounding neighborhood to address localized d flooding. A stormwater model facilitated the stormwater improvement alternatives evaluation for this project, which proposed a combination of bioretention and exfiltration to meet the flooding LOS for Lakeside Drive. After the improvements alternatives were chosen by the County, construction drawings were prepared. Because of the substantial roadside repair needed, a full roadway replacement and roadway realignment was performed. Using a detailed roadway corridor model in AutoCAD Civil3D, Mr. Geosyntec Page 11 consultants Mullon designed an efficiently -draining roadway corridor, which included a roundabout feature, designed for ease of access and maintenance for residents and county maintenance officials. Project design fees were $81,116. I(3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Geosyntec Page 12 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Beville Creek Stormwater Improvements, PROFESSIONAL SERVICES CON STRUCTION (if applicable) Gainesville, FL 2015-2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm The City of Gainesville desired to perform a regenerative stormwater conveyance (RSC) improvement for Beville Creek, within the Suburban Heights neighborhood, due to heavy erosion of the creek and the City's interest in keeping the creek an open system. The RSC improvements consist of a series of step pools in between a relatively flat channel bottom, armored with large natural stones and boulders to e. mimic a steep natural channel. Mr. Mullon oversaw the development of a detailed stormwater model using [CPR of the upstream contributing area, including primary and secondary storm sewer systems, as well as stormwater conveyance ditches, creek and ponding areas in the 174 -acre drainage area. The stormwater model demonstrated that flows through Beville Creek were much lower than the previous study, allowing for the RSC system to be a feasible design, at an equivalent cost to the City as compared to a closed (i.e., piped) system. Project Cost: $109,650. A $299,000 SJRWMD innovative cost -share grant was awarded to this project, as the #1 most innovative project of the cost -share year. Mr. Mullon served as the engineer -of -record and project manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pine Castle Stormwater Green Infrastructure Plan, PROFESSIONAL SERVICESTRUCTION(If CONS applicable) Orange County, FL 2018 -ongoing N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon is the project manager and engineer -of -record for this green infrastructure master plan for Orange County, FL. The purpose of the stormwater green infrastructure plan is to develop a comprehensive drainage and flood level of service evaluation of the Pine Castle water shed to include level or service, floodplain delineation, pollutant load assessment, and improvement alternatives. The f master plan goals are to enable redevelopment on the Orange Avenue SunRail Train Station parcel by replacing existing stormwater management facilities with alternative green infrastructure that will make the property more viable to redevelopment and economic opportunity. The plan uses low impact development (LID) and green infrastructure (GI) engineering principles to promote enhanced hydrologic control, water quality improvement, sustainable development, and aesthetic benefit for the community. This project is being funded in part by a grant from the Florida Department of Economic Opportunity. Project fees were $193,000. Ongoing. _ (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Beeman Park—Sue Harbor Subdivision Drainage PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Retrofit, Orange County, FL 2015-2018 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon was the project manager and engineer for this project, which includes approximately 33 - acres of neighborhood -wide drainage and general improvements within the Beeman Park and Sue Harbor Subdivisions in Orange County. These historic neighborhoods have very narrow Rights -of -Way, mature oak tree canopy, and limited easements making drainage and other infrastructure g improvements challenging without impacting resident properties. Drainage improvements including new storm sewer and underground exfiltration were designed. Other improvements include neighborhood -wide sidewalk and curb repair, as well as regrading of the existing roadway to promote positive surface drainage. A SJRWMD environmental resource permit exemption was obtained for this project. Geosyntec is conducted near -full-time construction oversight of the County's contractor and prepared daily or weekly updates to the County as necessary. Design fees for this project were $91,100. Construction management fees were $155,564. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bonnie Brook Stormwater Pump Station Retrofit PROFESSIONAL SERVICES CONSTRUCTION (if a pplicable) h - Design 2014-2018 Currently being bid I(3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Geosyntec Page 12 consultants Mr. Mullon served as Project Manager for this project, which includes a retrofit of the primary Bonnie Brook pump station along Lake Ellenor Canal. The Bonnie Brook pump station was renovated by the County to incorporate a larger pump station facility to reduce the frequency and duration of flooding events. Unfortunately, the pumps used in the renovated facility had severe cavitation when in operation, and the new pumps were replaced with the older and smaller pumps previously used. The County contracted with Geosyntec to investigate the cavitation issue in hopes of being able to reinstall the larger pumps to improve flooding level -of -service within the subdivision. Geosyntec found that the minimum pump submergence criteria were not being met and developed a suite of improvement recommendations including modified pump float elevations, installation of floor and wall corner fillets, pump and floor splitters, anti -rotation baffles, and suction umbrellas which can be added to the existing pump station without complete reconstruction. Project design fees were $48,000. This project is currently being bid. Geosyntec w . Page 13 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bonnie Brook Pump Station Erosion Control PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Improvements, Orange County, FL 2014-2017 2017 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon served as project manager and engineer -of -record for this project. Two stormwater pump stations exist within the Bonnie Brook subdivision in Orange County, which discharge to Lake Ellenor L canal and Westridge canal, part of the Shingle Creek system. The pump station discharge lines are causing erosion of the canal banks during pumping operations, creating potential canal side bank failures. To address the erosion issue, Mr. Mullon designed a reinforced concrete channel lining at the pump discharge locations, which includes replacing the existing fabriform revetment, currently experiencing undercutting and severe erosion. The design includes stormwater bypass measures to manage floodwaters during construction. Project design fees were $67,000. Project was constructed in April 2017. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Macaris Outfall Resiliency Improvements, St. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Augustine, FL 2017-2018 Ongoing (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon served as project manager and engineer -of -record for this coastal sea level rise and stormwater resiliency project for the City of St. Augustine Public Works Department. The project includes the retrofit of a 60" and 30" storm sewer outfall located off of Macaris Street. The contributing drainage area is subject to routine nuisance tidal flooding during spring/king tide events and is '' forecasted to have more frequent "sunny day" flooding as sea level rise occurs. Mr. Mullon prepared construction engineering design of two backflow prevention valves that would restrict tidal backflow while permitting storm event runoff to occur. Mr. Mullon prepared a rapid -assessment of the conceptual improvements and forecasted sea level rise impact on the drainage area and determined that approximately 22 acres of additional urban area would be subject to nuisance flooding as early as the 2040s based on a 2.0' sea level rise estimate. Mr. Mullon assisted the City with preparing a SJRWMD cost -share application, which was awarded to the City in the amount of 33% of the estimated construction costs of $184,000. Design fees were $62,000. Ongoing. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Coastal Resiliency Phase I; Stormwater and PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Backflow Prevention, St. Augustine, FL 2013 2018 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Mullon served as Project Manager for this project which includes a rapid assessment k. implementation of eight (8) stormwater outfalls within the City that are routinely subject to tidally - induced backflow, which causes nuisance flooding during spring tides. Mr. Mullon worked with the City's in-house stormwater maintenance crews to establish suitability of in -pipe or end -of -pipe backflow prevention retrofits using Tideflex backflow prevention devices. Outfall fact sheets and bidding documents will be developed for these retrofit activities as part of a post -Hurricane Matthew coastal resiliency and sea level rise effort. Design fees $34,000. Geosyntec w . Page 13 consultants Mike Hardin, PhD, PE, CFM 15. FIRM NAME AND LOCATION (City and State) Geosyntec Consultants, Winter Springs, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) PhD, Environmental Engineering, Univ. of Central Florida, 2014 Professional Engineer — Florida No. 774749 MS, Environmental Engineering, Univ. of Central Florida, 2006 Certified Floodplain Manager —Association of State Floodplain BS, Environmental Engineering, Univ. of Central Florida, 2005 Managers, Inc., # US -15-08372 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Dr. Hardin spent the first 9 years of his career as the lab manager for the University of Central Florida's Stormwater Management Academy field research lab. He managed research related to water quality improvement and water quantity reduction methods for stormwater runoff. Areas of focus include green roofs, pervious pavements, stormwater harvesting, chemical treatment, erosion and sediment control, and media filtration. Dr. Hardin was involved early on in the development of Bold & Gold TM pollution control media mixes related to green roofs, bio-swales, inline filtration treatment, side bank filters, and upflow filters. He is also a primary author of the BMPTRAINS Model, a water quality evaluation model accepted by FDEP and all the water management districts in the state. Dr. Hardin continues to be involved in the development and updating of the BMPTRAINS Model and is an instructor for the BMPTRAINS Model training course which is intended to train design professionals on how to properly use the model to quantify the water auality benefit of using stormwater best management practices (BMPs). (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED 2015 Suburban Heights Stormwater Improvements, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Gainesville. FL 1 2015 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE l?�] Check if project performed with current firm Dr. Hardin served as project engineer on this stormwater retrofit project. An evaluation of stormwater a. infrastructure level of service due to the replacement of an upland cut ditch with a piped system to improve erosion and maintenance issues for the City was performed. A highly detailed stormwater model using ICPR was developed to show the effect on stormwater flows during design events due to the proposed improvements. The model showed no significant increase in flows or velocities at the _ point of discharge. The design services were approximately $60,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Weeki Wachee Prairie Surface Water Resource Assessment (SWRA), SWFWMD, Hernando County, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2016-2017 N/A FL (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE I,�J Check if project performed with current firm b The Weeki Wachee Prairie watershed is approximately 11.2 square miles and located within Hernando County. The watershed was evaluated for nutrient loading to groundwater and surface water bodies using a pollutant load model to identify areas of high nutrient loading and make recommendations on different BMPs to implement. A guidance document was developed detailing how to design and evaluate Bio -Activated Media (BAM) modified ponds. BAM modified ponds provide treatment of stormwater, specifically nitrate removal, prior to infiltration into the ground. Project Cost: $98,900. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Priority Basin/Outfall 1329, 1349, and 1409 PROFESSIONAL SERVICES CONSTRUCTION (7f applicable) Treatment Phase 1 Study, Brevard County, FL 2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Dr. Hardin served as project manager for this Outfall treatment phase 1 study. Brevard County assigned D. Geosyntec with three priority basins to evaluate and design BMPs to treat baseflow (groundwater) for TN and TP to help address the Indian River EMAP. Dr. Hardin oversaw the refinement of basins/contributing areas and development of proposed BMPs. Pollutant load estimates were prepared and expected removals due to the proposed BMP was determined. These projects are currently starting work on the design phase of this project. Project Cost: $15,300. Geosyntec ag Page 14 consultants Geosyntec Page 15 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Bonnie Brook Watershed Management Plan, PROFESSIONAL SERVICES RUCTION (if applicable) Orange County, FL 2018 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Dr. Hardin served as project engineer for this pump station evaluation for a 1118 -acre watershed (Bonnie d Brook). The purpose of the study was to develop a comprehensive drainage and flood level of service evaluation for the watershed. The study used a comprehensive GIS geodatabase to manage watershed and modeling data. Currently the watershed evaluation and watershed existing conditions modeling has been completed and submitted to the County for review. Project Cost: a $187,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Street Sweeping & Maint. BMP Optimization Study PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of Lakeland, FL 2015-2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Dr. Hardin served as project manager on this stormwater BMP evaluation and optimization project for the City of Lakeland. A detailed sampling plan was developed. Dr. Hardin oversaw field sampling efforts e as well as evaluation of the resulting nutrient content data. An optimization analysis was performed and a new street sweeping program was proposed to increase mass collected without increasing costs. Similar analysis was performed to identify prime locations for new BMPs to be installed. Additionally, the results of this study were presented to FDEP to gain their approval to use site specific numbers for NPDES reporting. The total project budget was $149,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lakes Catherine, Buchanan, & Tyler Watershed PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Mgt. Plan, Orange County, FL 2011-2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current farm f Dr. Hardin served as project engineer on this comprehensive drainage and flood level of service (LOS) evaluation of the watershed. The primary focus of the study is to assess the level of service provided by the drainwells in the watershed. The SWFWMD watershed and model GWIS geodatabase was used for this project. Project Value: $199,768 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Nutrimax Web -Based Water Quality Evaluation PROFESSIONAL SERVICESCONSTRUCTION(If applicable) Tool, Cocoa, FL 2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm g• Dr. Hardin oversaw the development of the methodology to evaluate the Suntree Technologies new Nutrimax BMP as well as the development of the associated web -based design and evaluation tool. This BMP, called Nutrimax, is a flow-through engineered wetland that utilizes vegetation and filter media to treat stormwater for nutrients in an online configuration. Project Cost: - $46,100. (1) TITLE AND LOCATION (City and State) BMPTRAINS Model Updates, Orlando FL (UCF) (2) YEAR COMPLETED PROFESSIONAL SERVICES CES CONSTRUCTION (If applicable) N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Dr. Hardin served as project manager on this project for UCF. The BMPTRAINS Model is widely used within h the state of Florida to perform water quality analyses and to assess the water quality benefit due to the use of BMPs. Dr. Hardin updated the model with a cost analysis feature, a multi-landuse EMC calculator worksheet, and other cosmetic changes. This new functionality greatly expands the accuracy of the model results and the usefulness to the engineering and design community. The project budget was $15,000. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Flounder Creek Pond Water Quality Enhancement, PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Brevard County, FL 2018 -ongoing N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Dr. Hardin served as project engineer for this water quality enhancement project. Flounder Creek pond i discharges into the Indian River Lagoon, which has an active BMAP for TN and TP. Brevard County identified this pond for a water quality enhancement project to help meet the BMAP. Dr. Hardin designed a sub -surface upflow wetland BAM filter to treat the water quality treatment volume of the pond. Additionally, an in -pond aeration system is proposed to be added to the pond to help push all the nitrogen to nitrate prior to entering the sub -surface upflow wetland BAM filter. The project is currently in the design phase. The total project budget was $27,000. Geosyntec Page 15 consultants Thomas Amstadt, PE, CFM 15. FIRM NAME AND LOCATION (City and State) Geosyntec Consultants 16. EDUCATION (DEGREE AND SPECIALIZATION) Winter Springs, Florida 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) M.E., Environmental Engineering Sciences, Professional Engineer — Florida No. 69032 University of Florida, 2014 ASFPM Certified Floodplain Manager, US -09-04404 Florida Department of Environmental Protection Certified Stormwater B.S., Civil Engineering, Univ. of Central Florida, 2003 Erosion and Sedimentation Control Inspector, #22296 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Amstadt has served as Project Engineer on water resources projects for State, County and City government clients since 2004. His keys areas of expertise include Stormwater retrofits, stormwater master planning efforts, floodplain analysis, hydrologic / hydraulic modeling, construction plans preparation, water quality analysis, best management practice (BMP) conceptualization, and environmental resource permitting. He has extensive experience with the use of ArcGIS for spatial analysis, mapping, and data representation. He has developed numerous stormwater models using Interconnected Channel and Pond Routing (ICPR) model. In addition, he is proficient with the utilization of computer aided design and drafting (CADD) tools for construction plans preparation on stormwater retrofit design projects. He also has experience providing post design services including bid specification packages, construction oversight and as -built plans preparation. Geosyntec consultants Page 16 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Stormwater Infrastructure Criticality Analysis, Pinellas PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, FL 2017 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm The purpose of the project was to perform a criticality analysis of the Pinellas County stormwater infrastructure for purposes of prioritization of system maintenance, repair, and upgrades. The stormwater infrastructure GIS feature classes were collected, reviewed, and rectified as needed to perform the analysis. Also, critical infrastructure (healthcare sites, floodplains, transportation, etc.) GIS a' feature classes were collected and reviewed. Criticality weighting and rating criteria were established for the physical and spatial factors, as determined from the GIS data, as indicators of the severity and likelihood of infrastructure failure. Custom GIS tools were developed to calculate criticality for nearly 100,000 stormwater infrastructure assets. The tools allow the County to easily calculate asset criticality as the stormwater infrastructure and spatial factor GIS features are updated, provide flexibility to adjust factor weighting and rating criteria, and to work within the familiar ArcGIS Desktop toolbox interface. The results are used by the County to prioritize stormwater system management activities. Project Fees: $88,000. (1) TITLE AND LOCATION (City and State) Weeki Wachee Prairie Watershed Management Flan (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Alternatives Analysis, Southwest Florida Water 2016-2017 N/A Management District, FL (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm The purpose of the project was to identify flooding and water quality deficiencies in the watershed and develop improvement concepts to address the deficiencies. An existing SWFWMD approved hydrologic b. & hydraulic model was utilized as the basis for the project. The existing model was reviewed for necessary updates for developing 500 -year floodplains and for updates necessary for use on this project. The model features were migrated to the GWIS geodatabase for inundation polygon generation. A level of service (LOS) analysis was conducted to identify road and structure LOS deficiencies for Mean Annual, 5, 10, 25, 50 and 100 -year design storm events in accordance with SWFWMD and Hernando County criteria. The annual flood damages at each structure and road flooding location were also estimated per the criteria. A Surface Water Resource Assessment (SWRA) was conducted to inventory water quality Geosyntec consultants Page 16 concerns and characterize direct runoff, infiltration, and percolation pollutant loads (total nitrogen, total phosphorus, and total suspended solids). Based on the results of the LOS and SWRA and input from SWFWMD and Hernando County staff, 8 flood improvement and water quality BMP concepts were developed. Each concept was evaluated and ranked based on anticipated cost/benefit. Project Fees: $99,000 Geosyntee . Page 17 consultants (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Big Sand Lake Watershed Management Plan, Orange PROFESSIONAL SERVICES CONSTRUCTION (If applicable) County, FL 1 2014-2015 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm The Big Sand Lake Watershed is approximately 8.8 square miles within the Shingle Creek Watershed. The focus of the study is on Big Sand Lake and the level of services provided by primary drainage systems c. (ponds, culverts, etc.), as well as delineation of floodplains. Also, included was an evaluation of the flood control performance of the drainwells on Big Sand Lake based on data review and modeling. The study evaluated peak stages using both single event design storms and rainfall representing the extreme precipitation events of 2003, which caused major flooding in the watershed. The hydrologic / hydraulic model, watershed, hydraulic feature inventory, and topographic data was stored in a SWFWMD GWIS geodatabase. The model included 215 basins, 582 nodes, and 785 links. Project Fees: $197,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Howell Pond Road Stormwater Pond Retrofit, PROFESSIONAL SERVICES CONSTRUCTION City of Winter Park, FL 2013 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer — This project consisted of an evaluation of the existing conditions and improvement d alternatives for the Howell Branch Road Stormwater Pond. Improvement alternatives evaluated included over excavation of pond to increase residence time, retrofit of overflow weir to increase treatment volume, stormwater harvesting with real time controls, inlet trash/sediment traps to reduce, and in -pond baffles to reduce short circuiting and increase treatment. Project fees: $50,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Belmont Estates Drainage Improvements Design PROFESSIONAL SERVICES CONSTRUCTION Orange County, FL 2014-2016 2016 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager - The project consisted of upsizing an existing piped outfall from the subdivision to e. provide flood relief. Design plans, specifications, and engineer's cost estimate were developed. An Army Corps Nationwide Permit for wetland water impacts was obtained. Also, because this project proposed flow increases to downstream areas, coupling of the project model with downstream watershed models was completed to obtain an environmental resource permit from SJRWMD. Project fees: $108,500. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lake Rowena Estates Drainage Assessment and Design, PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Orange County, FL 2013-2014 2014 (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm f. Project Manager — This project consisted of an assessment to address localized flooding of a historic neighborhood. A combination of bioretention and exfiltration to meet the flooding level -of -service was proposed. The design consisted of full roadway replacement and roadway realignment in addition to the exfiltration and bioretention design. Project fees: $81,100. (1) TITLE AND LOCATION (City and State) Lake Pinto Floodplain Study, Orange County, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION 2014-2015 N/A (3) BRIEF DESCRIPTION (Brief, scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm 9. Project Manager — Lake Pinto was designated as within a FEMA 100 -year flood zone that impacted 20+ homes. Available data indicated the FEMA flood zone over predicted flooding. The study modeling more accurately defined the limits of the 100 -year flood and a Letter of Map Revision, removing 20+ structures from the 100 -year flood zone, was obtained from FEMA. Project Fees: $29.000. Geosyntee . Page 17 consultants Geosyntec ' consultants Past and Pending Litigation or Disputes Relating to Services within last 5 years In 2013, a dispute arose regarding fees owing to Geosyntec and damages claimed by the client relating to issues arising when unexpected explosives were discovered during an environmental remediation. The matter was settled without litigation following a mediation. On September 5, 2013, Geosyntec received a notice of claim from a client on a landfill project relating to a slide which had occurred on a stockpile being utilized during construction. The owner asserted claims against both Geosyntec, as the engineer, and the contractor who was responsible for the construction. No litigation was filed, and the matter was completely resolved in a mediated settlement. On March 23, 2018, a consulting firm sent a demand letter to Geosyntec's insurance broker demanding $85,795.00 for delays allegedly caused by Geosyntec. Geosyntec disagrees that it caused the delays and has responded accordingly to the demand letter. 200 South Orange Avenue 21st Floor Orlando, FL 32801 Commercial Bank July 19, 2018 Mr, Greg Wood Geosyntec Consultants, Inc. 900 Broken Sound Parkway, NW, Suite 200 Boca Raton, FL 33487 Dear Mr. Wood, I am providing you this information at your request. Geosyntec Consultants, Inc. has been a client of Citibank since 1992. The relationship consists of multiple Deposit Accounts and Credit Facilities. A line of credit in the amount of $10.000.000 has been established for Geosyntec Consultants, Inc. Subject to the terms set forth in the line of credit, it shall be maintained until June 30, 2020 when it is subject to renewal. The line of credit consists of $5,000,000 uncommitted and $5,000.000 committed revolving lines of credit. There are currently letters of credit in the amount of $1,720,670.75 outstanding on the uncommitted line of credit. No advances are drawn on either line of credit. Geosyntec Consultants, Inc. has been maintained an excellent banking relationship with Citibank and all accounts have been managed as agreed. Please feel free to contact me at (407) 782-9126 should you have any questions or require additional information. Sincerely, Christopher Peade� Senior Vice President Citibank, N.A. Commercial Banking Group 200 South Orange Avenue, 21 st Floor Orlando, FL 32801 407.782.9126 c17i•istopher.licadenCcd7citi.com rro.,+�• 7�4R1 nI=ngr_nNq ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/16/2017 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 � NAINEACT Carly Underwood PHONE 770.552.4225 I AX AIC No Ext No): 866.550.4082 , E-MAIL ADDRESS: cart Underwood 9re lin com INSURER(S) AFFORDING COVERAGE NAIC # 5268179 INSURER A: National Union Fire Ins. Co. 19445 INSURED INSURER B: Aspen American Insurance Compan 43460 Geosyntec Consultants, Inc. 900 Broken Sound ParkwayNWSuite 200 , INSURER C: New Hampshire Ins. Co. 23841 INSURER D, Allianz Underwriters Insurance 36420 Boca Raton, FL 33487 INSURER E INSURER F: PRODUCTS - COMP/OPAGG $2,000,000 K401Tr4.-T-MCF! INS I. NATA 61101zI:Lei J,l=3 : 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 SUB WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS A Xj COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR 5268179 4101/2017 04/0112018 EACH OCCURRENCE $1000000 DAMA%E TO RENTED PREMISES Ea occurrence $500,000 MED EXP (Any one person) $25,000_ PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO - POLICY X JECT 1XI LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OPAGG $2,000,000 $ A A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNEDSCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS (AOS) 4489673 AOS 4489674 (MA) 4/01/2017 4/01/2017 04/01/201 04/01/2018 COMBINED SINGLE LIMIT Ea accident $ 1 000> 000 > BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROccidenPERTY t $ DAMAGE a Per $ B XI UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CX005GA17 4/01/2017 04/01/2018 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED I X RETENTION $0 $ C A C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEIY / N; OFFICER/MEMBER EXCLUDED? LNJ (Mandatory in NH) If yes, describb under DESCRIPTION OF OPERATIONS below N / A 15893709 (AOS) 15893710 (CA) 15893711 (ME) 04/01/2017 04/01/2018 PER OTH- X AT T _....._-.._....._. E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 D Professional Liab /Contractors Pollution Liab EIL2008657 4/01/2017 04/01/201 1 Per Claim $8,000,000 Aggregate $10,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Sample Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD -- RQ9797711111,11197A479 riimn1 Effective: 10/112017 Expiration: 9/30/2018 CITY OF WINTER SPRINGS BUSINESS TAX RECEIPT Business ID: 600067 COMMERCIAL REGULATED GEOSYNTEC CONSULTANTS 1511 E 434 SR DESCRIPTION OF BUSINESS ACTIVITIES ENGINEERING 1126 East State Road 434 - Winter Springs, FL 32708 - (407) 327-1800 www.wintersprinqsfl.org BUSINESS TAX RECEIPT INCLUDES WINTER SPRINGS & SEMINOLE COUNTY TAX --------------------------------------------------------------------------------------------------- PLEASE CUT ALONG THE DOTTED LINE TO DISPLAY RECEIPT IN BUSINESS Post the above Receipt in a Conspicuous Location within your Place of Business Total Amount Paid: $145.00 Note: Total Amount Paid includes the $45 Seminole County Business Tax City Manager GEOSYNTEC CONSULTANTS 1126 East State Road 434 900 BROKEN SOUND PARKWAY, NW SUITE 200 Winter Springs, FL 32708 Phone: (407) 327-1800 HIGHLAND BEACH, FL 33487 Professional • SXKFORD FLORIDA •r,., Standard Form 330 Part I, Sections F, G and H References (Attachment 1) Awards and Accomplishments The following is a partial list of awards and recognitions received by Geosyntec. Geosyntec received the Pinnacle Award as a result of achieving both The Zweig Letter Hot Firm List and the CE News Magazine Best Civil Engineering Firms to Work For. Geosyntec was one of only two large firms to do so throughout the United States. The Pinnacle Award reflects both Geosyntec's exceptional business performance and leadership in creating a quality workplace. Geosyntec ranked 33 amongst all participating firms in the CE News Magazine Best Civil Engineering Firms to Work for Contest. Geosyntec ranked even higher, ninth, among large firms (more than 500 employees). Among the heavily weighted judging criteria was the employee satisfaction survey in which over 70 percent of employees participated. Geosyntec has been awarded more than $18 million in applied research funding from the U.S. Department of Defense (DoD), Department of Energy (DoE), NASA, and private aerospace and defense contractors to develop, demonstrate, and validate innovative technologies. Within the past two years, Geosyntec professionals have successfully published more than 70 peer-reviewed technical publications in various professional journals and conference proceedings. These publications demonstrate the firm's commitment to industry leadership and technical innovation. M Rated #56 in the Top 500 Design Firms by ENR Rankings in 2017. Geosyntec has an outstanding track record of working successfully with municipalities, regional planning agencies, and non-profit organizations to secure grant funding for projects from a variety of sources and manage projects funded by the grants. As such, Geosyntec professionals are very familiar with grant terms and conditions. Our state, federal, and private foundation grant writing experience includes the following: • Section 319 (Clean Water Act) Nonpoint Source Pollution Grants; • USEPA Targeted Watershed Grants; • Florida Department of Environmental Protection and Water Management Districts; • Targeted Brownfields Assessment Grant; • Water Environment Research Foundation (WERF); and • National Cooperative Highway Research Program (NCHRP). Geosyntec Page 18 consultants ...._ _ ......... _ Professional Consulting Services 0 XKF(F7 e E In many cases, Geosyntec has identified grant funding opportunities for an existing client, written the grant proposal, and worked with the client to develop a strategy for securing the required local match component for the grant. Follow-up work can include quarterly and progress reporting as required by the grants. The table below outlines select Florida and national grants that Geosyntec assisted with securing and/or implementing on behalf of our clients. City of Gainesville, Innovative Project SJRWMD Natural Systems Improvement $299,000 FL Cost Share to Beville Creek in Gainesville, FL City of St. Water Resources SJRWMD St. Augustine Davis Shores $466,000 Augustine, FL Cost -Share Tidal Backflow Prevention City of Cape EPA 319 Grant FDEP/EPA City Park Exfiltration Project $598,000 Canaveral Indian River Co., Targeted FDEP Gifford Brownfield $100,000 FL Brownfields Assess. revitalization LIDC/Geosyntec Non-profit Institute NCHRP Watershed Approach to $600,000 Mitigating Stormwater Impacts Neponset River Section 319 CWA Federal LID designs for Pine Tree Brook $250,000 Watershed Assoc. Grant RBF/Geosyntec Non-profit Institute NCHRP Life -Cycle Costs of BMPs $550,000 Geosyntec Non-profit Institute NCHRP Guidance for Achieving Volume $250,000 Reduction Geosyntec Research WERF Innovative High -Performance $175,000 Foundation Green Infrastructure Research City of USEPA Brownfields USEPA Assessment of Landfill 34 for $400,000 Greensboro, GA Assessment affordable housing development - Geosyntec NYCDEP Demon Green Controls to reduce stormwater $475,441 Project (2 Awards) Infra- flows into Combined Sewer structure Systems Westshore CDC- USEPA Brownfields USEPA Assessment of Landfill 34 for $400,000 Tampa Assessment affordable housing development MADCR USEPA Targeted Federal Controls & improvements $1,200,000 Watershed Grant within Ipswich River watershed addressing low flow Geosyntec Foundation GLPF Water conservation and $800,000 information technology project Geosyntec _ _ consultants Page 19 21 TITLE AND LOCATION (City andState) Stormwater Engineering Continuing Contract PROFESSIONAL SERVICES Orange County, FL ( 2012 - Ongoing 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: CONSTRUCTION (If applicable) a. PROJECT OWNER b. POINT OF CONTACT c. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER Orange County, FL Mike Drozeck, PE, CFM 4200 South John Young Parkway, Orlando, FL 32839, 407-836-7945 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec has engaged in over 100 projects under these contracts, examples provided below: Big Sand Lake Watershed Management Plan: The focus of the study is the primary drainage systems (ponds, lakes, main culverts, etc.) in the 5400 -acre watershed. Also included is an evaluation of the flood control performance of the drainwells on Big Sand Lake (existing and proposed) based on data review and modeling. The study utilized both single event design storms and rainfall representing the extreme precipitation events of 2003, which caused major flooding in the watershed, to evaluate peak stages. Project Fees: $93,000. Lake Pineloch BMP Implementation Feasibility Study and Keystone Drive Baffle Box Design: Purpose was to assess structural methods of nutrient source control for urban runoff dischargingto Lake Pineloch. Pollutant load models of multiple subbasins were developed to quantify runoff, nutrient loading, and performance of multiple BMP alternatives. Cost benefit analyses were used to evaluate the top two BMP alternatives. Subsequent to more detailed hydrodynamic and pollutant load model development, preparation of construction plans, bid documents, 0&M Manual, and water quality monitoring program of the top-rated BMP (baffle box, high capacity bypass, and upflow filter bed) on Keystone Drive is nearly complete. Project Fees: $134,150 Hansel Stormwater Pond Improvements: Hansel Stormwater Pond Improvements: Hansel stormwater pond is small relative to its large urban impervious watershed area, leading to high flow rates, trash and sedimentation, which cause clogging of the pond control structure and substantial erosion to the pond side banks, making maintenance of the pond a challenge for the County. Geosyntec designed a trash collection system that incorporated steel sheet pile bulkheads, and pond skimmers to provide a solution that would eliminate erosion and direct trash and sediment to an area of the pond that can be easily and safely maintained by the County's long boom excavator. Geosyntec. Project Fees: $136,120. Beeman Park Subdivision Drainage Retrofit: Geosyntec conducted a property -by -property assessment to determine the limits of possible improvements adjacent to individual residential properties to limit construction -related impacts. Drainage improvements included installation of storm sewers to drain areas off-site where feasible, and underground exfiltration where off-site discharge was not practical, neighborhood -wide sidewalk and curb repair, and regrading existing roadways to promote positive surface drainage. After the design phase, Geosyntec conducted near -full-time construction oversight of the County's contractor, including shop drawing review, responding to RFls and daily or weekly updates as necessary to communicate construction progress. Project Fees: $91,000. %/ � �/ �%/�////%/,/„/,moi • 21 TITLE AND LOCATION (City and State) Continuing Stormwater and Lakes Management Proiects, Citv of Casselberrv. FL 2013 - Ongoing 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: CONSTRUCTION (If applicable) a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER City of Casselberry, FL Kelly Brock, PhD, PE, CFM, LEED 95 Triplet Lake Dr., Casselberry, FL 32707 AP 407-262-7725 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec has provided the City stomater and water servics on numerous projects during the contract, including: Park Drive Drainage & Wetland Improvement: Geosyntec conducted a feasibility study of possible stormwater quality and wetland enhancement improvements to a wetland site on Park Drive. The isolated wetland is in poor hydrologic condition with invasive species and other non -aesthetic features. Geosyntec identified alternatives for integrating stormwater treatment into the area as well as to enhance the existing wetland condition. Improvements included low impact park amenities as a benefit to the neighborhood. The study also included a base flood elevation (BFE) analysis of the existing area which is located within a FEMA Zone A floodplain. Design Fees: $33,960. Stormwater Code Review for NPDES Compliance: Geosyntec conducted a thorough review of the City of Casselberry code and ordinances pertaining to stormwater and related water, environmental, and ecological resources, in order for the City to comply with their NPDES permit. Geosyntec conducted an inter -departmental review of the City's current local codes and land development regulations to identify potential changes to existing codes and regulations that would further reduce stormwater impacts of new development and areas of significant redevelopment. The proposed changes recommended by Geosyntec included a focus on the city code to promote reductions in impervous surfaces, incorporation of low impact development principles, reduction in flow and volume of stormwater, increase in natural hydrology, and adherence to the principles of the Florida Yards and Neighborhoods program in new landscaping. Desgin Fees: $103,000. Casselton Drive Improvements: Geosyntec is conducting a stormwater and transportation improvements project to Casselton Drive, a 0.5 mile long collector road. Geosyntec is designing a "road diet" solution that will narrow Casselton Drive, while increasing the open space and promote pedestrian accessibility, sustainability and liveability for the adjacent neighborhoods. Stormwater BMPs are proposed to improve flooding LOS of the road, as well as increase water quality benefit. A CCTV of the existing storm sewers serving Casselton Drive was performed, and found that severe pipe joint separations are causing groundwater infiltration and are a likely source of surface sinkholes forming in the area. Emergency chemical grouting of the existng storm sewer joints has been proposed by Geosyntec. A BFE analysis of the existing road and drainage area is being performed as the area is within a FEMA Zone A floodplain. Design Fees: $233,000. Lake Water Quality Monitoring: Geosyntec is performing quarterly ambient water quality analysis of 12 lakes within the City of Casselberry, including Lakes Concord, Grassy, Griffin , Kathyryn, Lost, Queens Mirror, Secret, North Triplet, Middle Triplet, South Triplet, Trout and Yvonne. Each of the lakes are sampled for anlaysis of the following water quality parameters: alkalinity, BOD5, Color, Turbidity, ChIA, Fecal Coliform, Ammonia, Nitrate+Nitrite, TKN, Organic Nitrogen, Orthophosphorus, Total Phosphorus, Cadmium, Chromium, Copper, Lead and Zinc. The purpose of the quarterly analysis is to establish long- term trends of water quality within the Casselberry lake systems. Project Fees: $18,000. a I(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE Geosyntec Consultants, Inc. Winter Springs, FL Prime consultants Page 21 21 TITLE AND LOCATION (City and State) I_ Wekiva Basin Stormwater and TMDL Engineering I PROFESSIONAL SERVICES Services, Seminole County, FL I 2017 -Ongoing 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: CONSTRUCTION (If applicable) N/A a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER Seminole County, FL Robert Walter, PE, CFM 100 East First Street, Sanford, FL 32771 407-665-5753 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec completed numerous stormwater and TMDL related elements under this master contract, including: Watershed Review and Preliminary Model Modernization of the Yankee Lake, Big Wekiva, and Little Wekiva Watersheds: The Yankee Lake, Big Wekiva, and Little Wekiva watersheds lie adjacent to the Wekiva BMAP area. Purpose of project was to bring existing hydraulic and hydrologic model and related GIS data into a common current data format to provide a baseline for future project efforts to meet the goals of the Wekiva Total Maximum Daily Load (TMDL) Basin Management Action Plan (BMAP). Model data needs and updates were prioritized based on a detailed inventory of watershed model data. Project Fees: $43,900. Big Wekiva Watershed Desktop Refinement and Assessment: Purpose of this project was to refine data associated with the Big Wekiva Watershed area on a desktop basis. The intent of this refinement was to identify flooding problem areas and water quality improvement locations for management planning purposes. Project Fees: $3,300 BMAP Support Data Development: Purpose of this project was to compile relevant available data and studies for purposes of identifying what is useful and what is required to support BMAP plan development. Project team subconsultant ATM utilized available reports, tools, and models to identify potential TN and TP loading sources, reviewed applicability of available models and tools, identified data gaps, and recommended additional data needs. Project Fees: $4,000. Septic Tank Assessment: Geosyntec developed a spatial analysis tool to aid in nutrient reduction project identification to meet the goals of the Wekiva TMDL BMAP. In 2017, the FDEP estimated that approximately 29% of the total nitrate load to groundwater in the Wekiva Watershed is a result of onsite sewage treatment and disposal system (OSTDS, also known as septic tank) discharges. Utilizing ArcGIS geoprocessing tools, a refined dataset was developed to contain the most probable OSTDS located on soils likely to promote the formation and transport of nitrate to groundwater. Project Fees: $9,700. BMP Assessment for Douglas Avenue Pond Retrofit: Purpose of this study was to assess a previously permitted pond retrofit project consisting of a Biosorption Activated Media (BAM) pond intended to provide enhanced nitrate removal of collected runoff during infiltration into the ground. Previous reports and permit documents were reviewed to assist in evaluating the feasibility and water quality benefit of implementing the water quality BMP at the existing retention pond. Project Fees: $4,500. BMP Assessment for Outfall to Lake Destiny Chain of Lakes: Purpose of this assessment was to evaluate the feasibility of implementing a water quality improvement BMP for treatment of runoff conveyed by the proposed outfall from Wymore Road to Spring Wood Lake. Several BMP options including in-line baffle box, in-line baffle box with upflow filter, and roadside swales/bio-swales along Wymore Road. Nutrient load calculations, cost benefit analysis, and an evaluation of permit requirements, performance, maintenance requirements was performed for ultimate BMP recommendation. Project Fees: $4,500 Geosyntec consultants Page 22 Stormwater Continuing Services, City of Titusville, FL 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHUNE NUMBEH City of Titusville, FL Kevin Cook, PE 524 S. Hopkins Avenue, #1 Titusville, FL 32796 321-567-3845 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec has completed numerous projects under contract with the City, including: St. Johns and St. Teresa Basin Nutrient Reduction Strategy Studies: Two basins were evaluated to recommend structural BMPs to treat stormwater runoff for TN and TP to achieve the TMDL allocations specified in the Indian River EMAP. Both basins, the St. Teresa Basin and the St. Johns Basin, are comprised of mostly urban areas consisting primarily of residential and commercial properties. Both basins have significant portions of their contributing areas drain to the Indian River through a large capacity drainage canal or pipe that provides little to no flow attenuation or water quality treatment. This study focused on evaluating the feasibility of structural BMPs within canal areas and near the pipe outfall to improve stormwater quality prior to discharge. Structural BMPs considered include nutrient removing separating baffle boxes with up -flow filters, subsurface up -flow baseflow treatment with storm flow bio -activated media, and stormwater harvesting. Project Fees: $102,668. Knox McCrae Baffle Box Design: The purpose of the project was to reduce the mass of nutrients in runoff discharged through the Knox McRae Outfall to the Indian River without impacting upstream flood stages. Runoff in the Knox McRae drainage basin is generated from approximately 41 acres of mostly residential and commercial landuses that drain directly to the Indian River with little to no flow attenuation or water quality treatment. An evaluation of the existing conditions and the proposed improvements associated with the proposed BMP was performed by H&H and pollutant load modeling of the contributing area. The proposed improvements are intended to improve the water quality of runoff discharged to the Indian River by diverting runoff conveyed in the main outfall pipe to a nutrient separating baffle box with up -flow filter unit. Pollutant load model results show approximately 36 Ib/year of TP removed and approximately 208 Ib/year of TN removed by the proposed baffle box with up -flow filter unit. Engineering design services included headwall replacement, high-flow diversion structure, baffle box and up -flow filter unit, associated piping, ditch paving and rip -rap slope stabilization of the outfall to the Indian River. Coordination with utility companies was made to solicit input on possible conflicts. Permitting assistance with obtaining SJRWMD Stormwater Retrofit General Permit was provided. Project Fees: $102,000. Area Two Watershed Assessment and FEMA/LOMR: City applied to FEMA to consider changes to the floodplain (i.e., Letter of Map Revision (LOMR)) for Map number 12009CO205G on March 2014. The City received a letter from FEMA dated June 2014 whereby FEMA requested the City to provide additional information. A subsequent Community Assistance Visit (CAV) resulted in the issuance of a May 2015 letter which requested submittal of a revised LOMR package. The City contracted with Geosyntec to prepare and provide the additional information requested by FEMA. A model was developed from available data to delineate updated, more accurate 100 -year floodplains. The numerical modeling was performed using ICPR version 3.10. The model consisted of 121 basins, 142 nodes, 191 links to address the five -square mile area. Data was stored in a GIS database along with digital LIDAR data. The LOMR package was presented to the City Council at a Council meeting. The LOMR package was submitted to FEMA in May 2016 and received no technical comments from FEMA. Public comment period occurred through the summer of 2016. The final map revision was noticed in December 2016. Project Fees: $63,000. Geosyntec Page 23 consultants 21 TITLE AND LOCATION (City and State) 22. YEAR COMPLETED: Professional Lakes and Watershed Management PROFESSIONAL SERVICES CONSTRUCTION (If applicabli Services, Lakeland, FL 2014 -Ongoing NA 23. PROJECT OWNER's INFORMATION a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER City of Lakeland, FL Laurie Smith 407 Fairway Avenue, Lakeland, FL 33801 (863) 834-6276 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec has completed several project efforts under this contract, including: Street Sweeping and Maintenance BMP Optimization Study. The City of Lakeland has an extensive street sweeping and maintenance BMP program that they maintain as part of their NPDES permit requirements. This study focused on generating City specific data for the nutrient content of street debris collected as part of street sweeping and PCD (baffle box) maintenance. The process involved digitizing all the City streets that were currently swept and delineating basins for the lakes within City limits. The SWFWMD landuse shape file, the FDEP Impaired Waters 303D 1998 feature class, and the NLDC tree canopy raster was then used to identify sampling needs and isolate variables of interest (high vs. low tree cover, residential vs. commercial landuse). Samples were taken during two distinct times of year to account for variation due to seasonality. Once this data was collected, a cluster analysis was performed in ArcGIS to d b d Sobject: CityofL*.bndMwiapASepmate Storm S.0 System(hLS9) Ph ..I NPDES Permit No. FL500a015 Appms�l of Gly -Specific Nm —I Laad Values Street -Sweeping and BMP Ma a—e Ms. Smith - The Flonda Depamnem of Fmimmt W Protection bas n—ed the req—t and mppanmg dosTmmmts fm nty-specific n M.9 WM-h- f. Weel-swcW9 and 13A1P maintenance aee"ti` and 2P" --the nse of U. folfaming-lues m be used for Permit Pm MA-3in pbce of the stateside FSA, -A—, TaM141 CmMta4laeil Shen t.xninm tn.i P.wArrim Valor P.raue,rc HendandilTree Cmx RMdeadA N. Tor Corer C. T- C. C—d.1 N. Tree Gere,- h`m.f.n sea Susi d samdssd Sv d C— -3930 -1553 -27'0 -1256.7 (m8ng 61 .s\ V :AIdD p- -''711M R;gh�p�. -8300 rn Seed" 5uaiazd Suadud 5.M.d Gme. -1'50 -633 -983.3 -6547 t®g44 do RMSIefN-P• 700 £Lg6L-MU * 4 6 group the swept streets an PCD s ase on Cl scoring system, considering tree cover, land use, and whether the activity occurred in within the basin of an impaired water body. This data was used to provide recommendations to the City on appropriate values for us in determining nutrient content of street debris and optimizing current street sweeping and PCD maintenance programs. This includes sweeping some streets and cleaning some PCD's more frequently and others less. The benefit of this was to provide a street sweeping and PCD maintenance schedule that maximizes the amount of collected street debris without increasing program cost, thus allowing the City to appropriately report their nutrient removal for NPDES MS4 permitting purposes. Geosyntec's notable accomplishment on this project was to show that the street debris collected in the City of Lakeland had significantly higher nutrient content than the median values recommended by FDEP. Additionally, Geosyntec showed that the City could significantly increase the amount of nutrients removed from their watershed by making a few programmatic changes, such as grouping street segments based on land use and tree cover conditions -- and sweeping streets that have high tree canopy and are residential. Finally, Geosyntec recommended placement of 10 new PCDs within the City based on the results of the cluster map optimization. These new PCDs were ranked based on highest potential nutrient removal. Project Fees: $149,574 consultants Page 24 21 TITLE AND LOCATION (City and State) Continuing Services for Water Resources Projects, City PROFESSIONAL SERVICES of Gainesville, FL 2012-2017 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: CONSTRUCTION Varies a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER City of Gainesville Public Andy Roberts, PE, LEED AP NP 405 NW 391h Ave., Gainesville, FL Works 32609 (352) 334-5070 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec conducted numerous projects under this contract, including: Gainesville Airport Landfill Restoration: Geosyntec conducted a comprehensive assessment and restoration design for the City landfill located northeast of the .r regional airport. The landfill sits atop the northern bank of Little Hatchet Creek (LHC), a tributary of Newnans Lake, an impaired waterbody. Geosyntec's restoration design consisted of clearing existing vegetation, regrading the landfill, and backfilling with two feet of clean, protective soils along the border between the existing landfill and LHC. Due to the age of the landfill, no records existed which depicted the extent of the underlying waste material. Consequently, Geosyntec worked with the Public Works maintenance staff excavating test pits to determine the extent of the underlying trash. Detailed floodplain hydrological modeling was performed using the Alachua County regional watershed model to demonstrate no net impacts to the LHC floodplain. Using AutoCAD Civil3D grading tools, Geosyntec designed a balanced grading plan that minimized earthwork, at a savings to the City. Project Fees: $210,000. Beville Creek/ Suburban Heights Stormwater Improvements: The City desired � I� to construct an innovative regenerative stormwater conveyance (RSC) �w,-� improvement for Beville Creek due to heavy erosion of the creek and the City's interest in keeping the creek as an open, naturally flowing system. The proximity to residential structures required overcoming several design challenges, including the steep grading relief of the creek. To address the design challenges, the creek bed design was elevated, with RSC improvements consisting of a series of step pools in between a relatively flat channel bottom, armored with large natural stones and boulders to mimic a steep natural channel. A detailed stormwater hydraulic and hydrologic [CPR model including the primary channel and secondary upstream storm drainage systems was developed. Because of the innovative components of this project, Geosyntec assisted the city with the preparation of a SJRWMD innovative grant application in October 2016. Project Fees: $99,000. • ' • 11 �N.OL , Continuing Services, City of Winter Park, FL 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER City of Winter Park, FL Don Marcotte, PE 401 Park Avenue So., Winter Park, FL 32789 (407) 599-3425 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec conducted numerous projects under this contract, including: Howell Branch Road Stormwater Pond Retrofit: The Howell Road Pond (Pond) is located adjacent to Howell Creek. The pond receives runoff from a 120 -acre contributing area including residential and commercial. The pond is in the Lake Jesup EMAP, which has allocated pollutant reductions to the City. An evaluation of the existing conditions and improvement alternatives was performed assessing the Pond's contributing area, flood level of service (LOS), and water quality treatment. The following alternatives to improve flood LOS, improve treatment, and integrate the pond as an amenity of the adjacent park were evaluated: water quality • Over excavation of pond to increase storage and residence time to increase nutrient removal. • Retrofit of control structure weir and bleed down to increase treatment volume. • Stormwater harvesting with real time controls to improve water quality. • Floating treatment wetlands for enhance water quality treatment through nutrient uptake. • Inlet baffle boxes / sediment traps to reduce trash entering the pond at inlet structures. • In -pond baffles to redirect inflow to reduce short circuiting and increase treatment. Following the study, Geosyntec designed modifications to the pond control structure, including reducing the weir width and raising the overflow elevation by one (1) foot and adding a circular weir orifice to provide a treatment volume. A proposed conditions SWMM model was developed to ensure the pond would continue to provide an adequate flood LOS. In addition, simulations were executed to evaluate the pond volume recovery and peak discharge rates. Project Fees: $49,863. Howell Branch Pond Construction Bypass Specification: Small storm event simulations were developed using the SWMM model to determine peak inflow rates that would be bypassed around the pond during construction. Technical specifications for the pond bypass pumping were provided, which included when bypass was allowed, the inflow rates that would be bypassed, site preparation for flood events, and storm recovery operations. Project Fees: $6,351. - Temple Drive Drainage Improvements: The purpose of the Temple Drive study was to address localized street flooding that occurred frequently along Temple Drive and Sharon Place. Several alternatives were considered to improve the drainage level of service. The alternatives evaluated included adding inlets to - improve runoff collection, upsizing storm sewer pipes, routing areas to alternative outfall locations, and adding an exfiltration system under the road. An existing conditions model was developed to establish baseline conditions. The alternatives were evaluated in alternatives conditions model to evaluate level of -- service improvement effectiveness and feasibility of the alternatives implementation. Implementation considerations such as long-term maintenance, utility conflicts, permitting, construction cost, etc. were also evaluated. Project Fees: $59,575. a. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE Geosyntec Consultants, Inc. Winter Springs, FL Prime Geosyntec consultaIlts Page 26 21 TITLE AND LOCATION (City and State) 22. YEAR COMPLETED: Professional Services Capital Improvements Projects, PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Brevard County, FL 2014 -Ongoing Varies 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT c. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER Brevard County Board of Susan Gosselin 2725 Judge Fran Jamieson Way, Viera, County Commissioners FL 32940 (321) 633-2016, Ext. 52438 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Several project assignments have been issued to Geosyntec under this contract, including: Pine Industrial Pond Design Phase I: The Pine Industrial Pond Design project will utilize nearby County parcels for the construction of a wet detention facility with enhanced nutrient removal features incorporated into the discharge side of the pond. This phase of the project includes an initial desktop analysis, field data collection, and an existing conditions pollutant loading analysis. This information will be used to perform a pollutant loading analysis of the contributing area with the BMPTRAINS Model. This information will be used in Phase II of this study to design the stormwater pond, as well as the enhanced nutrient removal feature (a large media -based pipe reactor). Additionally, this information will be used to determine the potential nutrient removal benefit of the pond and enhanced features. This project is ongoing. Project Fees: $19,960. Johns Road Pond Retrofit: This project is being funded by the Save Our Indian River Lagoon Program. This project is a stormwater pond enhancement design intended to help minimize the nutrients that enter the Indian River Lagoon via stormwater and baseflow. An existing -conditions hydraulic and hydrologic (H&H) model has been run to quantify the existing conditions hydraulic loading using ICPR v. 4.03. The pond water quality enhancement is a pipe media upflow reactor that will take water from the existing pond and treat it for TN and TP prior to discharge. Additionally, an in -pond solar aerator will be incorporated into the design to help facilitate the transformation of organic nitrogen species to inorganic species that are easier to remove. The BMPTRAINS Model is being utilized to evaluate the pre- and post -conditions nutrient loading. This project is ongoing. Project Fees: $24,290. Flounder Creek Pond Retrofit: This project is being funded by the Save Our Indian River Lagoon Program. This project is a stormwater pond enhancement design intended to help minimize the nutrients that enter the Indian River Lagoon via stormwater and baseflow. An existing -conditions hydraulic and hydrologic (H&H) model has been run to quantify the existing conditions hydraulic loading using ICPR v. 4.03. The pond water quality enhancement is a sub -surface upflow wetland that will take water from the existing pond and treat it for TN and TP prior to discharge. Additionally, an in -pond solar aerator will be incorporated into the design to help facilitate the transformation of organic nitrogen species to inorganic species that are easier to remove. The BMPTRAINS Model is being utilized to evaluate the pre- and post - conditions nutrient loading. This project is ongoing. Project Fees: $27,040. Priority Basin 1329 Phase 2: This basin was identified by Brevard County as an area that contributes significant nutrient loading via stormwater and baseflow to the Indian River Lagoon. Geosyntec performed the phase 1 evaluation to evaluate the extent of the contributing area and determined the location for the proposed BMP. Based on the results of the phase 1 evaluation, this phase 2 design is moving forward. The proposed BMP is a sub -surface upflow wetland application to remove TN and TP from stormwater and baseflow. Survey has been collected and design services are ongoing. Upcoming tasks include completion of design plans, preparing an engineer's estimate of probable construction cost, permit acquisition, and limited construction oversight services. This project is ongoing. Project Fees: $14,993. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Geosyntec Consultants, Inc. Winter Springs, FL Prime Geosyntec consultants Page 27 21 TITLE AND LOCATION (City and State) Southwest Florida Water Management District Watershed Management Program, FL PROFESSIONAL SERVICES 2014 -Ongoing 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: CONSTRUCTION (If applicable) N/A a. PROJECT OWNER b. POINT OF CONTACT C. POINT OF CONTACT ADDRESS AND TELEPHONE NUMBER Southwest Florida Water Gene Altman, PE (352) 796-7211 Management District 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Geosyntec has completed several projects under this contract, including: Bystre Lake Watershed Management Plan LOS Analysis and Surface Water Resource Assessment. The Bystre Lake Watershed is a primarily rural watershed in eastern Hernando County, FL. The watershed comprises approximately 27.5 square miles and includes a portion of the City of Brooksville in the northwest part of the watershed. The Watershed Management Plan (WMP) included updates to the hydrologic & hydraulic [CPR model and 100 year floodplains in the watershed had been completed previously. The model contains 446 basins, 522 nodes, and 1029 links. The purpose " r of the project was to identify flooding and water quality deficiencies in the watershed, which could be used as the basis for development of improvement concepts. Project Fees: $91,000. Peer Review of Alternatives Analysis for the Blue Sink Watershed. The project goal was to provide engineering review for the Level of Service (LOS) Analysis Report, Surface Water Resource Assessment (SWRA) Report, and Best Management Practices (BMP) Analysis Report. For this project Geosyntec conducted a detailed review of the Blue Sink Alternatives Analysis deliverables submitted by the watershed consultant. Review comments of each deliverable as to their completeness, accuracy, compliance with SWFWMD methodology criteria, and defensibility in describing conditions and feasible improvements in the watershed. Deliverables associated with the Level -of -Service Analysis, Surface Water Resource Assessment, and Best Management Practices were reviewed and comments were provided. The work included review of GIS databases, flood damage calculations, pollutant loading calculations, reports, cost estimates, hydrologic & hydraulic modeling, and BMP improvement concepts. Technical review comments improved the accuracy and completeness of deliverables ultimately delivered to the client. Project Fees: $21,332. Weeki Wachee Prairie Watershed Management Plan LOS Analysis, Surface Water Resource Assessment and BMP Alternatives. The Weeki Wachee Prairie Watershed „4 is a primarily suburban watershed in southern Hernando County, FL. The purpose of lM� ! the project was to identify flooding and water quality deficiencies in the watershed, which could be used as the basis for development of improvement concepts in the watershed. An initial task included, review of the existing model for necessary updates for development of 500 -year floodplains and for any model updates necessary prior to use for the LOS and Surface Water Resource Assessment (SWRA). Inundation areas were mapped and used to identify road and structure LOS deficiencies for Mean Annual, 10, 25, and 100 year design storm events. The annual flood damages at each structure and road location were estimated per the aforementioned methodology. Locations with high relative flood damages were identified for potential flood improvement BMPs. Due to the high number of septic tanks under aerobic conditions in the watershed, septic tanks were found to contribute approximately 74% of the total nitrogen load to groundwater. Project Fees: $98,855. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE Geosyntec Consultants, Inc. Winter Springs, Fl. Prime Geosyntec consultants Page 28 21 TITLE AND LOCATION (City and State) Stormwater Infrastructure Criticality Analysis PROFESSIONAL SERVICES Pinellas County, FL 2017-2018 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED: N/A a. PROJECT OWNER 6. POINT OF CONTACT C. POINT OF CONTAL7 ADDRE55 AND I ILIPHUNI lYumiste Pinellas County Public Works Paul Miselis, PE, ENV SP 22211 U.S. 19 N., Clearwater, FL 33765 Deot. (727) 464-8900 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The purpose of the project was to perform a criticality analysis of the Pinellas County stormwater infrastructure to prioritize maintenance, repair, and improvement actions. To this end, relevant spatial and physical factors were identified from County GIS data, a criticality scoring rubric and methodology was established, and GIS tools to calculate stormwater infrastructure criticality were developed. The goal of the project was to provide the County stormwater managers with the tools needed to prioritize system infrastructure maintenance and improvements. The project was accomplished in four major tasks. The first task was to collect, compile and review the County stormwater infrastructure and other GIS feature classes. The stormwater infrastructure attributes were identified as criticality physical factors and the other GIS feature classes (healthcare sites, transportation, emergency operation centers, etc.) were identified as criticality spatial factors. Second, the stormwater infrastructure attributes were reviewed for inconsistencies and missing data. The data were rectified as needed to perform the criticality calculations. Third, criticality weighting and rating criteria were established for the physical and spatial factors as indicators of the severity and likelihood of infrastructure failure. Fourth custom GIS tools were developed to preprocess the GIS feature classes and calculate criticality for nearly 100,000 stormwater infrastructure assets. The tools provide a user- friendly method for the County staff to adjust factor weighting and rating criteria and easily recalculate asset criticality as needed. Geosyntec's notable accomplishment on this project was the development of scoring criteria to provide a reasonable calculation of relative criticality for stormwater infrastructure assets. Additionally, the development of custom ArcGIS toolbox provided the client with easy-to-use tools that facilitate a user-friendly and flexible method for updating criticality calculations when needed. Project Fees: $88,391. Geosyntec consultants Page 29 Mark Ellard, PE, CFM, Contract Manager/ Principal D.WRE in Charge Erin Reed, PhD, PE TMDL Basin Evaluations Mike Hardin, PhD, PE, CFM BMP and Nutrient Reduction Strategies Lee Mullon, PE, CFM Stormwater System Design and Permitting Tom Amstadt, PE, CFM Stormwater Hydrologic & Hvdraulic Modeling Stormwater Engineering Continuing Contract, Orange County, FL z Continuing Stormwater and Lakes Management Projects, City of Casselberry, FL Wekiva Basin Stormwater and TMDL Engineering 3 Services, Seminole County, FL 4 Stormwater Continuing Services, City of Titusville, FL s Professional Lakes and Watershed Management Services, Lakeland, FL ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓" ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Continuing Services for Water Resources 6 Projects, City of Gainesville, FL Continuing Services, City of Winter Park, FL Professional Services Capital 8 Improvements Projects, Brevard County, FL Southwest Florida Water Management 9 District Watershed Management Program, FL io Stormwater Infrastructure Criticality Analysis, Pinellas County, FL Geosyntec Page 30 consultants Geosyntec Consultants, Inc. (Geosyntec) is an employee - owned, Florida -based consulting and engineering firm exceptionally well-qualified to provide consulting services for the City of Sanford. We provide public and private sector clients with water resources engineering, site assessment and remediation, water and wastewater engineering, environmental engineering, hydrogeology, civil, geotechnical and solid waste engineering, and - construction -related services throughout Florida, the U.S., and select international locations. We are nationally known for our practice leadership, broad experience, technological innovation, and exceptional client service. Established in 1983 in Florida, we have more than 30 years of experience delivering solutions to clients from more than 80 offices throughout North America and at select international locations. Our staff of nearly 1,200 professionals continue to develop new technology applications and capabilities in the areas of water resources engineering and design, environmental studies, and environmental health & safety. At Geosyntec, we understand the business of local government and the daily demands of strict accountability, tight budgets and deadlines, and answering to a diverse range of customers — who are also residents, business, and visitors. Geosyntec professionals design and implement practical, often innovative solutions that will help the City of Sanford meet management objectives as well as resolve site-specific technical challenges. Since Geosyntec began operations in Florida in 1983, we have a long history of working with and supporting a wide range of municipal clients throughout Florida and the United States. The following is a list of municipal clients that we have provided professional engineering, scientific and geological consulting services to over the past five years within the State of Florida. • Seminole County • City of Casselberry • City of Winter Park • Orange County • Osceola County • City of St. Augustine - • Pinellas County • City of Gainesville • Escambia County • City of Tampa • Indian River County • City of Cape Canaveral • City of Jacksonville • City of Lakeland • Miami -Dade County 33. NAME AND TITLE Mark Ellard, PE, CFM, D.WRE, Senior Principal/ Principal -in -Charge GeOSynteC consultants Page 31 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. City of Sanford I Finance Department I Purchasing Solicitation' CITY or S" ORD FINANCE DEPARTMENT Division 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771RFQ Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 dumber:, At CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Due' Date` July 1 31,2018 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. PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal d7 Project #1: Project Name: Orange County Stormwater Engineering Continuing Contract Type of Project/Service: Stormwater Engineering Address: 4200 S. John Young Parkway, Orlando, FL 32708 Contracting Agency/Client: Orange County Stormwater Management Division Contact Name and Phone #: Mike Drozeck, PE, CFM 1407-836-8680 Contact Email Address and Fax #: mike.drozeck@ocfl.net I N/A Contract Amount: $4.2M to date Date Work Performed: Ongoing Project 42: Project Name: Seminole Wekiva Contract Type of Project/Service: Stormwater and TMDL Address: 100 East First Street, Sanford, FL 32771 Contracting Agency/Client: Seminole County Public Works Contact Name and Phone #: Robert Walter, PE, CFM 1407-665-5753 Contact Email Address and Fax #: rwalter@seminolecountyfl.gov I N/A Contract Amount: $130,000 to Date I Date Work Performed: 2017 - Present Project #3: Project Name: City of Casselberry Water Quality Watershed Contract Type of Project/Service: Stormwater, Lakes Management and Water Quality Address: 95 Triplet Lake Drive, Casselberry, FL 32707 Contracting Agency/Client: City of Casselberry Contact Name and Phone #: Kelly Brock, PhD, PE, CFM, LEED AP 407-262-7725 Contact Email Address and Fax #: kbrock@casselberry.org I N/A Contract Amount: $415,000 to Date I Date Work Performed: 2013 to Present Project #4: Project Name: City of Lakeland Professional Lakes and Watershed Management Services Contract Type of Project/Service: Lakes and Watershed Management Services Address: 407 Fariway Avenue, Lakeland, FL 33801 Contracting Agency/Client: Lakes and Stormwater Division Contact Name and Phone #: Laurie Smith 863-834-6276 Contact Email Address and Fax #: laurie.smith@lakelandgov.net I N/A Contract Amount: $150,000 to Datel Date Work Performed: Ongoing Project #5: Project Name: Stormwater Infrastructure Criticality Analysis, Pinellas County Type of Project/Service: Watershed Management Address: 22211 U.S. 19 N., Clearwater, FL 33765 Contracting Agency/Client: Pinellas County Public Works Contact Name and Phone #: Paul Miselis, PE, ENV SP 1 727-464-8900 Contact Email Address and Fax #: pmiselis@co.pinellas.fl.us I N/A Contract Amount: $88,000 to Date I Date Work Performed: 2017 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal d7 �F�yF'Op,y f c '�o • FORD 011 I 1 FLORIDA Y = TECHNICAL APPROACH Geosyntec is a recognized national innovator in Water Resources Engineering, specializing in stormwater and watershed management. In our Winter Springs practice, our engineers and scientists are leaders in stormwater management, with decades of experience within the Central Florida stormwater industry. Geosyntec is dedicated to the success of the contract and will provide the necessary staff resources needed throughout the contract duration. A holistic approach to planning is one that brings in the many facets of water resources science and identifies strategies that maximize cost -benefit. Feasible projects may be straightforward civil improvements, natural system enhancements, programmatic optimizations, or public education measures. Our approach will be to thoroughly analyze available data, engage City stakeholders to understand expected outcomes, and to implement projects successfully. We understand that the management of stormwater runoff plays a significant role in the overall work flow of local municipalities such as the City of Sanford, including: •Local Public Works staff must not only address flooding when it occurs, but also maintain drainage infrastructure to ensure public safety in the future. *The effects of urbanization also stresses the City's natural drainage ditches and creeks, promoting erosion and sedimentation while encroaching on private property. •Flood and erosion control must be balanced by the need to address stormwater runoff quality and reduce pollutants before they impact sensitive water bodies. •Urbanization typically concentrates runoff and increases the volume of discharges, leaving less runoff available for surficial aquifer replenishment. The interplay of these issues creates the need for the City to find a way to effectively manage its stormwater runoff for the benefit of its citizens. A successful approach requires an evolution in the management of stormwater: away from considering stormwater as a burden to be dismissed as quickly as possible, towards considering stormwater a resource to be properly managed to the City's benefit. The projects to be addressed under this contract will work together to promote this goal. Meeting the challenge of evolving stormwater management strategies is something that the City's Stormwater Utility must embrace to successfully move into the future. Capital Improvement Program (CIP) strategies for water resources projects must prioritize efforts effectively to address immediate needs (e.g., flooding, erosion) but also be accountable to the future (water quality/pollutant reduction). This must be achieved in a time where budgets are limited by the economic downturn. The City is fortunate to have a dedicated funding source but must be careful to expend funds in the most proactive manner possible. For example, the effectiveness of a water quality BMP project should be clearly quantified prior to expending hundreds of thousands of dollars in construction, or risk not meeting pollutant reduction goals. Project Approach for Stormwater Retrofits Our project team has been carefully assembled to provide the most innovative and cost-effective solutions to the types of projects that will be addressed under this contract. Projects will be conducted in accordance with Geosyntec's proven work processes and quality control program. Geosyntec"' Page 32 _. consultants Once selected for a contract task assignment, Geosyntec will review available documentation and assemble a database of general project information to familiarize ourselves with the project area. We will then coordinate a scoping meeting during which the task assignment goals and constraints will be clearly established. Each task assignment will clearly describe the services required, state task start and completion dates to meet City expectations, and establish payment amounts and methods. The project team's extensive past experience with conducting similar projects along with experience managing projects for municipal clients will allow us to identify constraints and potential problems at project commencement that may derail the project schedule. For example, the following questions will be answered during scope development: Is the project focused on addressing flooding (retrofit, floodplain, etc.), water quality (TMDL, NPDES, etc.), or both? Will the project identify alternative solutions, or will it commence straight to design level engineering? Will permitting be required? Will there be significant utility or right-of-way coordination? Will the project require grant funding for implementation? Are there funding deadlines or political issues? Will the project need to meet NPDES or TMDL requirements? How can the deliverables provide program credit? Will there be a significant public involvement component? Once the scoping meeting is complete, Geosyntec will confer with the project team and identify key resources to be allocated to the project. Geosyntec is sensitive to the limited municipal budgets, so we will scrutinize all costs to ensure the City is receiving the most cost-effective work product to address its specific needs. As an example, our approach with typical retrofit projects has included the following elements: FA Desktop Review — This initial project element will focus on compiling available background information needed to support project requirements. This entails gathering GIS data, plans, environmental data relative to the project and compiling it into GIS geodatabases will also identify data gaps requiring additional data collection. Professional ConsultinEr Services permits, and . This process Field Review—This element includes a field investigation with photo/GPS documentation of key features (problem locations, drainage structures, conveyance features, wetlands, high water marks, etc.). During this initial survey, any geotechnical investigations and ecological assessments will be completed. Interviews will be held with City and regulatory personnel as well as residents, if applicable, to assess the frequency and severity of any problems. Geosyntec Page 33 consultants 0f ' SXK_. _..__....__... . Pr*ssio& 1l Consulti "ervi9`res �� r. � tiers{', `"f°� FORD FLORIDA i Existing Conditions Analysis — The completion of the desktop and field reviews allows for a complete understanding of the existing conditions of the project area. At this point, a hydrologic' & hydraulic (H&H) and/or pollutant loading model presentation of the project conditions may be developed to confirm the origin of any problems and provide the basis for evaluating corrective action measures. H&H modeling will generally be performed using [CPR or SWMM. Pollutant loading models may be simple spreadsheet -based EMC/land use applications or else more site- specific models in order to be consistent with TMDL/NPDES requirements. At this point, the issues at the project site will be fully defined and the objectives for corrective action established. Preliminary Engineering - Corrective Actions Analysis — This element entails evaluating alternatives to meet the established corrective action objectives and goals. This may include evaluating various flood reduction scenarios, water quality BMP implementations, erosion and sedimentation control measures, or some combination of these. Each alternative will be fully evaluated with respect to cost, land acquisition, long-term maintenance, constructability, utility conflicts, right-of-way/easement issues, and public acceptance. The focus will be on identifying implementable projects that are cost-effective and attractive to grant funding. Initial conversations with the SJRWMD or SFWMD will generally occur at this time to evaluate the permit feasibility of corrective actions. Concept sketches will be provided, and preferred alternatives will be agreed upon before proceeding with final design. Is Final Design Plans Production — Where implementation of capital projects is necessary, plans production will be conducted. Plans will be produced consistent with the City's CADD requirements. During this process, utility conflicts and right-of-way issues will be confirmed. All plans will go through a value engineering review while developing cost estimates to ensure the most economical solution is provided. Pay items will be prepared in accordance with standard FDOT line items or based on City preference. Construction specification packages will also be prepared at this time. Right-of-way, easement, and environmental assessment issues will also be addressed. Permitting — Permitting with the SJRWMD or SFWMD will generally occur at the 90% or 100% design plans interval. The Geosyntec Team's experience will minimize requests for additional information, thereby saving time and money. In some instances, permitting with other agencies including USACE, FDOT (drainage connections), or FDEP (utilities) may be necessary. _ Post -Design Services / Construction Oversight — Where necessary, the Geosyntec Team will provide post -design services including pre-bid support, pre -construction reviews, and construction oversight. Public Involvement - If public involvement is required on the project, it would generally be initiated at the preliminary design phase once an approved alternative is selected. Involvement at the time of construction initiation may also be beneficial to educate property owners on what impacts to expect. Typically, the more contentious a project is, the greater the value in involving the stakeholders early in the process. Geosyntec"' Page 34 - consultants clTv of _. _....._ ...... _ Professional +Consulting Services ervi+! es FLORIDA The City of Sanford has not specified particular projects to be completed under the continuing contract; however, we understand the firm selected for Stormwater Services should be able to address the following areas: #1- Watershed Management and Stormwater Master Planning: What is it? These services are generally needed to provide a comprehensive analysis of large geographical areas identifying flooding, water quality, and erosion control needs. Prioritized project recommendations are typically provided in order to plan for future CIP budgetary expenditures. These studies provide the opportunity to develop holistic solutions throughout the watershed rather than compartmentalizing one small problem area. Geosyntec will bring the following expertise to address these project needs: What does Geosyntec bring? Proposed Contract Manager Mark Ellard was involved with numerous stormwater master plans and watershed management plans of varying size and scope. Experienced Water Resources Engineers Erin Reed, Lee Mullon, Mike Hardin, and Thomas Amstadt were involved with many of these projects working under Contract Manager Mark Ellard. Deep bench -strength of natural resources experts with national experience in watershed management in urban, rural, and coastal jurisdictions which provides a unique and fresh perspective and approach to Florida's distinctive environment. Benefit to the City Staff with "Big Picture" project experience will result in cost effective and innovative project and schedule management to the City of Sanford. #2 - Nutrient Loading and Reduction Analysis: What is it? These services would be necessary to evaluate water quality impacts to receiving water bodies and to evaluate BMP performance. Although many other pollutants associated with stormwater are typically found impacting surface waters, nutrients are believed to be the cause of most of the impairments in surface water. Typical nutrient impacts are evaluated in terms of Total Phosphorus (TP) and Total Nitrogen (TN). Stormwater BMPs are designed to reduce the concentrations of these nutrients before discharging to receiving waters. The difficulty lies in the fact that oftentimes these constituents are removed by different mechanisms, or their interaction with each other (in lakes for example) is complex so it is not straightforward to determine the most effective treatment strategies. The current presumptive treatment criteria used by the water management districts is somewhat effective in removing nutrients, but enhancement through more innovative technology and/or treatment trains is necessary to be protective of receiving waters. Analysis to support effective nutrient reduction can take the form of simple spreadsheet -based models (using annual rainfall, land use, soils, and event mean concentrations [EMCs]) or complex hydrodynamic models such as HSPF, QUAL-2K, WINSLAM or others. What does Geosyntec bring? -- M Geosyntec Contract Manager Mark Ellard and his team have conducted numerous watershed level and basin studies that included water quality modeling to evaluate pollutant reduction BMP options. Several of the projects involved impaired receiving waters where TMDLs had been established. The projects have typically consisted of detailed GIS/spreadsheet analysis of several pollutants (including TP and TN) to Geosyntec Page 35 - consultants 4 CITY OF Professional Consultin Services sr �, SXRFORD .. �_���/' FLORIDA - determine annual loadings. Comparisons were then made to various BMP alternatives with resultant loading reductions to identify the most effective IN 1AA710NOI"RLST'L.>a`t"`NT°RA(II(t%x'"10" IIIPA('T DLA"LLOPIIL,II I OU IIIGIR"ATRMIT (ONTROL corrective action strategies. vY, Gu1kW D1,P 1.D, rclgw lGvt&kx.>I,xmEi Geosyntec has been fortunate to be involved with maintaining the national .x.eul t'hryartue ILuxa/ Rn<azaA Fig^um iaugvvu^sv Rne.u.ly Dvvd Stormwater BMP Database (www.bmpdatabase.org) which is a store[Pa azl house for data on BMP effectiveness, including nutrients. Geosyntec has ;w ;KKr- Urban Storn-ate(BMP completed much of the data evaluation and statistical assessment. H. Performance Monn nng Geosyntec has also been involved with development of several national water quality related manuals including: 2n am Urban Stormwater BMP Performance Manual — Geosyntec M_ Consultants and Wright Water Engineers under support from the USEPA, WERF, FHWA, EWRI, and ASCE. o Evaluation of BMPs and LID for Highway Runoff Control — Geosyntec Consultants, Oregon State University, University of Florida, and the Low Impact Development Center for the National Cooperative Highway Research Program, TRB, and NRC. IN Geosyntec's company expertise includes detailed water quality studies for numerous sensitive receiving waters throughout the Country. This includes personnel involved in the development of nutrient TMDLs, critique of nutrient TMDLs, use attainment studies, and the development of site specific alternative criteria. Water Resources Engineer, Erin Reed, Ph.D., P.E., developed a novel approach to evaluating nutrients in a nutrient impaired central Florida springshed while at the University of Central Florida prior to joining Geosyntec. Stormwater BMP expert, Mike Hardin, Ph.D., conducted state-of-the-art Florida stormwater BMP research, development and implementation at the University of Central Florida's Stormwater Management Academy for the last eight years before joining Geosyntec. Benefit to the City Expertise will ensure that water quality projects will be effective in meeting treatment goals, while maximizing City's cost benefit. #3 - Flood Studies: Whot is it? These services generally entail detailed hydrologic & hydraulic modeling to determine flood risk on a local or regional basis. Floodplain and/or floodway delineations can be used as local "best available information" for development decisions or Letter of Map Revision (LOMRs) can be prepared to update base flood elevations. Whot does Geosyntec bring? Proposed Geosyntec Contract Manager Mark Ellard and his team have successfully conducted numerous watershed level and smaller area studies to delineate floodplains for both riverine (channelized) and land -locked or lake ponding areas and are familiar with the models required and detail needed to meet FEMA requirements. Benefit to the City Experience gained through these efforts will allow us to provide more cost and time effective work products to the City, as well as ensuring deliverables meet regulatory requirements. Geosyntec Page 36 consultants O o r r CITY OF Professional Consulting Services #4 - Environmental Resource Permitting: What is it? These services would be needed in conjunction with most flooding or water 6=3 quality retrofit projects, or potentially the master permitting of a specific program of watershed improvements. Simple projects such as replacing or small upgrades to existing City infrastructure may be exempt from permitting, but generally any project with significant impact to wetlands or surface waters will require permitting with the SJRWMD. What does Geosyntec bring? Geosyntec Contract Manager Mark Ellard has permitted over 20 stormwater retrofits projects throughout Florida to address flooding, water quality, and /or erosion control. Many of these have dealt directly with the SJRWMD or SFWMD, and as a result Mark is very familiar with their requirements. Mark also has experience obtaining permits from other agencies that may be impacted by construction including the USACE, local utilities, FDOT, and FDEP. Benefit to the City ® Prior ERP experience helped us to develop good working relationships with SJRWMD staff, understanding their technical data needs and minimizing possibility for requests for additional information (RAls). #5 - Hydrologic and Hydraulic Stormwater Modeling: What is it? These services would be required to evaluate flooding level of services and confirm flooding problems. The modeling could be done on a small area basis, or on a watershed level. If simple level of service is desired for a particular drainage infrastructure, then the model can be focused with the amount of detail needed to meet project objectives. If floodplain delineation is necessary for FEMA purposes, then more detailed water shed modeling may be necessary. Typical models used in Florida for this purpose are [CPR, SWMM, and HEC -RAS, with other models used for specific purposes. Geosyntec is intimately familiar with each of these models. Geosyntec uses GIS to rapidly build models and store parameterization data making it easy to modify models to address calibration deficiencies or evaluate alternatives. GIS management also facilitates mapping of results and floodplains. What does Geosyntec bring? ® Geosyntec Contract Manager Mark Ellard has conducted dozens of stormwater projects where modeling was used to make improvement decisions. This includes large watershed, master plans, and basin studies as well as small area studies. For example, the model developed for the Alachua County Master Plan included 69 individual watersheds covering —880 square miles and had a hydrologic/hydraulic network of 4473 subbasins, 4944 nodes (junctions), and 6693 links (reaches). Lead Project Water Resources Engineer Thomas Amstadt was involved with the above referenced projects and served as the primary modeler for the Alachua County Master Plan. Benefit to the City IN Leveraging our past experience and GIS tools will result in more detailed models for less cost. #6 - FEMA Flood Map Revision Processing: What is it? Inaccuracies or limited detail in floodplain delineations can unfairly put citizens within a regulatory floodplain where limited risk is present. These services would be needed to resolve issues with current floodplain delineation on a parcel or regional level. Alternatively, underestimated flood Geosyntec"'11, Page 37 consultants 0/ � �SXKFOR' D _e _......... ... _ . ,,.,.,.Professional Consu lti nI • Services �``�-_..__..-� FLORIDA risk can put citizens in harm's way. These issues can be resolved through FEMA's Letter of Map Revision (LOMR or CLOMR) process. This generally requires detailed flood modeling and completion of standard forms. It should be noted that FEMA is very particular with regard to the data submitted and models used so familiarity with the process reduces requests for information. What does Geosyntec bring? Geosyntec Contract Manager Mark Ellard has conducted numerous watershed level and smaller area studies to delineate floodplains for both riverine (channelized) and land -locked or lake ponding areas. This includes working completing projects for the SWFWMD (a FEMA Cooperating Technical Partner), and other projects for municipalities. Mark is familiar with the models required and detail needed to meet FEMA requirements. Benefit to the City M Understanding FEMA process and data requirements will streamline map revision efforts. #7 - Water Quality Sampling, Analysis, and Statistical Data Generation: What is it? These services are generally needed to evaluate short or long-term trends in surface water quality impacts or to provide weighted stormwater discharge characteristics. Due to the inherent variability in sampling and analysis from the surface water matrix, detailed analysis is needed to accurately determine statistical trends and outliers in the data. This allows for realistic corrective action goals to be established when planning BMPs for water quality improvement. What does Geosyntec bring? M Geosyntec staff routinely conduct sampling activities of various terrestrial matrices including surface waters, soils, sediments, and groundwater, and coordinate for laboratory analysis. This data is used to develop historical trends, support corrective action decisions, and assess human health and ecological toxicity risk. We are familiar with State Quality Assurance Plan requirements and procedures to ensure sample integrity and minimize cross -contamination. Geosyntec has extensive experience using stormwater samplers for both grab and storm event (flow weighted) monitoring to evaluate water quality characteristics (influent/effluent sampling) to evaluate BMP performance. M Geosyntec staff routinely conducts hydrologic measurement activities associated with its water resources projects including stream flow/stage, lake stage, and others. Much like water quality data, this data is used to develop historical trends, calibrate models, and support corrective action decisions. Geosyntec's engineers have been involved with numerous past measurement projects and will efficiently complete these activities. M Benefit to the City M Experience will help insure waters are meeting pollutant reduction goals and BMPs are effective. Effective incorporation of real world data will increase validity of models and engineering calculations. #8 — Low Impact Development and Green Infrastructure Site Planning: What is it? These services would be necessary to assess practical stormwater designs for new development or re -development. Standard stormwater design principals would be applied to meet City and water management district requirements. Proper planning would also allow the integration of innovative stormwater management techniques such as LID (bioswales, rain gardens, pervious pavement, green roofs, rain barrels, etc.) to mimic pre -development hydrology and enhance water quality treatment. Geosyntec, , Page 38 consultants �4 {Q • O" FLORIDA R RR' R R11140A Professional Consulting Services Geosyntec has a depth of experience applying LID principals to new development or redevelopment opportunities. We have a track record of successful demonstration projects where hydrology and water quality are monitored to verify project objectives are being met. We have also been fortunate to develop LID implementation manuals for several of our clients to provide them a road map for promoting LID implementation in their communities. Benefit to the City 0 Experience successfully implementing LID technologies in urban environments. The Geosyntec Team can serve the City of Sanford as a "one stop shop" for stormwater projects. Examples include public involvement, construction administration, preparing BMP manuals, grant writing, providing expert witness testimony, peer reviews, and the full range of environmental assessments. We also understand that the City may wish the selected consultant to serve as "Subject Matter Experts" as needed to support staff. With our national resources, we can also accommodate any ancillary services that may come up such as structural, electrical, or mechanical engineering associated with stormwater treatment and/or pumping systems. We will make the City's job easier by leveraging our staff to effectively solve problems and maximize budget savings. Regulatory Drivers Impacting the City The regulatory climate for stormwater management is currently in flux, with many changes on the short and long-term horizon. Sanford must be proactive in addressing challenges brought on by this evolving climate. Geosyntec has project experience to assist the City in tackling these issues. Flooding Level of Service: Regulatory Issue: Flooding regulations are generally addressed at the local level with support from the regional St. Johns River and South Florida Water Management Districts. Insight: Newer portions of the City have been built in the past —20 years and are subject to current regulations for flood control (generally pre- versus post- discharge requirements). But many older portions of the City were built prior to these requirements and suffer from substandard flood management. This causes impacts where the old developments meet the new and creates difficulties maintaining a consistent level of service (LOS) for drainage infrastructure. This is also complicated by different portions of the City have differing soil characteristics which dictate different management styles (i.e., high percolation in some area vs. poorly drained soils in others). Recommended Strategy: Movement away from simple flow rate control to solutions which also address overall runoff volume control may be needed to effectively manage stormwater as a resource. Benefit to the City: More effective management of stormwater runoff and increased LOS. FEMA Floodplains: Regulatory Issue: Proper management of floodplains is critical to be protective of the City's residents. Poorly defined or underestimated floodplains pose a risk. Conversely, overestimated floodplains place an unreasonable burden on citizens requiring flood insurance. Insight: The City's management of floodplains is resource intensive as staff work for the protection of its citizens while at the same time trying to be sensitive to the burden of expensive flood insurance. Although the Flood Insurance Rate Maps (FIRMS) were recently updated for the City, budget limitations Geosyntec Page 39.; consultants �pt+FbR[Y a c r • • • • / Consultin it i ilr i 1 i //1 /oj FLORIDA did not allow a thorough detailed study of all City areas. As a result, there are a number of areas with approximate floodplain boundaries (Zone A) without specific base flood elevations defined. Recommended Strategy: More detailed study of floodplain areas would benefit the City in developing a more accurate representation of flood risk. Benefit to the City: Better assessment of flood risk for protection of property. NPDES: Regulatory Issue: Currently EPA requirements are incorporating more accountability to impaired waters into the permit, which the City is engaged in through the Lake Monroe Basin Total Maximum Daily Load (TMDL) Basin Management Action Plan (BMAP). Additional accountability in drainage infrastructure inventory and maintenance will also be required. Insight: The NPDES permit held bythe Cityfaces many challenges as the permit comes up for renewal in the future. This includes requirements for more detailed outfall inventories and accountability with maintenance efforts. Recommended Strategy: The City should be proactive with its permit compliance efforts, including completing its current aggressive drainage inventory efforts, identifying opportunities for enhanced. maintenance, and evaluating code changes that will make it easier to implement BMPs, particularly those that rely on Low Impact Design (LID) principles. Benefit to the City: Proactivity reduces long term permit compliance burden. Water Quality: Regulatory Issue: Addressing pollutant loads in stormwater is coming to the forefront as a management priority. As the stormwater industry has come to a realization that the presumptive treatment criteria we have been operating under the last 15 to 20 years has done some good - but not enough; enhancement of the way we treat pollutants in stormwater is necessary. The proposed Statewide Stormwater Rule that is currently in limbo went a long way to promote better treatment through stormwater Best Management Practices (BMPs) by promoting more accountability in design practices and the use of a treatment train approach wherein multiple BMPs are used to achieve better results. The recent promulgation of EPA's Numeric Nutrient Criteria (or possible FDEP criteria) for adoption in the near future for lakes and flowing waters cast another level of uncertainty on the forecast of regulatory requirements. Insight: A change in philosophy will better help the City meet its TMDL goals under the current Lake Jesup TMDL BMAP as well as other future impaired water directives. The City must stay abreast of these changes to face the future in the best position. Geosyntec's direct experience assisting Orange County with the Lake Jesup TMDL BMAP update will help the City meet its ongoing BMAP requirements. Recommended Strategy: In some cases, looking at management from a post- equals-pre-developmen t pollutant load standpoint may be necessary to provide adequate protection of receiving waters. A change in the way we look at site development is needed through adoption of more LID strategies. These same design concepts can also work well with the redevelopment of sites in urban areas where little to no treatment is currently being provided. Geosyntec consultants �ar,re M w n.w dn.wwa a en.o-o�u nw..mn Middle St. Johns River Basin Lake Harney, Lake Monroe, Middle St Johns River, and Smith Canal rea�asu�me«s fkMW DeprharM of En.anms.ofMPrvM4ur Page 40 -11H1,111 1171:,7 trmsu.u4Wu' `\ K1111Wk IN1711k1.1 i 17 s➢IkV N U1 R I RUq I'll „1'.11 %Hm, 11.4:1'1k11 F'. �TIIkFI (I R F.k+7tiTI:V� . .�.+.w.n...r...-.r.-.-.....-rte Regulatory Issue: Addressing pollutant loads in stormwater is coming to the forefront as a management priority. As the stormwater industry has come to a realization that the presumptive treatment criteria we have been operating under the last 15 to 20 years has done some good - but not enough; enhancement of the way we treat pollutants in stormwater is necessary. The proposed Statewide Stormwater Rule that is currently in limbo went a long way to promote better treatment through stormwater Best Management Practices (BMPs) by promoting more accountability in design practices and the use of a treatment train approach wherein multiple BMPs are used to achieve better results. The recent promulgation of EPA's Numeric Nutrient Criteria (or possible FDEP criteria) for adoption in the near future for lakes and flowing waters cast another level of uncertainty on the forecast of regulatory requirements. Insight: A change in philosophy will better help the City meet its TMDL goals under the current Lake Jesup TMDL BMAP as well as other future impaired water directives. The City must stay abreast of these changes to face the future in the best position. Geosyntec's direct experience assisting Orange County with the Lake Jesup TMDL BMAP update will help the City meet its ongoing BMAP requirements. Recommended Strategy: In some cases, looking at management from a post- equals-pre-developmen t pollutant load standpoint may be necessary to provide adequate protection of receiving waters. A change in the way we look at site development is needed through adoption of more LID strategies. These same design concepts can also work well with the redevelopment of sites in urban areas where little to no treatment is currently being provided. Geosyntec consultants �ar,re M w n.w dn.wwa a en.o-o�u nw..mn Middle St. Johns River Basin Lake Harney, Lake Monroe, Middle St Johns River, and Smith Canal rea�asu�me«s fkMW DeprharM of En.anms.ofMPrvM4ur Page 40 pt+PGBq 'Protessional Consulting Services 1. ORD FLORIDA Benefit to the City: Focus on distributed BMP system retrofits throughout the City's urban areas may minimize longterm capital expenditures. Planning & Development: Regulatory Issue: Based on the above listed regulatory impacts, a change in the approach to planning and managing new development may be warranted. A focus on stormwater as a resource will impact the approaches used to manage stormwater on the local development level. More attention to volume controls and pollutant reduction shift the focus towards more LID management techniques, particularly when lower capital cost can be realized. Insight: These methods can be promoted and supported through City policy (such as put forth in the City's Comprehensive Plan) and regulation (potential changes to City code). Recommended Strategy: The City can further impact stormwater management through other code enhancements or changes such as fertilizer ordinances or changes to natural land / wetland buffers requirements. Benefit to the City: Code and ordinance enhancements may allow for more streamlined implementation of water quality projects. CADD Capabilities Geosyntec's CADD resources utilizes the latest, state-of-the-art design and modeling software. Geosyntec's design software capabilities include the newest versions of Civil 3D, 3dsMax, Raster design, Map 3D, Microstation, InRoads, Rapid Design Visualization (RDV), and SurvCAD, among others. Geosyntec's CADD professionals, assisted with powerful design software, provide a full range of civil, water resources, geotechnical, environmental, and process engineering design services that capture design elements in figures, as -built (record) drawings, design drawings, construction drawings, three dimensional plans, and videos. Additionally, Geosyntec's CADD group can provide a rapid response while collaborating with clients, stakeholders, contractors, and consultants to provide an efficient product with strict adherence to our quality standards. Geosyntec's CADD experience and close relationships between CADD and engineering personnel, will facilitate effective project implementation. Geos.1- _ consultants Page 41 �Nenx�y � a 'a • • Details, plans, elevations, profiles, and sections • Quantity take offs (cut/fill volumes, areas, linear features, etc.) For cost estimates and budgeting • Civil, geotechnical, environmental site design elements • Third party CAD and survey data, including quantity estimates analysis • AutoCAD and MicroStation file conversion and technical support services • AutoCAD surface, including contours and TIN analysis • Support and assistance to surveyors and field verification efforts • Presentation/proposal AutoCAD and MicroStation graphics • Project CAD estimates/budgets • Rapid response, particularly during construction • Interoffice, client, contractor, vendor support • Paperless markups using dwf • AutoCAD training and mentoring for internal personnel • Support for graphical information systems (GIS) • Support for 3-d visualization and animations GIS and Modeling Capabilities Professional Consulting Services • AutoCAD Civil 3-D • MicroStation • Rapid Design Visualization (RDV) (3D animation) • SurvCAD (grade roads/linear features on slopes) • HydroCAD (surface water) • Impression (graphical representation of CAD file) Geosyntec emphasizes the use of GIS in its stormwater projects. Using industry standard ESRI-based ArcGIS, we will leverage a wealth of geodatabase management expertise to the city's advantage. Using project -specific GIS geodatabase schema allows for the storage of large amounts of basin modeling data in a consistent, topologically controlled environment. This allows for easy model updates and exporting input parameters to models such as EPA SWMM or ICPR. Linkages to the city's drainage inventory can be developed to streamline import of that data into models. Also, simple web -based graphical user interfaces can be applied to allow non -GIS users to benefit from its robust data management capabilities. Our additional 3D, spatial, geostatistical, and topographical processing GIS processing tools increase the efficiency of model parameterization, allowing more time to be spent on alternatives analysis. Our GPS/GIS based handheld field units with photo -linking capabilities further cut down on the time needed to collect, process, and store project data. Stormwater and watershed data will be managed in ESRI ArcGIS ° ArcServer with SharePoint Integration m ° ArcGIS Advanced (Arclnfo) 10.x based framework with • ArcGIS Standard (ArcEditor) geodatabases being the primary • ArcGIS Basic (ArcView) data repository. Various ArcGIS • Customized Tablet Based Data Collectors licenses are available to key • LP360 LiDAR Extension personnel, including ArcGIS Advanced (Arclnfo) and Standard (ArcEditor) and ArcGIS Pro on a concurrent (floating) license basis. Each key team member will also have an ArcGIS Basic (ArcView) license (single desktop or floating license) for general data management and map production purposes. Data management will also be conducted using specific ArcGIS extension tools such as Spatial Analyst, 3D Analyst, etc., able to be Geosyntec Page 42 consultants ess►onal on®u t►nw � Services XKFORD P FLORIDA :P accessed on a floating license basis by key team members, as well as third party GIS tools such as LP360 for LiDAR data management. GIS tools will be used to assist in the development of the hydrologic and hydraulic models for this project. All modeling is expected to be accomplished using SWMM version 5, or compatible modeling platform alternative. It is anticipated that during the course of model development and execution, multiple instances of SWMM will be in use concurrently. Other modelingtools (XP-SWMM, PC-SWMM, ICPR, HEC -RAS, CHAN, PONDS, MODFLOW, MIKE SHE, etc.) may be used on an as needed basis to improve the modeling and predictive capabilities of the City's existing stormwater models and drainage systems (i.e., surface water — groundwater interaction, water quality pollutant modeling, etc.), including 2-D surface water modeling. Geosyntec empowers each of its stormwater engineers with the tools and training to be fully functional and able to accommodate work on any of the assigned tasks. Each of the engineers listed on the organizational chart have experience with GIS and hydrologic & hydraulic modeling. Key project personnel will each have a dedicated state-of-the-art computer with enhanced processing power and memory resources from which to conduct watershed management activities. In addition to access to a stable of concurrent GIS and modeling licenses, the team members are supported with a full suite of Microsoft Office with Adobe Acrobat and have access to AutoCad Infrastructure design packages. The Geosyntec Team will provide ample computer software and processing resources to complete intensive CAD and GIS processing and modeling tasks in a timely and cost- effective manner. Geosyntec is committed to maintaining up-to-date software and Geosyntec also develops and hosts web -based GIS data viewers for computing technology, enabling us our clients. This allows the benefit of GIS data to be leveraged across to have the computing resources a wider client audience that does not have access to GIS licenses. For available to provide excellent service Orange County we set up an interface for their digital watershed and responsiveness. information. Orange County struggles, having to manage various disparate watershed and stormwater related GIS geodatabases along with related reference data (plans, permits, photographs, etc.). Custom online tools are being developed to assist staff with daily workflows all though a non-proprietary web browser interface, developed both on desktop and mobile platforms. Geosyntec will bring its depth of experience with BMP performance monitoring to the City's benefit. In these days of tight municipal budgets and higher accountability for BMP pollutant reduction effectiveness, ensuring that BMPs are performing per design is critical. This is particularly important when grant funding is used. We have been involved on the national level in numerous studies and research efforts to evaluate the effectiveness of various traditional BMP and LID techniques. Experience also extends to monitoring systems in upstream tributaries or downstream receiving waters. We have also managed the installation and operation of stream gauge level/flow measurement systems, as well as lake level and meteorological stations that collect overall water budget data to support project calibrations. Geosyntec consultants Page 43 � sANFORD ........ ....... _....._.......... _ ...... __ . 0_., s � Professional Consultor Service �� i i• � FLORIDA ADEQUACY OF RESOURCES Geosyntec is committed to meeting the City of Sanford's needs for expeditious completion of assignments. Below is a table summarizing the key staff availability, indicating significant availability to meet project requirements. Project Project Rale Availability Into 2018 Contract Manager/Principal in Charge —50% TMDL basin evaluations, water quality modeling, —80% groundwater modeling Watershed and stormwater hydrologic & hydraulic —60% modeling, stormwater retrofits Stormwater BMP and nutrient reduction strategies —70% and design, water quality monitoring Stormwater system design and permitting, construction oversight, integrated water resources —60% solutions In addition to committing our resources to the City of Sanford, we have vast experience handling concurrent workflows within robust contracts. Geosyntec has the processes and approaches in place to meet the schedule demands for this project. Our resource planning focus enables us to commit our qualified personnel to successfully fulfill the City's goals. Geosyntec's Florida personnel have demonstrated their ability to address complex workload demands by managing several large and complex long-term contracts with local, state, Federal, and private clients. Our Contract Manager, Mark Ellard is dedicated to the success of this contract and the support of its staff throughout its duration, and is committed to supplying the personnel, software, and equipment resources necessary for successful project completion. MANAGEMENT AND SCHEDULE Our plan for effective project management is predicated on the belief that our job is to make life easier for the City's staff, and to effectively solve their problems. We will afford the City most favored client status in order forge a lasting work relationship. We will consider ourselves an extension of the City's staff, working closely with the City's project managers to ensure that needs and goals are being met. Geosyntec will bring a flexible focus and will not rigidly try to "do it our own way" at the expense of project success. At Geosyntec, we understand the business of local government and the daily demands of strict accountability, tight budgets and deadlines, and answering to a diverse range of customers — who are also constituents. Geosyntec professionals strive to develop and implement practical, often innovative solutions that help our clients meet management objectives as well as resolve the site-specific technical challenges. We can expedite a project to alleviate imminent concerns or, conversely, perform a project Geosyntec z Page 44 consultants • I • 1 Consulting FORD .,,FLORIDA in phases to meet the annual limitations of a capital improvement program. We have also helped our clients identify funding mechanisms and secure grants to provide needed capital for projects. Geosyntec has a proven track record to comply with schedule requirements for multiple, concurrent complex projects. The Project Team, led by Contract Manager and Principal -in -Charge Mr. Mark Ellard, PE, CFM is committed to the success of this project with the City of Sanford. We are willing to meet the City's time and budget requirements. Upon initial task assignment from the City, the Project Team will prepare a master schedule. Using Microsoft Project° or equivalent project management software, the Project Manager will establish the following project baselines: The Project Manager will use internal milestones to produce deliverables in time for internal quality control and peer review process, as discussed below. Project schedules will include time for coordination and review with the City prior to final "They have repeatedly proven to us their deliverable due dates. If review of the project schedule reliability to complete difficult assignments on a indicates a potential impact to project milestones or tight schedule and within budget." endpoints, the Project Manager will investigate the — Harold Williams problem and may reallocate resources to compress the k National Aeronautics and Space Administration schedule or establish new dates for completing tasks or milestones after consulting with the City. The Project Manager will only modify baseline schedules with approval from the City following a change in scope or other conditions. The Project Manager will immediately notify the City of potential variances to the project schedule and keep the City appraised of any proposed corrective actions. The Project Manager will provide the City with comprehensive status reports, presented at monthly progress meetings or other schedule as needed, which will include project progress, deliverable status, and budget status. Typical causes for schedule erosion include delay in obtaining needed information, changes to scope, regulatory challenges, and workload of assigned project professionals. The Project Team will make requests for needed project information, under the control of the City, at the kickoff meeting for each project or task assignment. Our experience in working on numerous similar assignments will provide the knowledge to know what is needed and what is not needed for a particular assignment. Reallocation of resources is the necessary response to schedule erosion due to workload issues. Excessive workload of assigned staff typically occurs when other existing project commitments are increased due to unforeseen changes to scope. This will be corrected by engaging additional staff from within Geosyntec's Florida offices or other offices nationwide. For this reason, several mid-level engineers outside of Florida recently obtained Florida Professional Engineer's licenses and remain available to assist if needed. Budget Control and Tracking: Geosyntec considers cost control to be a critical measure of project success for our clients and our project managers. During each phase of a project (e.g. investigation, design, construction, and operation and maintenance) we apply our project management and technical Geosyntec Page 45 - consultants pfi4Rq Professional ConsultmL7 Services skills to control our cost to the City and reduce overall project costs. After work breakdown structure data have been entered into the BST"' project accounting system, the Project Manager and Task Managers have online access to summary and detail reports with near real-time data. The reports reflect labor hours charged to each project as well as individual expenditures. The reports also allow project leaders to review actual versus budgeted costs at the task or subtask level. Task managers will use Earned Value Analysis (EVA) to assess project progress against baseline budgets and schedules. When a budget variance occurs, the Project or Task Manager will inform City staff immediately and describe the nature of the variance and proposed corrective actions, which may include one or more of the following: (i) reevaluating the scope of remaining work and attempt to consolidate tasks; (ii) reducing remaining scope requirements; and/or (iii) increasing the scope and budget after consulting with City staff. Communications: Regular communication will be accomplished through progress review meetings to be held monthly (or on a schedule acceptable to the City). Coordination with the City, outside agencies, and Geosyntec will be documented in meeting minutes and phone logs. Geosyntec's approach to successful project completion starts with strong project management and effective communication, and then is supported with resource commitment. Our Project Manager, Mark Ellard, will be the focal point for project communication, coordination, and administration for all components of the contract work. Cost -Saving Measures: Through the evaluation of multiple design alternatives, use of innovative project delivery methods, and implementation of value engineering analysis, Geosyntec realizes significant cost savings for its clients. The Project Team will use this same approach for City projects with an emphasis on significant overall reduction of capital construction and long-term operation and maintenance costs. Our experience with similar municipal projects in the past allows us to accurately estimate project budgets and work within the City's budget constraints. Our attention to detail and focus on project objectives will allow us to spend effort only on scope items that bring a tangible benefit to the project and not pad the deliverables with unnecessary data or analysis. Quality Assurance and Quality Control: Geosyntec has adopted a discipline of strict internal quality control. As "Geosyntec has consistently worked within part of the firm's Quality Management Plan, Geosyntec budgetary limits, provided excellent work developed a document titled Guidance for Systematic products and have always demonstrated a Planning of Project Workflow. This manual supports firm- commitment to provide outstanding service." wide project management training and is readily — L. Chris Pearson accessible to all employees. The Project Workflow City of Jacksonville, FL document provides procedures for project planning; quality assurance; financial and schedule management; Environmental Health and Safety (EH&S); field investigations; sampling and analysis; data management; calculations and modeling; engineering design; plans and specifications; and construction bid packages. It describes specific management procedures for small to large projects and defines the roles and responsibilities of the project team in relation to quality objectives. A cornerstone of our Corporate Quality Management Plan are our quality control review procedures. Geosyntec has established multiple levels of quality control. First, we have a Peer Review procedure. Every set of calculations must be reviewed by a peer, someone at approximately the same level as the author but who is not directly involved in preparation of the calculation package. Each calculation package is accompanied by a cover sheet whereby the peer reviewer can sign off on this initial review Geosyntec Page 466 consultants 5 H 4k4 ,,rr,:rwam • , • • CITY OF Professional Consulting Services and later on any revisions made as a result of the initial review. After the peer review process is complete, the package receives senior review, typically from the engineer of record for the assignment. INNOVATIVE CONCEPTS Geosyntec provides both public and private clients with technical services in environmental engineering consulting and design. Our public -sector clients include municipal, state/regional, and national governments. We develop and implement new technology applications and practice capabilities to achieve our goal of providing the best possible service and value to our clients. Geosyntec will leverage the following innovative technologies and strategies to the City's benefit: Expertise in Stormwater collection and treatment system design and engineering including structures, pump, piping and the appropriate permitting for each project: A significant portion of the City's stormwater services will likely be focused on solutions to analyze, design, permit and construct stormwater and stormwater retrofit facilities. Stormwater retrofits improve water quality and flooding level of service (LOS), which benefits the City, its citizens, the environment, and the local economy. These solutions must carry a positive benefit -cost in regards of the water quality improvement (e.g. $/lb of pollutant removed) to most responsibly utilize City funds. The Geosyntec Team excels in the design and implementation of stormwater collection and treatment systems. Our staff has performed some of the key research and development of stormwater treatment BMPs in use throughout the state, including: Pervious pavement systems ® Floating treatment wetlands Underground storage and stormwater m Biosorption activated media harvesting a (Bold and Gold 1m) im Polyacrylamide applications III Erosion Control BMPs We have also been actively involved in construction oversight and monitoring of the effectiveness of BMPs to ensure they are meeting projected goals. In fact, we have been involved in writing BMP/LID design and monitoring manuals for several state and federal agencies including the recent Orange County LID Manual. The Geosyntec Team will leverage the following special expertise to the City's advantage: International BMP Database: Geosyntec is a lead consultant in the development and maintenance of this clearinghouse of BMP effectiveness data (www.bmpdatabase.org). This database incorporates data from over 530 studies throughout the US and includes over 70 sites in Florida. BMPs addressed include traditional wet and dry stormwater ponds, and green infrastructure practices such as pervious pavement, bioretention, rain gardens, and stormwater harvesting. Involvement in this project has resulted in the understanding that simple BMP percent reduction is not often an effective way to determine BMP performance as performance varies significantly with influent concentration and watershed characteristics. Real Time Control of BMPs: Providing real-time control when retrofitting stormwater BMPs can help to maximize hydrologic performance and pollutant reduction potential. For example, retrofitting pond control structures with smart controls that hold back treatment volume during a dry or inter -event period and then evacuate volume for flood control in advance of storm events can help to increase effective annual residence time. Geosyntec developed a control system, "OptiRTC" (www.optirtc.com) that can be adapted to a wide range of BMP control scenarios which may result in increased nutrient Geosyntec Page 47 consultants removal effectiveness. These weather sensitive controls working with other technologies such as stormwater harvesting can help minimize the potential for blow through of pollutants during extreme events or loss of attenuation volume during the wet season. Our subsidiary Rainwater Recovery (www.rainwaterrecovery.com) utilizes innovative control tools to maximize BMP efficiency of stormwater harvesting systems, and this expertise can be employed to the City's benefit. Geosyntec also provides expertise in conventional civil engineering stormwater design, including the hydraulic design of stormwater pumping stations and large structure retrofits. An example of this is our retrofit of the Bonnie Brook pump station, located in Orange County, which includes the design of pump station improvements to increase the pumping capacity for a subdivision that routinely floods during heavy storms. Geosyntec demonstrated that improvements to the hydraulic efficiency of the wet well will enable larger pumps to be used without causing cavitation and pitting of the pump impellers. Expertise in Generating technical plans and rt specifications for construction: Geosyntec provides a full range of civil -water resources, engineering design services that capture design elements in figures, construction details, as -built (record) drawings, design =1� ___ drawings, construction drawings, technical If 9 - - specifications, and special provisions. These deliverables are key to provide the sound and defensible design (1 necessary to deliver succesful contract documents. Geosyntec will rely on City design standards, proven state mon�n� B g. or federal standards such as the Florida Department of Trasnportation (FDOT) Standard Specifications, or will design unique standard specifications to fit each project's goals. Expertise in Stormwater and Watershed Modeling Analysis: H&H modeling will play an integral role in many of the projects under this contract, including watershed management activities and retrofit projects. Geosyntec possesses a high level of modeling expertise within the company that will benefit the City. Geosyntec's lead engineers have over 1,000 square miles of detailed modeling expertise using ICPR. This experience and familiarity will lead to cost savings for the City as less time will be spent compiling data, determining drainage patterns, and troubleshooting models. Geosyntec staff routinely use models to evaluate improvement alternatives on a watershed scale down LO the local level, allowing effective, and implementable design selections. More complex project implementation requires greater attention to the interaction of surface water and groundwater where we can apply expertise through traditional MODFLOW based tools or more sophisticated models such as MIKE SHE. ForTMDL and NPDES support, water quality and ecological models may be needed beyond the capabilities of commonly used spreadsheet -based pollutant loading models. We have familiarity with the State's application of SJRWMD's Pollutant Load Screening Model (PLSM) and the EPA's Spreadsheet Tool for the Estimation of Pollutant Load (STEPL) consultants Page 48 e�t4Rp o h1CITY OF e � 1 u Q 0>1.4 Professional Consulting Services models in the context of BMAPs. Where more complex analysis may be needed, industry standard models such as SWAT, HSPF, EFDC, WinSLAM, and CE -QUAL -W2 may be employed to characterize receiving waters. Recent examples of intensive ICPR modeling efforts include the Orange County Woodsmere Watershed Management Plan (147 basins, 260 nodes, and 349 links) and the Hyatt Farms Flood Impact Study in Osceola County (580 basins, 586 nodes, 1876 links). Our professionals are experts in Central Florida watershed management and modeling and have performed several management studies for several local watersheds including the Shingle Creek Watershed, Little Wekiva Watershed, and the Big Wekiva Watershed. Geosyntec's knowledge and implementation of the Southwest Florida Water Management District's (SWFWMD) Geographic Watershed Information System (GWIS) has allowed Geosyntec to develop standardized online digital watershed systems (e.g. OCWIS data viewer). These online digital watershed solutions allow for efficient watershed and stormwater management workflows for municipalities, such as live updating of stormwater assets, real-time access of environmental remote sensing systems, and improved maintenance practices. Expertise in construction administration services: As GEOSI'NTEC CONSULTANTS Gtvttitnttv:° part of our standard workflow for implementing P-hntroph�P—rd 1 c Client: Orange County PnbiW Project Number: F41'3107 stormwater retrofits and other capital projects, Stormoter Bio. Site Fame:Hanrel Stormnater Pond Site Lacarhm: Belle We. Florida Geosyntec's engineers routinely take projects through photograph= the study and design phase into post design. This typically Dar: 111201.1017 3:02 FM Me" E includes assisting our clients with cost estimating,instaBatlunbatbeen C'ommevn. sheet pdr UJGu %�i1 « dW�� i✓�'>'r118 n scheduling, bid specifications package production, value completed along the, rnmheadohhepond dx engineering, pre-bid and pre -construction meeting support, shop drawing review, construction site visits, and as -built plan preparation and project certification. For small to mid-size projects, we typically assign engineers that worked on the design for consistency. For larger construction project support, Geosyntec has a full-service Construction Services group that can provide full time personnel and support. Expertise in the collection and analysis of flow proportionate stormwater runoff samples: Implementing BMPs for stormwater runoff in Florida has been commonplace for over 25 years. With the advent of more stringent regulatory requirements, the traditional "presumptive compliance" assumed for BMPs is under scrutiny. Municipalities such as the City of Sanford need to ensure that its BMP implementation will function as intended with realistic pollutant reduction success. Current TMDL reduction allocations are provided in terms of annual pollutant load reductions. It is uncertain at present how meeting a concentration dictated by NNC will be achieved if the focus is only on mass loadings. Research has clearly indicated that all BMPS do not function the same in all locations, and that actual BMP removal efficiency on a percent basis is a function of the influent concentration (i.e., the "dirtier" the influent, the higher the removal efficiency). As such, it will become increasingly important to properly characterize BMP influent and effluent to fully understand actual pollutant reduction efficiency. The Geosyntec team provides stormwater sampling services for our clients on a routine basis and is equipped to meet these needs for the City to ensure BMPs are in compliance with expectations. As an example, the Bay Lake Water Quality retrofit project included design of modular wetland BMPs and the performance of a 30 -month monitoring and sampling Geosyntec consultants Page 49 �,}3F4W,y Professional ConsultinLy Services SXKFORD ,,,aa:ret"" FLORIDA program to determine the pollutant reduction effectiveness through flow proportionate stormwater autosampling. Assistance with City staff at public meetings, including the generation of exhibits _Geosyntec will work hand-in-hand to meet the City's public outreach and involvement strategies. Often it is beneficial to provide exhibits and visual aids that tell more of a story than a typical engineering design schematic or typical section does. Our visual analysis teams are able to develop photo -realistic representations of improvement designs to obtain community support and stakeholder buy -in during the conceptual and design phases. Expertise with TMDL water body evaluation, study and/or BMP Implementation Effectiveness study/evaluation: As Florida's population increases, municipalities and MS4 NPDES permit holders will have more responsibility and accountability to protect and restore impaired waters. This will include tie-ins to the load reduction allocations established in TMDL BMAPs. Additional accountabilty in drainage infrastructure inventory and maintenance will also be required, as well as the creation of Standard Operating Procedures for program operations. With stormwater BMPs having been implemented across the state, in every municipality, a growing concern is whether these costly capital improvements are functioning as intended. The incorrect application of scientific principles in designing stormwater BMPs can lead to an over -prediction in pollutant load reduction, falsely demonstrating projects are meeting TMDL and BMAP intent. Our in- house capabilites include calculators that use best scientific and modeling practices to streamline the determination of critical factors, such as minimum media contact time, and peak flow through rates to size each BMP and determine their effectiveness. Each of these calculators requires simple input of site characteristics and provides output to use in the BMPTRAINS water quality model to calculate pollutant load reduction. Source control measures are also critically important to addressing water quality impairment, with street sweeping widely considered to be one of the most cost-effective pollutant control practices. The City of Sanford should closely consider the effectiveness of the existing street sweeping City of Lakeland and FSA Study program. Geosyntec found that the 2011 Florida 9000 Stormwater Association's (FSA's) Street Sweeping a 7500 Study, widely used by MS$s for reporting pollutant reduction, did not consider seasonality and other 6000 issues that may greatly impact the amount of It:: 4500 pollutant reduction (particularly nutrients) for ;000 street sweeping. Geosyntec demosntrated in the z City of Lakeland, Florida, that total nitrogen and = I500 1 h h df t t 0 a Lakeland Phase I - TC a Lakeland Phase I - NTC a Lakeland Phase Il - TC a FSA tots p osp orus remove rom s ree sweeping -- commercial Residenlial to be up to an order of magnitude higher than the FSA study reports. These findings were presented to FDEP and were approved for the City of Lakeland. This is a tremendous benefit for Lakeland to meet ongoing NPDES, TMDL, and BMAP goals. Geosyntec Page 50 - consultants o ORD FLORIDA Insurance Certificate (Attachment B) Conflict of Interest (Attachment C) Non-Collusion/Lobbying Certification (Attachment D) Drug Free Workplace Certification (Attachment E) Acceptance of RFQ Terms and Conditions Certification (Attachment F) Addenda Acknowledgement (Attachment G) Addendum 1 Signature Page Addendum 2 Signature Page Addendum 3 Signature Page Addendum 4 Signature Page Corporate Standing and Authorized Signatories (Attachment H) Authorized Signatory Letter Proposed Schedule of Subcontractor Participation (Attachment K) Proof of Licenses/Certifications Geosyntec Florida Engineering License Florida Department of State Certificate of Good Standing W-9 Form Standard Form 330 Part 11 Disputes Disclosure Form Florida Statutes on Public Entity Crimes Certificate of Non -Segregated Facilities Compliance with the Public Records Law Respondent Business Information Affidavit Geosyntecl�' consultants Attachment "B" Insurance Requirements IL COVERAGE REQUMED Workers' Compensation *Certificates of exemption are not acceptable in lieu of workers compensation insurance Commercial General Liability shall include- Bodily Injured Liability and Advertising Injuring Liability Coverages shall include: Premises/ Operations; Products/Completed Operations; Contractual Liability; Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, CSL, shall include "any auto" or shall include all of the following: owned, leased, hired, non -owned autos, and scheduled autos. Professional Liability (when required) Contract Exceeds $500,000,180 days and unusual hazards exist Employers Liability $1,000,000.00 Each Accident $1,000,000.00 Disease $1,000,000.00 $3,000,000.00 Per Occurrence $3,000,000.00 General Aggregate $ 1,000,000 Combined Single Limit $ 1,000,000 General $1,000,000.00 Minimum Contract does not Exceec $500,000,180 days and no unusual hazards exist Employers Liability $500,000.00 Each Accident $500,000.00 Disease $500,000.00 $1,000,000.00 Per Occurrence $1,000,000.00 General Aggregate $ 1,000,000 Combined Single Limit $ 1,000,000 General Aggregate $1,000,000.00 Minimum Contract does not Execs $25,000, 30 days and no unusual hazards exist Employers Liability $500,000.00 Each Accident $500,000.00 Disease $500,000.00 $500,000.00 Per Occurrence $500,000.00 General Aggregate $ 500,000 Per $ 500,000 General Aggregate $1,000,000.00 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. Garage Keepers (when required) Garage Liability (when required) $3,000,000 Aggregate: No per vehicle maximum preferred $3,000,000 Combined Single Limit $3,000,000 General $1,000,000 Aggregate: No per vehicle maximum $1,000,000 Combined Single Limit $1,000,000 General $500,000 Aggregate: No per vehicle maximum preferred $500,000 Combined Single Limit $500,000 General Aggrel City of Sanford Finance Department Purchasing Divisioncll� % ���%s`„�►� �,, �,�,,°viii'' of 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 CONSULTANTS COMPETITIVE � NEGOTIATION ACT (CCNA) >W ;, + Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Requirements IL COVERAGE REQUMED Workers' Compensation *Certificates of exemption are not acceptable in lieu of workers compensation insurance Commercial General Liability shall include- Bodily Injured Liability and Advertising Injuring Liability Coverages shall include: Premises/ Operations; Products/Completed Operations; Contractual Liability; Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, CSL, shall include "any auto" or shall include all of the following: owned, leased, hired, non -owned autos, and scheduled autos. Professional Liability (when required) Contract Exceeds $500,000,180 days and unusual hazards exist Employers Liability $1,000,000.00 Each Accident $1,000,000.00 Disease $1,000,000.00 $3,000,000.00 Per Occurrence $3,000,000.00 General Aggregate $ 1,000,000 Combined Single Limit $ 1,000,000 General $1,000,000.00 Minimum Contract does not Exceec $500,000,180 days and no unusual hazards exist Employers Liability $500,000.00 Each Accident $500,000.00 Disease $500,000.00 $1,000,000.00 Per Occurrence $1,000,000.00 General Aggregate $ 1,000,000 Combined Single Limit $ 1,000,000 General Aggregate $1,000,000.00 Minimum Contract does not Execs $25,000, 30 days and no unusual hazards exist Employers Liability $500,000.00 Each Accident $500,000.00 Disease $500,000.00 $500,000.00 Per Occurrence $500,000.00 General Aggregate $ 500,000 Per $ 500,000 General Aggregate $1,000,000.00 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. Garage Keepers (when required) Garage Liability (when required) $3,000,000 Aggregate: No per vehicle maximum preferred $3,000,000 Combined Single Limit $3,000,000 General $1,000,000 Aggregate: No per vehicle maximum $1,000,000 Combined Single Limit $1,000,000 General $500,000 Aggregate: No per vehicle maximum preferred $500,000 Combined Single Limit $500,000 General Aggrel a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure );, Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of City of Sanford ( Finance Department I Purchasing Division COY qE 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 .f7"t':,CC2P.•.E."vT f'6•.a,`aCT� CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) ' Term Contract` TITLE: PROFESSIONAL CONSULTING SERVICES a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure );, Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. 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. AFFIANT SIGNATURE Mark Ellard, PE, CFM, DVRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was executed before me this 16'Il'Ada 7 of 7S U\ t -A 20 N(, by PVLy ema,-� as Savor !A - of who — personally swore or affirmed that he/she is authorized to execute this document andthei eby bind the Corporation, and who who personally known to me OR has produced as identification. CLARISSA YUKNAVAGE t e f Florida at 0 29 eo f GG 071 4 5 Feb 8 , 2021 Nati Bonded through National Notary ASS9, Notary Public - State of Florida NOTARY PUl Commission # GG 071294 (stamp) mm. Expires Feb 8,2021 It2W "y Co E�,� 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 12" Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford Finance Department Purchasing Division OTY of 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 V.- Z5ANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. 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. AFFIANT SIGNATURE Mark Ellard, PE, CFM, DVRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was executed before me this 16'Il'Ada 7 of 7S U\ t -A 20 N(, by PVLy ema,-� as Savor !A - of who — personally swore or affirmed that he/she is authorized to execute this document andthei eby bind the Corporation, and who who personally known to me OR has produced as identification. CLARISSA YUKNAVAGE t e f Florida at 0 29 eo f GG 071 4 5 Feb 8 , 2021 Nati Bonded through National Notary ASS9, Notary Public - State of Florida NOTARY PUl Commission # GG 071294 (stamp) mm. Expires Feb 8,2021 It2W "y Co E�,� 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 12" Failure to submit this form may be grounds for disqualification of your submittal' Attachment "C" Conflict of Interest Statement A. I am the Senior Principal of Geosyntec Consultants, Inc. with a local office in [Insert Title] [Insert Company Name] Winter Springs, FL and principal office in Boca Raton, 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 infonnation 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 Divi sion/Department/Offi ce. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, l/we, the undersigned, as authorized signatory to commit the firm, certify that the infonnation as provided in Attachment "C", Cr ntliet Interest Statement, is truthful and correct at the time of submission. AFFIA1GNA URE Mark Ellard, PE, CFM, D.WRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was executed before me this 6 day of fit,,\ 20 156, by K(L V- t.,\ krA as swot of � � C e+`y + ` S x_, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersanall known to me OR has produced as identification. • . a=e �': aCaL,AhRoIuSSAkYwE MotaryPubllc -lorida 94o� ACommission2 RY PUBLIC, Sate YC�n2021 (stamp) _ . SUBMIT WITH YOUR. RFQ RESPONSE `Failure to submit this form may be grounds for disqualification of your submittal -'10 City of Sanford I Finance Department I Purchasing Division CITY OF S ORD 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCE DEPAHThAENT NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the Senior Principal of Geosyntec Consultants, Inc. with a local office in [Insert Title] [Insert Company Name] Winter Springs, FL and principal office in Boca Raton, 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 infonnation 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 Divi sion/Department/Offi ce. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, l/we, the undersigned, as authorized signatory to commit the firm, certify that the infonnation as provided in Attachment "C", Cr ntliet Interest Statement, is truthful and correct at the time of submission. AFFIA1GNA URE Mark Ellard, PE, CFM, D.WRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was executed before me this 6 day of fit,,\ 20 156, by K(L V- t.,\ krA as swot of � � C e+`y + ` S x_, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersanall known to me OR has produced as identification. • . a=e �': aCaL,AhRoIuSSAkYwE MotaryPubllc -lorida 94o� ACommission2 RY PUBLIC, Sate YC�n2021 (stamp) _ . SUBMIT WITH YOUR. RFQ RESPONSE `Failure to submit this form may be grounds for disqualification of your submittal -'10 h. CITY OF OD S R FINANCE DEPARTMENTCONSULTANTS City of Sanford Finance Department Purchasing Division 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 110 j 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 by Geosyntec Consultants, Inc.- whose business address is [Name of entity submitting swDrnstatementj 1511 East State Road 434, Suite 1005, Winter Sorinits. Fl, 32708 and (if applicable) it's Federal Employer Identification Number (FEIN) is 59-2355134__ (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Mark Ellard, PE, CFM, D.WRE__ and my relationship to the above is Senior Principal [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, 1/we, IIIundersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment Coo Iusi Lobbying Certification, is truthful and correct at the time of submission. AFFIANT S URE Mark Ellard, PE, CFM, D.WRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The forcooint, instrument was executed before me this 644' day of 20 by o.,*, as S4X\Vr who personally swore or affirmed that he/she is authorized to execute this document and there y bind the Corporation, and who is.RRL.sonall known to me OR has rodu Led- identification. CLARISSA YUKNAVAGE Notary Public - State of Florida eo k�: Commission # GG 071294 NOTARY PUBLI ��t of �—f\ Irl -11 S9--* My Comm. Exlpires Feb 8, 2021 (stamp) Bonded through Natioril Notar� AsSn. TT,-7MD SUBMIT WITH YOUR RFQ RESPONSE '4'Y'Failure to submit this form may be grounds for disqualification of your submittal'' City of Sanford I Finance Department I Purchasing _ Divisimi cn,m 300 N. Park Aventie Sulte 243 2nd Floor, Sanford Florida 32771 SXNFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 — ,�mc^vuw'M,w/ CONSULTANTS COMPETITIVE NEGOTIATION ACT (C H | | Term Catitrmsk TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "E"Drug-Free Workplace Certification When applicable, the drug-free oerUfiondnnform below must he signed and returned with the KF0response. In order tohave odmg-hceworkplace program, obusiness shall: A. Publish o statement notifying employees that the unlawful manufacture, diskibubun, dispensing, puumesykm, or use o[o controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations ofsuch prohibition. O. lnfonnemployees about the dangers oCdrug abuse inthe workplace, the 6uoiness'policy ofmai nta|ningadrug-free woJ9|mmu any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug ubuuuviolations. C. Give each employee engaged in providing tile commodities or contractual services that are tinder bid it copy of the stoten mnt specified in the first paragraph. D. In the statement specified in the first paragraph, notify the ump\oy*exthat, m ncondition ufworking onUwcomnmdNo or contractual services that are under bid' tile employee will abide by the terms o[the statement and will motlt� the employer of any conviction of, or plea o[guU|y or nolo contendere to, any violation of chapter 803, Florida Statutes, orufany *uo(ml|md substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such 2. Inqmm:w sanction on, or require the satisfactory participation in, ndrug abuse assistance cnrehabilitation program if such is available in the employee's community, by tiny employee who is so convicted. F. Make agood fitbheffort to continue tnmaintain odrug-free workplace through implementation ofthe foregoing 0ythe ui8nuone(s)below, |/wo the undersigned, as authorized signatory to commit the firm, certify that the information as provided it) Certification, is truthful and correct ntthe time oySubmission. Mark Ellard, PE, PMDYVKB Typed Name of AFFIANT Title STATE, OF Flo d4a' COUNTY OF Seminole 'file foregoing instrument was executed before me this day of mVr as of who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is�41qrionilft known to me Ol� has plo t c as identification. oflda _L "" jfF'g Fry P.0 b 1'�"c - Sla 0 -State oOf Florida Notary Public es eb I AN P MIT WITH YOUR RFQ RESPONSE 43 City of Sanford I Finance Department I Purchasing Division City or 300 N. Park Avenue Suite 243 2111 Floor,, Sairford Florida 32771 Phone: 407-688-5028, or, S,ANFORD .40 ' 7-688-5021 HNANCE 0WARMNI CONSULTANTS COMPETITIVE NEGOTIATION ACT(CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attaclunent "F" Acceptance of Proposal Terins and Conditions I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept it) total till 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 Attachnient "IT" Acceptance of Proposal Terms and C.'onditions are ail acknowledgment OfIlly/Off full tinderstanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the pat -ties in writing. Proposer/Contractor Name: cleosyntec Consultants, Inc, Mailing Address: 1511 East State Road 434, Suite 1005, Winter Spriq_s, H, 32708 Telephone Number: 407,3).J 7030 Fax Number 407-321-7031 E' -mail Address: Inell, el),geOsYnteexolli Mark Ellard, PE, D,WRE, FEIN: 5r)-2355134 Autilorill gi ry Printed Name Senior Principal Title STATEOF Florida C'01JN1'Y OF Seminole 'I'lle Ibrogoing histrunlent was executed before me this 6+V\ (I it y of, 20 k by of-, who �rs octinient and 1hereby bind the Corporation, and who is.PmLl!� personally swore or affirmed that he/she is authorizcd to execute t li�. know, OR has produced as identification, CLARISSA YUKNAVAGE Notary Public - State of Florida GG 7 NOTARY PUBLIC, State Commission# GG07129 Feb6, 21 My Comm. Expires b 6, 2021 Banded thmugh,7WOmal NoWyAw. PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE """Failure to submit this form niny be grounds for disqualification of your submittal"O M Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. I Dated: June 5, 2018 Addendum No. 2 Dated: June 11, 2018 Addendum No. 3 Dated: July 20, 2018 Addendum No. 4 Dated: July 26, 2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: Geosytec Consultants, Inc. Mailing Address: 1511 East State Road 434, Suite 1005, Winter Springs, FL 32708 Telephone Number: 407-321-7030 Fax Number: 407-321-7031 E-mail Address: mellard@geosyntec.com 110 Mark Ellard PE CFM D.WRE FEIN: 59-2355134 Authorized Signatory Senior Principal Title Printed Name July 31, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal'' A5 City of Sanford I Finance Department I Purchasing Solicitation Division I Number:; cirw of CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 �RFQ,� ORIS Phone: 407-688-5028, or 5030 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE Due'Date: NEGOTIATION ACT (CCNA) July 31, 2018 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. I Dated: June 5, 2018 Addendum No. 2 Dated: June 11, 2018 Addendum No. 3 Dated: July 20, 2018 Addendum No. 4 Dated: July 26, 2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: Geosytec Consultants, Inc. Mailing Address: 1511 East State Road 434, Suite 1005, Winter Springs, FL 32708 Telephone Number: 407-321-7030 Fax Number: 407-321-7031 E-mail Address: mellard@geosyntec.com 110 Mark Ellard PE CFM D.WRE FEIN: 59-2355134 Authorized Signatory Senior Principal Title Printed Name July 31, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal'' A5 City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 236, Sonford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 F'ax. 407-688-50211 Bmall: 'S,X�F`RD 'I Wrow V #1 FINANCE DEPARTMENT 1,FB 17/18-33 PROFESSIONAL (."ONSULTING WRY!_ A through F included in 'fab A, Fimis Qualiflications and Experience; and 0 through L. include in "Fab "J'„ 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 reccipt of bids/proposals or by including this Addendum witli your submittal, Failure to comply may result in di scl ual ification of your response. Acknowledgment is hereby made of Addendurn #1 to JVB 17/18-33 Professional Consulting Services- (CCNA) Gcosyntec Consultants, Inc,mellard(@)° ccosyntec.00111 Name of Firrn/Company Contact Email 1511 East State Road 434, Suite 100.5 Winter Springs, 141, 32708 Street Address City, State, Zip Code 407-321-7030 "felephone Number Mark E'llard,PE, CFM, D,WRE 'd - Authorized Person Printed le Authorized Per.S7,61 signature ..'4407-321-7031 urnber Senior Principal Authorized Person Title Date of Signature Cit- y of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: ADDENDUM #2 FINANCE DEPARTMENT RF Q 17/18-33 PROFESSIONAL CONSULTING SE!Iyj���ES CCNA Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I Just submit our qualifications for the pr(kiect? If there are precertibrms, can you direct me to thein? 'I'm not finding them on your website. A7. No additional documents to process for fare -certification. The committee will evaluate each proposal based on the qualifications. 11. CLARIFIC'ATIONS: a. This proposal is a R,equest for Qualification R17Q 17/18-33 please note Addendum #1 was posted as an IF B 17/18-33 correction is RF Q 17/18-33 Professional Consulting Services- CCNA. b. Attachment 'IF" has been revised please complete and process with the proposal. c. 'I'lie evaluation scoring system Vedion .5.06 Fee Schedule Tab "Ell has been revised to read as Additional Information. (L GSA Form SF -330 has been broken down in sections, please follow Vection 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendurn with your submittat Failure to comply may result in disqual i ri cation of your response. Acknowledgment is hereby made of Addendum 42 to RFC 17/18-33 'Professional Consulting Services. (CCNA) Geosyntee Consultants, Inc.niellaft rdcosyntec.cOm Nnrne T)f- F11i ii-p—aiuy Contact f'.'mail 1511 East State Road 434, Suite 1005 Street Address 407-321-7030 Telephone Number Mark llard, PE, CFM. I).WRE' Authorized Person Printed N cmc Authorized PVorson Signature Winter Springs, FI, 32708 City, State, Zip Code 407-321-7031 P'ax urnber Senior Principal Authori Person 'Title Date of Signature City of Sanford I Finance Department I CITY 01' Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Entail: SkNF(0*)RD #3 FINANCE DEPARTMENT RISC17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) A16. Please use"rob 'T"Additional Information to add the additional disciplines. Q17. Could you confirm that, resumes and protect description will only be required in SF -330 section I and nowhere else in the proposal'? A17, Yes, however, insert in Tab "A" per Vedion S. 11. CLARIFICATJONS: a. Attachment 11K11 (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read lVection 5 for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurernent Division prior to the hour and date specified for receipt of bids/proposa,ts or by including this Addendum with your submittal. 1,ailure 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) Geosyntec Consultants, file. mellardCa)mantec.com m........... Name of Firm/Company Contact Email 1511 last State Road 434, Suite 1005 Street Address 407-321-7030 ,rciephone Number Mark Ellard, PE, CFM, D.WRE, Authorized Person Printed Na ic Authorized Winter Spri!jp, Fl, 32708 City, State, Zip Code 407-321-7031 Fax Number Senior Principal Authorized Person TFti—c Date of Signature u City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771. Phone: 407-688-5028 or 5030 ( Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA ADDENDUM #4 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Geosyntec Consultants, Inc. mellard@geosyntec.com Name of Firm/Company Contact Email 1511 East State Road 434, Suite 1005 Street Address 407-321-7030 Telephone Number Mark Ellard, PE, CFM, D.WRE Authorized Person Printed Name Authorized Person Signature 9, Winter Springs, FL 32708 City, State, Zip Code 407-321-7031 Fax Number Senior Principal Authorized Person Title July 31, 2018 Date of Signature City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2n' Floor, Sanford Florida 32771 S oRD- Phone: 407-688-5028, or 5030- �407-6�88-5021� FINANCE DEPARTMENT CONSULTANTS COMPETITIVE ....... . . . . . . . . NEGOTIATION ACT (CCNA) lr�iy,rl 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 frorn a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that tile information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Geosyntec Consultants, Inc. Mailing Address: 1511 East State Road 434, Suite 1005, Winter.�pLhlg,�:,_Fl, 32780 Telophonce Nu bel- 4 -,r.)21-7030 Fax Number: 407-321-7031 E-mail Address: inellat-d@geosyntec.coni Mark Ellard, PE, CFM, D.WaE FEIN: 59-2355134 Atitliori'zcd Signatory Printed Name Z' Senior Principal 74 ,J Y i -t -le Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE `2'Failure to submit this form may be grounds for disqualification of your submittal" ' 900 Broken Sound Parkway eosvriLe� FLSuite3487 [vim C Boca Raton, FL 33487 Consultants P 561-995-0900 u1 FAX . 561-995-0925 \VW\\"-eosynteCXom 31 July 2018 City of Sanford Purchasing Division 300 N. Park Avenue, Suite 243, 2nd Floor Sanford, FL 32771 RE: Solicitation RFQ 17/18-33 Professional Consulting Services — CCNA To the Purchasing Manager: I hereby certify that Jim Langenbach, PE, BCEE, as Senior Principal and Vice President, is an authorized signatory on behalf of Geosyntec Consultants, Inc. to negotiate and/or sign contracts, agreements, amendments and related documents to which Geosyntec will be duly bound. Si cerely, Daniel A. Schauer, P.G., LEP, CIE Senior Principal/Vice President engineers ? scientists t innovators a,►� we ' "I FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 I'lione: 407-688-5028 or 5030 1 Fax: 407-688-50211 Entail: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA Attachment "K" Proposed Schedule of Subcontractor Participation ADDENDUM #3 M No Subcontracting (of any kind) will be utilized on this project. I Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: $ —iye — Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, I' mail Trade, Services or Materials portion to be subcontracted Percent o (%) (0/.)) of Sco e/Contract Federal ID Dollar Value W Woman — 11 Hispanic w SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION "MEMO Minority Code Code Descr3 tion Minoritv Code Code Desai tion AA African American NA Native American A Asian/Pacific Islander W Woman — 11 Hispanic w SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Geosyntcc Consultants, Inc. Mailing Address: �l 5 11 East State Road 434, Suite 1005, Winter Springs, FL 32708 Telephone Number: 1497,.-� �214C.39.1­ _M__ Fax Number: 407-321-7031 E-mail Address. __.niellard @,g .com Mark Ellard, PE, CFM, D,WRE AuthoriTW �lg`li" ry Printed Name FEIN: 59-2355134 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'O'Failure to submit this form may be grounds for disqualification of your submittal11� VOR", n. Sol Sta IM Is authorized under the prov to the public through a Profi Expiration: 2/28/2019 Audit No: 228201902523 R Geosynte0' consultants Services rida eers AFBPE [LORIDA BOAR001 IWO I ssfmm I NONI INS to offer engineering services apter 471, Florida Statutes. CA Lic. No: 4321 State of Florida Department o State �f I certify from the records of this office that GEOSYNTEC CONSULTANTS, INC. is a corporation organized under the laws of the State of Florida, filed on December 1, 1983. The document number of this corporation is G72454. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 2, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and tae Great Seal ofthe State of Florida at Talhik asse e, the CapiAW, this die Eighteenth day of January, 2018 J-11, I Secretary of State TrackingNumber: CUBM531009 To authenticate this certificate,visit the following siteenter this number, and then follow the instructions displayed. https:flservices.sunbiz.orgIFflingsICertificateOfStattisICertfficateAuthentication ar,,,,r , asTaxpayer 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 your social security number (SSN). However, for a resident I I ( } alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identification number to enter. 519.2131515111314 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 I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. person (including a U.S. resident alien). Certification instructions. You must cros..s out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed repo all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisl onon o�donment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, Oa ments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the�inIructions on page,4j Sign signature of or s/�%') �j Here U.S. person D- L ( L .4 2( '" ) .J �, -Yd s %'(. 1A � Date 1111, A person who is required to file an information return with the IRS, must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. U.S, person. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. For federal tax purposes you are considered a person if you are: a an individual who is a citizen or resident of the United States, a partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, or any estate (other than a foreign estate) or trust. See Regulation section 301.7701-6(a) for additional information. Foreign person. If you are a foreign person, use the appropriate Form W-8 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the recipient has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement that specifies the following five items: 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. Cat. No. 10231X Form W-9 (Rev. 10-2004) WM 9 Form Request for Taxpayer Give form to the (Rev. October 2004) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service N Name (as reported on your income tax return) rn M Geosyntec Consultants, Inc. o Business name, if different from above c 0 N N CL o Individual/ Check box: ❑ Sole ✓❑ ❑ ❑ > Exempt from backup ❑ v appropriate proprietor Corporation Partnership Other _ _ _ _ _ _ _ _ _ _ _ _ _ _ ____ withholding O i y Address (number, street, and apt. or suite no.) Requester's name and address (optional) a 900 Broken Sound Parkway, Suite 200 (Corporate Office) U City, state, and ZIP code U CD Boca Raton, FL 33487 (D 0 List account number(s) here (optional) 0 ar,,,,r , asTaxpayer 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 your social security number (SSN). However, for a resident I I ( } alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identification number to enter. 519.2131515111314 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 I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. person (including a U.S. resident alien). Certification instructions. You must cros..s out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed repo all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisl onon o�donment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, Oa ments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the�inIructions on page,4j Sign signature of or s/�%') �j Here U.S. person D- L ( L .4 2( '" ) .J �, -Yd s %'(. 1A � Date 1111, A person who is required to file an information return with the IRS, must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. U.S, person. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. For federal tax purposes you are considered a person if you are: a an individual who is a citizen or resident of the United States, a partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, or any estate (other than a foreign estate) or trust. See Regulation section 301.7701-6(a) for additional information. Foreign person. If you are a foreign person, use the appropriate Form W-8 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the recipient has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement that specifies the following five items: 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. Cat. No. 10231X Form W-9 (Rev. 10-2004) PART 11— GENERAL QUALIFICATIONS - (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM (OR BRANCH OFFICE) NAMES 3. YEAR ESTABLISHED 4. DUNS NUMBER Geosyntec Consultants, Inc. 1983 12-2492390 2b. STREET 5. OWNERSHIP 1511 East State Road 434, Suite 1005 a. TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Winter Springs FL 32708 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Large Business Mark Ellard, PE, CFM, D.WRE, Senior Principal 7. NAME OF FIRM (if block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAILADDRESS 407-321-7030 mellard@eeosyntec.com Geosyntec Consultants, Inc. - _ - 8a. FORMER FIRM NAMES) (If any) NUMBER Sb. YR. ESTABLISHED 8C. DUNS NU CITY OF /Sk�4FORD FINANCE DEPARTMEfTr SECTION 00452 Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. I Has Your firm, or any of its officers, received a reprimand of any nature or been Suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (Y/N) 2. Has your firm, or any member of your firm, been declared it removed from a contract or job related to the services your firm course of business within the last five (5) years? No default, terminated or provides in the regular _ (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Yes _ (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Geosyntec Consultants, Inc. Signature of Authorized Re Mark Ellard, PE, CFM, D.WRE, Senior Principal Printed or Typed Name and Title of Authorized Representative RFQ 17/18-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:OOPM Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM IN ik icy n,. G Florida Public Enmity Crimes Statement "a=11o4 { � ` iw� K u f" `t I" 1 IR; I I 1 " w 6 G { 1" sh ! I t " � I '� 11 ' 1 � E Ib 'i ,� I� ; i � � I" A, A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act (CCNA) Professional Consulting Services. B. This sworn statement is submitted by Geosyntec Consultants, Inc. whose business address is [Name of entity submitting sworn statement] 1511 East State Road 434, Suite 1005, Winter Springs, FL 32708 and (if applicable) it's Federal Employer Identification Number (FEIN) is 59-2355134 Number of the individual signing this sworn statement: _ (If the entity has no FEIN, include the Social Security C. My name is Mark Ellard, PE, CFM, D.WRE and my relationship to the above is Senior Principal [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signatures) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Public Entity Crimes Statement Section 00453-3, is truthful and correct at the time of submission. AFFIANT SfONA URE Mark Ellard, PE, CFM, D.VWRE Typed Name of AFFIANT Senior Principal Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was executed before me this day of20 by aswho personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ep rsonally known to me OR has produced as identification. .•;�va�F,, CLARISSAYUKNAVAGE } ate Notary Public -State of Florida NOTARY PUBLIC, State of Commission 9 GG 071294 (stamp) :" N1yComm.ExpiresFeb8,2021 Banded through National Notary Assn. PLEASE COMPLETE ANDG ;, i i YOUR i,(� I IRESPONSE M.^ d I: k c� �r I k. f J, 9 (.. 4 F171 !6.7, C E ��) t` CITY OF z SkNFORD FINANCE DEPARTMENT SECTION 00450 The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Geosyntec Consultants, Inc. Name of Bidder Signature of Authorized Representative Mark Ellard, PE, CFM, D.WRE, Senior Principal Printed or Typed Name and Title of Authorized Representative RFQ 17/18-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM 11tiltz"1411115 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) 1. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: R 17/18-33 Due July 31, 2018 @ 2:00 PM Geosyntec Consultants, Inc. Proposer/Bidder Signature of Authorized Representative (Affiant) Date Mark Ellard, PE, CFM, D.WRE, Senior Principal Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA \ � , On this 2S4"*' day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared 'V� ckev_ L Z_A�0_lr C\ whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. — UAM�_Dr (Notary Public in an for the Courftiand State Aforementioned) SEAL My commission expires: r\xPv- �4 2-02- CLARISSA YUKNAVAGE Notary Public — State of Florida Commission # GG 071294 My Comm, Expires Feb 8, 2021 roc Bonded through National Notary Assn. 00438-2 F1W PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE - 11cul'' ''? ��� �:, MY OF SANFORD _FNANCH DEPARTMFNT City of Sanford Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 CONSULTANTS SULT'ANT'S COM ET'ITIVE NEGOTIATION ACT (CC AS 1t: TERM CONTRACT 'T'IT'LE: PROFESSIONAL C SULTTNG SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, X corporation, _trade or fictitious name under which you do business and the address of the principal place of business: 900 Broken Sound Parkway, Suite 200 Boca Raton, FL 33487 The correct name of the Company is: Geosyntec Consultants, Inc. a. FEI/EIN Number 59-2355134 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation 1983 b. State of Incorporation Florida c. Chief Executive Officer — Name and Title Peter Zeeb, PhD, PG, LSP, President and CEO d. Vice President Name Thierry Sanglerat, PE e. Secretary's Name Doug Larson, PhD, PE, LSP f. Treasurers Name Majdi Othman, PhD, PE g. Name and address of Florida Resident Agent Thomas A. Peel PhD. 900 Broken Sound Parkway, Suite 200, Boca Raton, FL 3.3487 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization b. Name, Address and Ownership Units of all Partners c. State whether general or limited partnership 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. 5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute. 6. How many years has your organization been in business under is present business name? 7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the Proposal/Bid. Please attach certificate of competency and state registration. 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR -S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT THE BID OR PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. AFFIANT SIGNATURE Typed Name of AFFIANT n Title STATE OF T-- i COUNTY OF &"Lr, �\-Q— The foregoing instrument was executed before me this day of 20 It, by ask Hca a of &-itz S who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to rne OR has produced as identification. CLARISSA YUKNAVAGE Notary Public - State of Florida NOTARY PUBLIC, State of T\0i-&k I I G 0 1 9 _m 's Commission 9 GG 071294 (stamp) xpire' e a 0 1 My Comm. Expires Feb 8, 2021 through National , Notary Assn. Bonded through National Notary Assn. PIMP PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE IV -Failure to submit this form may be grounds for disqualification of your submittal 'El