Loading...
2086 RFQ 17/18-33, CCNA Engineering Services - Mead & HuntCITY OF Yt SWORD FINANCE DEPARTMENT Thursday, December 20, 2018 PURCHASING DEPARTMEW TRAmsmITTAL MEMORANDUM TO: City Cler ayor The item(s) noted below is/are attached and forwarded to your office for the following action(s): F1 Development Order F1 Mayor's signature F]Final Plat (original mylars) El . Recording Letter of Credit Rendering F] Maintenance Bond Safe keeping (Vault) F1 Ordinance F] Deputy City Manager F] Performance Bond F1 Payment Bond F] Resolution F] City Manager Signature El F1 n City Clerk Attest/Signature City Attorney/Signature Once completed, please: F] Return originals to Purchasing- Department F] Return copies EJ Special Instructions: J-ihey 13oja4zide,v- From SharePoint Finance Purchasingjorms - 2018.doc Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND MEAD AND HUNT, INC. FOR SOLICITATION NUMBER: RFQ 17118-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this °day of-k4W,'2019, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "CITY"), whose mailing address is 4401 Eastport Parkway Port Orange, Florida 32127, and MEAD AND HUNT, INC., a Wisconsin corporation, (hereinafter referred to as the "CONSULTANT") whose address is 2440 Deming Way; Middleton, Wisconsin 53562-1562. 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 17118-33 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 111aL' , 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 2111age CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's response to each such request. (g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, beheld invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONSULTANT, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this instrument for the purpose herein expressed. Attest: THE CITY OFiSAN William L. Colbert, Esquire City Attorney SIGNATURE BLOCK FOLLOWS: 4 111 a L) c Attachment A - Billing Rate Schedule THE CONSULTANT David A. King, PE Vice President Date 5�i c ATTACHMENT A MEAD & HUNT, Inc. Municipal Billing Rate Schedule Effective January 1, 2019 Standard Billing Rates Clerical................................................................................................................................. $70.00 / hour Registered Land Surveyor.................................................................................................$132.00 / hour Technical Editor, Biologist.................................................................................................$105.00 / hour Technician I, Technical Writer, Administrative Assistant .....................................................$86.00 / hour Technician 11, Surveyor - Instrument Person..................................................................... $105.00 / hour Technician III..................................................................................................................... $119.00 / hour TechnicianIV.....................................................................................................................$135.00 / hour Senior Technician..............................................................................................................$146.00 / hour Engineer I, Scientist I, Architect I, Interior Designer I, Planner I .......................................$115.00 / hour Engineer II, Scientist II, Architect II, Interior Designer 11, Planner II ..................................$133.00 / hour Engineer III, Scientist III, Architect III, Interior Designer 111, Planner III .............................$143.00 / hour Senior Engineer, Senior Scientist, Senior Architect, Senior Interior Designer, Senior Planner, Senior Economist.....................................................................................$150.00 / hour Project Engineer, Project Scientist, Project Architect, Project Interior Designer, ProjectPlanner..................................................................................................................$159.00 / hour Senior Project Engineer, Senior Project Scientist, Senior Project Architect, Senior Project Interior Designer, Senior Project Planner ..................................................$172.00 / hour Senior Associate, Principal.............................................................................................$188.00 / hour Expenses Geographic Information or GPS Systems.......................................................................... $100.00 / day Total Station Survey Equipment......................................................................................... $110.00 / day Charges for other equipment may appear in a proposal Out -Of -Pocket Direct Job Expenses... ..................................... .......... ............................... cost plus 15% Such as reproductions, sub -consultants / contractors, etc. Travel Expense Company or Personal Car Mileage................................................................................... IRS rate / mile Air and Surface Transportation...........................................................................................cost plus 15% Lodging and Sustenance....................................................................................................cost plus 15% Billing & Payment Travel time is charged for work required to be performed out -of -office. Invoicing is on a monthly basis for work performed. Payment for services is due within 30 days from the date of the invoice. An interest charge of 1.5% per month is made on the unpaid balance starting 30 days after the date of invoice. This schedule of billing rates is effective January 1, 2019 and will remain in effect until December 31, 2019, subject to the terms and conditions in the Agreement. i CONTRACT TERMS AND CONDITIONS FOR SERVICES PROCUREMENTS The following terms and conditions apply to all City of Sanford procurement activities whether consummated by contract documents in the form of an agreement, a work order, a purchase order or any other form of communication. These terms and conditions are incorporated into such documents in full as if set forth therein in haec verba. The City's Vendor: (1). The term "vendor" as used in these terms and conditions means and includes a vendor, contractor, consultant and other suppliers or services, by whatever name such as by means of, by way of example only, contracts, agreements, work orders, purchase orders, etc., and is hereby defined to include the person or entity, including, but not limited to, the person or entity's employees, officers, managers, servants, partners, principals, affiliates, principals, agents officials, subvendors and assignees who are providing services to the City. (2). The City shall not be contractually or otherwise obligated or liable to any party other than the vendor. There are no third party beneficiaries. (3). The vendor is an independent contractor and not an agent, representative, or employee of the City. (4). Execution of the City contract documents by the vendor is a representation that the vendor is familiar with the services to be provided to the City or performed for the City and with local conditions. The vendor shall make no claim for additional time or money based upon its failure to comply with the City contract documents. The vendor has informed the City, and hereby represents to the City, that it has extensive experience in performing and providing the services described in the City contract documents and which may be identified in work orders, and that it is well acquainted with the work conditions and the components that are properly and customarily included within City projects and programs and the requirements of laws, ordinances, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the City's projects and programs. Execution of the City's contract documents shall be an affirmative and irrefutable representation by the vendor to the City that the vendor is fully familiar with any and all requisite work conditions of the provision of the services to the City. Jeft Triplett Art Woodruff Kerr} S. Wiggins, Sr. Patrick Austin Patty Mallany Morton N. Bonaparte, Jr. lviayor District I District 2 District 3 District 4 City Manager City kali, 2" Floor . 300 I`\. Park Aventre - Sal lord, FL 32771-1244 . PO Box 1768 • Sanford FL_ 32772- 1 788 p, 407.688 5020 • f 407.688.5021 . S2nfordfl.gov General Rules Of Contract Terms: (1). The vendor's obligations herein are a material inducement for the engagement of the vendor to the City to have the City procure the provided services from the vendor and the vendor's failure to execute its obligations shall constitute a contract default. (2). Words of any gender shall be held and construed to include any other gender, and words in the singular number shall be held to include the plural, unless the context otherwise requires. (3). Captions are set forth for the purposes of convenience and reference only and in no way define, limit or otherwise describe the scope or the intent, of any term or condition or in any way affect the interpretation of the contract documents. (4). The contract documents between the City and the vendor are the result of bona fide arm's length negotiations between the City and the vendor and the City and the vendor have contributed substantially and materially to the preparation of the terms and conditions that have been agreed to control the respective contractual obligations of the City and the vendor. Accordingly, the terms and conditions shall not be construed or interpreted more strictly against any one party than against any other party. (5). The terms "work order" and "purchase order" may be used interchangeably and represent a written authorization by the City to a vendor for a vendor to provide services to the City. (6). The exhibits to the contract document will provide a precise description of the services and the rate of compensation. They may also provide a time for the provision of the services to commence in addition to a precise description of the services. Loyalty To City: (1). The vendor shall, at all times, maintain complete loyalty to the City and disclose any circumstance that could be detrimental to the City or advantageous to the City regardless of any representation, or services performed to, or services provided to, any other client of the vendor. Any representation or work performed to another client of the vendor after the occurrence of an event that could result in a detriment to the City or the failure to provide to the City any information to the City that could be, in any way, of benefit to the City or which could result in a Jeff Triplett Art VfVoodrUff Kerry S. Wiggins, Sr. Patrick Austin Fatty Nhai-tany Norton 14. Bonaparte, Jr. Mayor District .1 District 2 [District 3 district 4 City Manager City Hall, 2" Flom . 300 kJ1 murk F dFerrrEa- • 5a nfordi FL 32771-1244 - PO Box, 1788 t Sanford Ff_, 32772-1785 p. 407.05£ 8.5020 • f. 407.688.5021 ° sanfordfl.gov 'ST.A detriment to the City shall be an irrebuttable conflict of interest. The word "client" means and includes customers of any type or nature whatsoever. (2). Any vendor who submits a false claim shall be liable to the City and shall reimburse the City when such a claim is found to have been submitted by a controlling legal authority as well as for any and all statutory penalties set forth in controlling law. A vendor will be deemed to have submitted a false claim to the City if the vendor: (a). knowingly presents or causes to be presented to an officer or employee of the City a false claim or request for payment or approval; (b). knowingly makes, uses, or causes to be made or used a false record or statement to get a false claim paid or approved by the City; (c). conspires to defraud the City by in any way causing a false claim allowed or paid by the City; (d). knowingly makes, uses, or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to pay or transmit money or property to the City; or (e). is a beneficiary of an inadvertent submission of a false claim to the City, subsequently discovers the falsity of the claim, and fails to disclose the false claim to the City within a reasonable time after discovery of the false claim. (3). Any alteration of any City form by the vendor (without the express written consent of the City which the City shall not give absent extraordinary circumstances with the approval of the Purchasing Manager and City Attorney) shall constitute a breach of contract and a default. Only City forms may be used in contract implementation with regard to any manner proposed to be binding upon the City. (4). Vendor certifies and affirms the truthfulness and accuracy of each statement of its communications with the City and his certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into by the City. Jeff Triplett Ari Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Norton N. Bonaparte, Jr. Nriayor District 1 District 2 District 3 District 4 City (Manager City Hall, 211�` Floor . 300 N Park Avenue . Sanfcru, FL. 32171-1244 • [10 Box 1708 ° Sanford FL, 32712-1788 p iOT633. 020 « f. 407.68c, X021 . sanfordfl.go V -0 OR Vendor Responsibilities: (1). The vendor shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the vendor under the City contract documents as well as the conduct of its staff, personnel, employees and agents. (2). The vendor shall provide to the City a list of employee working days, times and assignments within 2 hours of the City's request for such information and the City may request, and the vendor shall provide, employee addresses and drivers' licenses. The vendor shall work closely with the City on all aspects of the provision of the services. With respect to services, the vendor shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes only and not as a limitation: documents, analysis, reports, data, plans, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the vendor under the City contract documents. The vendor shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The vendor's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. (3). Neither the City's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under the City contract documents or of any cause of action arising out of the performance of the City contract documents and the vendor shall be and remain liable to the City in accordance with applicable law for all damages to the City caused by the vendor's negligent or improper performance or failure to perform any of the services furnished under the City contract documents. (4). The rights and remedies of the City, provided for under the City contract documents, are in addition to any other rights and remedies provided by law. (5). Time is of the essence in the performance of all services provided by the vendor under the terms of the City contract documents and each and every work order. The vendor agrees that all services shall be prosecuted regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified and that all services shall be delivered in a timely manner as set forth in the City contract documents. Jeff I riplott Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Maharly Norton N. Bonaparte, Jr, 10tayor District 'i District 2 District 3 District 4 City Manager Gity Hal 2' 1 Floor - 300 HI Park Avenue - Sanford, F-1- 3271 1-1244 - PO Box 1788 - Sanfotd FL, 327-12-1788 p, 40-i.688.5020 - f, •;07.688,5021 - santordfl,gov FINANCE DEPARTMENT (6). This vendor represents to the City the vendor is not excluded, debarred or disqualified from entering into a contractual relationship with the City. (7). The vendor shall not use the City's seals, logos, crests, or reproductions of flags or likenesses of City officials without specific written City pre -approval. (8). The vendor shall not commence the performance of work prior to any authorization of the City. (9). The vendor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in the performance of services which is subject to patent rights of copyrights. The vendor shall, at its own expense, hold harmless and defend the City against any claim, suit, or proceeding brought against the City, which is based upon a claim, whether rightful, or otherwise, that the services, or any part thereof, furnished to the City, constitutes an infringement of any patent or copyright and, further, the vendor shall pay all damages and costs awarded against the City. (10). The vendor shall advise the City of any violations of the City contract documents adopt and implement security systems that protect the City's computer systems such as, by way of example and not limitation, the protection of passwords, encryption of data during transmission and at rest, the implementation of firewalls, the use of intrusion detection tools, use of appropriate internet protocols, adhering to patch management and the use of software to detect and eliminate malware, spam and spyware. The vendor shall also take other security measures, as needed, to wipe hard drives, shredding before recycling and related measures. The vendor shall advise the City of any security breaches relative to which the vendor becomes aware. City Rights And Responsibilities: (1). The City shall reasonably cooperate with the vendor in a timely fashion. (2). The City shall furnish a City representative, as appointed by the designated representative to administer, review and coordinate the provision of services. (3). The City shall make City personnel available where, in the City's opinion, they are required and necessary to assist the vendor. The availability and necessity of said personnel to assist the vendor shall be determined solely at the discretion of the City. Jeff Triplett Art WoodrUff Kerry S. Wiggins, Sr, Patrick Austin Patty Mahany Norton 14. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Manager City Hall. 211" Hoot . 300 N Pafk Avenue - Sanfoxd: FL 32771-12.44 - PO Bux 1788 . Sanfotd H 32-/1-2-1788 p. 407.688.5020 - f, 40- .688.50_21 - sanfordil.gov ��^kvpCS$Ij rF FINANCE r r (4). The City shall examine all of the vendor's services and indicate the City's approval or disapproval within a reasonable time so as not to materially delay the provisions of the services of the vendor. (5). The City shall transmit instructions, relevant information, and provide interpretation and definition of City policies and decisions with respect to any and all materials and other matters pertinent to the services covered by the City contract documents. (6). The City shall give written notice to the vendor whenever the City's designated representative knows of a development that affects the services provided and performed under the City contract documents, timing of the vendor's provision of the services, or a defect or change necessary in the services of the vendor. (7). The rights and remedies of the City provided for under the City contract documents are in addition to any other rights and remedies provided by law. The City may assert its right of recovery by any appropriate means including, but not limited to, set-off, suit, withholding, recoupment, or counterclaim, either during or after performance as well as the adjustment of payments made to the vendor based upon the quality of work of the vendor. (8). The City shall be entitled to recover any and all legal costs including, but not limited to, attorney fees and other legal costs that it may incur in any legal actions it may pursue in the enforcement of the terms and conditions of the City contract documents or the responsibilities of the vendor in carrying out the duties and responsibilities deriving from the City contract documents. (9). The failure of the City to insist in any instance upon the strict performance of any provision of the City contract documents, 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. (10). Neither the City's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under the City contract documents nor or any cause of action arising out of the performance of the City contract documents and the vendor shall be and always remain liable to the City in accordance with applicable law for any and all damages to the City or the public caused by the vendor's negligent or wrongful provision or performance of any of the services furnished under the City contract documents. Jeff Triplett Art. Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty [Viahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City (Manager City I lall, Z" Floor • 300 t-1 Park Avenue Sanford. FL 32771-1244 • PO Box 1 Sanford Ft. 32772-1788 k?. 110;.68£3.5020 • f.407.688>.5021 • sanfoidfl.gov t1z 0 4von (11). All deliverable analysis, reference data, survey data, plans and reports or any other form of written instrument or document that may result from the vendor's services or have been created during the course of the vendor's performance under the City contract documents shall become the property of the City after final payment is made to the vendor. Property Of The City. (1). All reports, drawings, specifications, manuals, learning and audio/visual materials, boring logs, field data, laboratory test data, calculations, estimates, and other documents (collectively "Work Product") prepared by the vendor are instruments of service and shall be and remain for all times the property of the City. (2). The vendor conveys, sells, assigns, and transfers to the City all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the State, relating to the particular services purchased or acquired by the City. Compliance By CitylEstoppel Certificates: Vendor agrees from time to time and within 10 days after request of City to deliver to the City, or a grantor of the City, an estoppel certificate stating that this lease is in full force and effect, the date to which rent has been paid, the unexpired term of the procurement and such other matters pertaining to the procurement as may be requested by the City. Any such statement may be relied upon by a grantor of the City. Expenditure Of City Funds: (1). The vendor shall ensure that any authorization to expend City funds upon services issued by a City employee is within the City employee's authorized level of expenditure. Purported obligations that have been executed or undertaken beyond the authority of a City employee are void. (2). City contracts in excess of 1 year in duration must have been approved by the City Commission and, absent such approval, the contract is void. Jeff Triplett Art Woodruff Kerry S. Mtqins, Sr. Patrick Austin Patty f0ahany Norton N, Bonaparte, Jr. Mayor District 'I District 2 District 3 District 11 City Manager City Hall, 21" Floor - 300 NI Park Av(--IILIE- - Sanford, R 32771-1244 - PO Box 1788 - Sanford FL. 32`177.171 M p. 407.688-,5020 - f 107,6&8 IA)21 , sanfordfl.gov Vendor Personnel: The vendor shall utilize only competent personnel under the supervision of, and in the employment of, the vendor (or the vendor's authorized subcontractors) to perform the services. The vendor shall comply with City's reasonable requests regarding assignment or removal of personnel, but all personnel, including those assigned at City's request, must be supervised by the vendor. The vendor shall commit adequate resources to allow timely completion of all contractual obligations. Vendor's Provision For Services: (1). The vendor shall provide the services to the City as set forth in the exhibit to the agreement incorporating these terms and conditions. (2). The vendor acknowledges that the City may retain other service providers to provide the same services for City projects. The vendor acknowledges that the City, at the City's option, may request proposals from the vendor and the other service providers for City projects. The City reserves the right to select which goods or service provider shall provide goods or services for the City's projects. (3). The vendor agrees to provide and ensure coordination between the City and the services provided. (4). The vendor represents to the City that it has undertaken all necessary actions to execute its contract documents with the City and that it has the legal authority to enter into the contract documents and to undertake all obligations imposed on the vendor. The persons executing contract documents for the vendor certify that they are authorized to bind the vendor in all respects. (5). Time is of the essence of the lawful performance of the duties and obligations of the vendor. The vendor covenants and agrees that the vendor shall diligently and expeditiously pursue its obligations. (6). The vendor hereby guarantees the City that all services shall meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970 and all other law. (7). It is agreed that nothing in the contract documents is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the vendor the agent, Jeff Triplett Arl, Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Norton N. Bonaparte, Jr. Mayor District I [District 2 District 3 District 4 City Manager City I lall, 2"" Floor - 300 1\1 Park Avenue • Sanfoid, Fl- 32771-12441 , 1-10 Box 1788 , Sanford 1-1 . 32772-17M 40Y.68S.5020 - f, 40-/ 68,8,5021 - sanfoidfl.gov -F FINANCE DEPARTMENT representative, or employee of the City for any purpose, or in any manner, whatsoever. The vendor is to be and shall remain forever an independent contractor with respect to all services performed. (8). Persons employed by the vendor in the provision and performance of the services shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the City's officers and employees either by operation of law or by the City. (9). No claim for services furnished by the vendor not specifically provided for in an order or procurement document of the City shall be honored by the City. (10). The vendor shall safely, diligently, and in a professional and timely manner perform, with its own equipment and assets and provide services as directed by the City. (11). The vendor certifies that it has not commenced the provision of services to the City prior to the execution of contract documents with the City. (12). The vendor shall not provide services to the City without authorization by the City in accordance with its purchasing policies and procedures. (13). The vendor shall make maximum use of products containing recovered materials that are Environmental Protection Agency designated items unless the product cannot be acquired: (14). The vendor is responsible to clearly and specifically identify the services to the City and to provide sufficient descriptive and technical detail to enable the City to determine if the services meets the requirements of the solicitation. (15). The vendor shall ensure that all permits and authorizations are obtained as are required to provide services to the City. The vendor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by law for the proper execution and completion of the provision of services. (17). The vendor warrants that the services provided to the City including, but not limited to, equipment and materials provided shall conform to the professional standards of care and practice in effect at the time the services are provided or performed, be of the highest quality, and be free from all faults, errors or omissions. Whenever required by the specifications of the procurement Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr, Patrick Austin Patty (01ahany Norton N. Bonaparte, Jr. Mlayor District I District 2 District 3 District 4 City N'ranager City Hall, 2`' Floor • 300 N Park Avenue - Sanford, 11, 32771-1244 • PO Box 1788 , Sanford FL, 32772-1788 p. 407,688.LO20 - f 40/ 688 5021 • s2ntofdj1 gov F documents. (18). If the vendor is notified in writing of a fault, deficiency or errors or omission in the services provided with 1 year from completion of the services, the vendor shall, at the City's option, either re -perform such portions of the services to correct such fault, errors and omission, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous services including, but not limited to, the costs for re -performance of the services provided by other vendors. (19). The vendor shall promptly correct all services rejected by the City as faulty, defective, or failing to conform to City contract documents whether observed before or after substantial completion of the provision of the services, and whether or not fabricated, installed or completed. The vendor shall bear all costs of correcting such rejected services. (20). The vendor shall take all necessary precautions for the safety of the City's and the vendor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. Change Orders: (1). The City may revise the scope of services set forth in any particular work order. (2). Revisions to any work order shall be authorized in writing by the City as a change order. Each change order shall include a schedule of completion for the services authorized. Change orders shall identify the City contract documents and the appropriate work order number. Change orders may contain additional instructions or provisions specific upon certain aspects of the City contract documents pertinent to the services to be provided. Such supplemental instructions or provisions shall not be construed as a modification of the City contract documents. An agreement between the City and the vendor on and execution of any change order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change and to the impact of the change on unchanged work, including all direct and indirect costs of whatever nature, and all adjustments to the vendor's schedule. Jest Triplett Art Woodruff Kerry S� Wiggins, Sr. Patrick Austin Patty Maharty Morton N. Bonaparte, Jr. fmlayor District 1 District 2 District 3 District 4 City CrIanager City Hall, 21' Flom - 300 N, Park P.verMe . Samford, FL 327-711-1244 ° Pel Box fi i88 , Sanfmd FL- 32-172-1788 P, 407.688.5020 . f. 407,688.5021 < sanfoidfl.aov OR fi FINANCE DEPARTMENT Compensation: (1). The vendor shall be paid in accordance with the schedule of charges as set forth in the exhibit attached to the contract documents. (2). Unless the schedule of charges as set forth in the exhibit attached to the contract documents provides for an change in compensation during the course of the period for the provision of services, no adjustments shall be made at any time whether by contract amendment or otherwise. (3). There are no reimbursable expenses to be paid to the vendor except as specifically set forth herein. Invoice Process: (1). Invoices, which are in an acceptable form to the City and without disputable items, which are received by the City, will be processed for payment within 30 days of receipt by the City. The Florida Local Government Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the vendor completed services referenced in an invoice. (2). The vendor will be notified of any disputable items contained in invoices submitted by the vendor within 15 days of receipt by the City with an explanation of the deficiencies. (3). The City and the vendor will make every effort to resolve all disputable items contained in the vendor's invoices. (4). Each invoice shall reference the City contract documents, the appropriate work order and change order if applicable; social security number (for individual vendors) or the Federal Employer Identification Number (for proprietorships, partnerships, corporations and similar entities and the billing period. (5). Invoices are to be forwarded directly to the City contact person set forth in the contract documents. (6). All services provided shall be billed by the vendor at the contract price, regardless of which City department was provided the services. (7). Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick ALIStill Patty Miallany Norton N. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City 1,11ana"ger City Hiall, 2"' Floor - 300 N�. Park Avenue. • Samford: FL 32771-1244 • PO Box 1788 , Sanford FL 32/72-1788 p. 407 688.5020 a f 407,688,W- 21 - sanfordfl.gov placed. In such cases, final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged by the City, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the City shall promptly notify the vendor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A vendor may not institute legal action unless a settlement cannot be reached within 30 days of notification. This provision shall not relieve the City of its prompt payment obligations with respect to those charges which are not in dispute. Commencement(Implementation Schedule Of Agreement: (1). The vendor shall commence the provision of services as described in the City contract documents upon execution of the City contract documents or execution of the City contract documents and execution of a work order issued by the City, whichever may be appropriate. (2). The vendor and the City agree to make every effort to adhere to the schedules required by the City or as established for the ' various work orders. However, if the vendor is delayed at any time in the provision of services by any act or omission of the City or force majeure and not resulting from the inactions or actions of the vendor and beyond the vendor's control which would not reasonably be expected to occur in connection with or during performance or provision of the services, or by delay authorized by the City pending a decision, or by any cause which the City shall decide to justify the delay, the time of completion shall be extended for such reasonable time as the City may decide in its sole and absolute discretion. It is further expressly understood and agreed that the vendor shall not be entitled to any damages or compensation, or be reimbursed for any losses on account of any delay or delays resulting from any of the aforesaid causes or any other cause whatsoever. The sole remedy available to the vendor shall be additional time in which to perform services. Term/Length Of Agreement: (1). The term of agreement shall be as stated the City contract documents. (2). After the initial term, renewals shall occur as stated the City contract documents. .teff Triplett Art Woodruff Keny S. Wiggins, Sr. Patrick Austin Patty t-Mahany Norton N� Bonaparte;, Jr, Mayor District 1 District 2 District 3 District 4 City [tanager Gita Hall, 2" Floor . 30'0 IV. Park Avenue . Sanford, FL 3277 1-1244 . PO Box 1783 ^ Sanforc,` FL, 32T/2-1788 P. 407.KF,,5G20 . f. 407,688.::)02 i sa nfordfl.oav v DEPARTMENTFINANCE Designated Representatives: (1). The City's designated representative, to represent the city in all matters pertaining to and arising from the work and the performance shall be as stated in the City contract documents. (2). The City's designated representative, shall have the following responsibilities: (a). Examination of all work and rendering, in writing, decisions indicating the City's approval or disapproval within a reasonable time so as not to materially delay the work of the vendor; (b). Transmission of instructions, receipt of information, and interpretation and definition of City's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by the City contract documents; (c). Giving prompt written notice to the vendor whenever the City official representative knows of a defect or change necessary in the project; and (d). Coordinating and managing the vendor's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. (3). The vendor's designated representative shall be the signatory on the City contract documents at the address set forth therein unless the vendor notifies the City of another person or address in writing. Termination/Suspension Of Agreement: (1). The City may terminate the vendor for convenience at any time or for any of the reasons as follows: (a). If, in the City's opinion, adequate progress is not being made by the vendor in the provision of the services due to the vendor's failure to perform; (b). If, in the City's opinion, the quality of the services provided by the vendor is not in conformance with commonly accepted Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Fatty Mahany Norton N. Bonaparte, Jr. ktlayor District 1 District 2 District 3 District 4 City Manager City Hall, 2-' Floor - 300 int ParP. Avenue - Sanford, Fi. 327I1-1244 . FCS Fox 1788 • Sanford Ft_, 32772-1788 p.40-1,688.5020 . f.4C7T.08H. 021 • sanfcrafl,cgov T, ol professional standards, standards of the City, or the requirements of Federal or State regulatory agencies, and the vendor has not corrected such deficiencies in a timely manner as reasonably determined by the City; (c). The vendor is indicted or has a direct charge issued against it/him/her for any crime arising out of or in conjunction with any work that has been performed by the vendor; (d). The vendor becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; (e). The vendor violates the standards of conduct provisions herein or any provision of law or any provision of the City's code of conduct or policies; or (f). The violation of any term or condition or any substantive requirement of law (2). In the event of any of the causes described herein, the City's designated representative may send a certified letter to the vendor requesting that the vendor show cause why the vendor should not be terminated. If assurance satisfactory to the City of corrective measures to be made within a reasonable time is not given to the City within 7 calendar days of the date of the letter, the City may consider the vendor to be in default, and may then immediately terminate the vendor. (3). In the event that the vendor is terminated for cause and it is later determined that the cause does not exist, then the vendor shall be deemed to have been terminated for convenience by the City and the City shall have the right to so terminate the City contract documents without any recourse by the vendor except for sums due for the services received for the benefit of the City in accordance with the City contract documents. (4). In case of failure to provide the services in accordance with the contract terms and conditions, the City, after due oral or written notice, may procure them from other sources and hold the vendor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the City may have. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mlahany Norton N. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Nflanager City Hall; 2" Floor - 300 N1, Park AvellUe • Siniord, Ft. 32Y71-1244 - PO Fox 1-788 - Sanford FL 327-72-1788 Lr. 40-1.688.5020 * f. 407,688.5021 - sanfoidfl.gov Y (5). The City may terminate a vendor in whole or part and with regard to specific work orders or procurements. Termination By Vendor For Cause: (1). The vendor may terminate its contractual obligations to the City only if the City fails to pay the vendor in accordance with the City contract documents. (2). In the event of a failure of the City to pay the vendor, the vendor shall send a certified letter requesting that the City show cause why the contractual obligations of the vendor to the City should not be terminated. If adequate assurances are not given to the vendor within 15 days of the receipt by the City of the notice, then the vendor may consider the City to be in default, and may immediately terminate its performance to the City. Termination By The City Without Cause: (1). Notwithstanding any provision of the City contract documents, the City shall have the right at any time to terminate the vendor's provision of the services to the City without cause, or terminate any specific work order without cause, if such termination is deemed by the City to be in the public interest, or the vendor is notified in writing of deficiencies or default in the performance of its duties in which case the vendor shall have 10 days to correct same or to request, in writing a hearing before the City. (2). Failure of the vendor to remedy said specified items of deficiency or default in the notice by either the City's designated representative within 10 days of receipt of such notice of such decisions, shall result in the termination of the vendor, and the City shall be relieved of any and all responsibilities and liabilities under the terms and conditions. (3). The City shall have the right to terminate the vendor without cause with a 60 day written notice to the vendor. (4). In the event that the vendor is terminated, the City shall identify any specific work order being terminated and the specific work order to be continued to completion pursuant to the provisions of the City contract documents. (5). The City contract documents will remain in full force and effect as to all authorized work orders that is/are to be continued to completion. Jeff Triplett Art Woodruff Merry S. Wiggins, Sr. Patrick ALIstin Patty r0ahany Norton N. i301japarte, Jr. Mayor District i District 2 District 3 District 4 City Manager City ttall, Z` Floor - 3Q0 N Park Avenue Sanford, FI -327 1 1244 • PO Box 1788 ° Sanfoid H. 3277,2-1788 p. 407.688.60211 • (.407.688.Ot021 < sanfoidfi.gcv 01 F4 Payment In The Event Of Termination: (1). In the event the provision of the services by the vendor to the City is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the vendor through the date of termination, and any additional services, shall be paid to the vendor. (2). Failure of the vendor to deliver or perform services within the time specified, or within a reasonable time as determined by the City or failure to make revisions for the services when so requested, immediately or in a time period directed by the City, shall constitute authority for the City to purchase in the open market services of comparable grade or quality so as to replace the services rejected, not delivered, or not completed. On all such purchases, the vendor shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of the agreed upon compensation. Such purchases shall be deducted from the services. Should public necessity demand it, the City reserves the right to utilize services or use or consume goods or services delivered or provided which are substandard in quality, subject to an adjustment in price to be determined by the City. The vendor shall not be liable for any excess costs if acceptable evidence has been submitted to the City that failure to perform the services was due to causes beyond the control and without the fault or negligence of the vendor as a result of force majeure. Action Following Termination: (1). Upon receipt of notice of termination given by either party, the terminated party shall promptly discontinue the provision of all services, unless the notice provides otherwise. (2). In the event of such a termination by the City, the City shall be liable for the payment of all services properly provided or performed prior to the effective date of termination and for all portions of the services, which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Suspension: (1). The performance or provision of the vendor's services under any work order or under the City contract documents may be suspended by the City at any time. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty relaharly Norton N. Bonaparte, Jr. Mayor District I District 2 District 3 District 11 City Manager City Hall, 2Floor - 300 HPark AV6JMe - Sanford, Fl- 32 -i -t-1-1244 � PO Box 1788 - Sanford FL, 327-/2-1788 p 407,68M,020 - f, 407M8 5021 - sanfoidfl.gov (2). In the event the City suspends the performance or provision of the vendor's services hereunder, the City shall so notify the vendor in writing, such suspension becoming effective within 7 days from the date of mailing, and the City shall pay to the vendor within 30 days all compensation which has become due to and payable to the vendor to the effective date of such suspension. The City shall thereafter have no further obligation for payment to the vendor for the suspended provision of the services unless and until the City's designated representative notifies the vendor in writing that the provision of the services of the vendor called for hereunder are to be resumed by the vendor. (3). Upon receipt of written notice from the City that the vendor's provision of the services hereunder are to be resumed, the vendor shall continue to provide the services to the City. Insurance: (1). The vendor shall obtain or possess and continuously maintain the following insurance coverage, from a company or companies, with a Best Rating of A- or better, authorized to do business in the State of Florida and in a form acceptable to the City and with only such terms and conditions as may be acceptable to the City unless the bid documents exclude or include certain types of insurance coverage or the level of coverage: (a). Workers Compensation/Employer Liability: The vendor shall provide Worker's Compensation for all employees. The limits will be statutory limits for Worker's Compensation insurance and $3,000,000 for Employer's Liability. (b). Comprehensive General Liability: The vendor shall provide coverage for all operations including, but not limited to, contractual, products, complete operations, and personal injury. Commercial General Liability is to include premises/operations liability, products and completed operations coverage, and independent vendor's liability or owner's and vendor's protective liability. The limits will not be less than $2,000,000 Combined Single Limit (CDL) or its equivalent. (c). Comprehensive Automobile Liability: The vendor shall provide complete coverage for owned and non -owned vehicles for limits not less than $2,000,000 CSL or its equivalent. Jeff Triple -.t€ Art Viloodruff Kerry S. Wiggins, Sr. Patrick ALIStin Patty Mahany Morton N. Bonaparte, Jr. Nlayor District 1 District 2 District 3 District 4 City Nfiianager Gily t1@1I1 2~ Fioor • 300 R! i`ark Avenue - Sanford, Ft_ K771-1244 • PO Box 1766 • Sar fend FL, 32772-1766 p. 407.6885020 • f 407 688,15021 , sanfordfi.gov JL FINANCE DEPARTMENT (d). Professional Liability: The vendor shall provide coverage for all professional services performed. The limits will not be less than $2,000,000 CSL or its equivalent. (e). Sex Abuse Liability: The vendor shall provide coverage with limits not be less than $1,000,000 CDL or its equivalent. (2). All insurance other than Workers Compensation to be maintained by the vendor shall specifically include the City as an additional insured. (3). The vendor shall provide Certificates of Insurance to the City evidencing that all such insurance is in effect prior to the commencement of provision of services to the City. These Certificates of Insurance shall become part of the contract documents. Neither approval by the City nor failure to disapprove the insurance furnished by the vendor shall relieve the vendor of the vendor's full responsibility for performance of any obligation including the vendor's indemnification of the City. If, during the period which an insurance company is providing the insurance coverage required, an insurance company shall: (i) lose its Certificate of Authority, (ii) no longer comply with Section 440.57, Florida Statutes, or (iii) fail to maintain the requisite Best's Rating and Financial Size Category, the vendor shall, as soon as the vendor has knowledge of any such circumstance, immediately notify the City and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements. Until such time as the vendor has replaced the unacceptable insurer with insurance acceptable to the City, the vendor shall be deemed to be in default. (4). The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, 30 days prior notice will be given to the City by submission of a new Certificate of Insurance. (5). The vendor shall furnish Certificate of Insurance directly to the City. The certificates shall clearly indicate that the vendor has obtained insurance of the type, amount and classification required. (6) Nothing herein or any other action of the City shall be construed as the City's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. (7). The City shall have no liability except as specifically provided herein. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr, Patrick Austin Patty Mahany Norton N, Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City ldall, Z Floor - 300 N Park Avenue - Sanfora FL 32-1`71-1244 - PO Box 1788 - Sanford FL. 32-i72 f788 p, 407,688,5020 - f. 40i,688,1021 . sanfordfl,gov (8). All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the City. (9). Should any of the required insurance be provided under a claims -made form, the vendor shall maintain such coverage continuously throughout the term of its contractual relationship with the City and, without lapse, for a period of 3 years beyond the expiration of the contractual relationship with the City, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the relationship, such claims shall be covered by such claims - made policies. (10). Should any required insurance lapse during the term of the vendor's contractual relationship with the City, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by the City, effective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate the vendor's contractual relationship with the City effective on the date of such lapse of insurance and seek any and all other remedies at law. Indemnification: (1). To the fullest extent permitted by law, the vendor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and -all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of good or provided to the City if caused in whole or part by the error, omission, negligent act, failure to act, malfeasance, misfeasance, conduct, or misconduct of the vendor related in any way to the performance of services to the City. (2). To the extent applicable, in accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the vendor for its obligations, the receipt and sufficiency of which is hereby specifically acknowledged. (3). Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. .Jeff Triplett Art Woodruff Kerry S. Wiggins. Sr. Patrick Austin Patty roahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Hafli, 2 " Flora = 300 N. Bark Avenue ° Santord, Ft. 32771-1244 - PCS Fox 1788 . Sanford FL, 32-1-72-1788 y p.U7.fFi8.��020 (.4Jr.t�Uti�.5C:�21 sanfoidfl.Gov., (4). In claims against any person or entity indemnified by an employee of the vendor anyone directly or indirectly employed by the vendor or anyone for whose acts the vendor may be liable, this indemnification obligation shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the vendor under Workers Compensation acts, disability benefit acts, or other employee benefit acts. (5). The execution of the contract documents by the vendor shall obligate the vendor to comply with the indemnification provisions; provided, however, that the vendor must also comply with insurance coverage requirements. (6). The vendor shall submit a report to the City within 24 hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. (7). In the event that the vendor is providing services as a "design professional", the indemnification by the vendor running in favor of the City shall be to the maximum extent permissible under the provisions of Section 725.08, Florida Statutes. (8). The vendor shall also indemnify, defend and hold harmless all Indemnitees from all suits or claims for infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark, or any other proprietary right of any person or persons in consequence of the use by the City, or any of its officers, officials, boards, commissions, officers or employees of articles, work or deliverables supplied in the performance of services. Infringement of patent rights, copyrights, or other proprietary rights in the performance of the vendor's contractual relationship with the City, if not the basis for indemnification under the law, shall nevertheless be considered a material breach of contract. With regard to photography, video images, art work, audio recordings, or any other type of intellectual property, of whatsoever type or nature, the vendor shall ensure that all rights necessary to convey all rights of ownership to the City have been obtained such that unencumbered ownership of the materials vest in the plenary scope in the City. (9). The vendor shall be held responsible for all accidents and shall indemnify, hold harmless, and protect the City from all suits, claims and actions brought against the City or its officials, representatives, agents, officers, and employees, and all costs, damages, or liabilities to which the City or its officials, representatives, agents, officers, and employees may be exposed, for any injury or alleged injury to the person(s) or property(ies) of another resulting from .Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty ilahany Norton N. Bonaparte, Jr. Mayor District 1 [District 2 District 3 District 4 City Manager City I it$II, 2" %lor.?r ^ 300 N. Park Ikverue S<:r i rcr; FL ; 1-1244 • f'i`r Box 1788 • Satiford H.1'2-1788 I1. 407.688.5020 • f. 407.68£1.5021 ^ sanfordfl gov negligence or carelessness in the performance of the work, or in protection of the project site, or from any improper or inferior workmanship, or from inferior materials used in the work, or otherwise related to the project Compliance With Law; (1). The vendor shall at all times comply with law when engaging in its contractual relationship with the City. The term "law" means any and all controlling Federal, State or local law. The term shall also mean as such law is amended from time -to -time. The term shall include, but not be limited to statutes, codes, rules and regulations. (2). Without limiting the generality of the foregoing, the vendor shall: (a). Comply with the provisions of the Federal Civil Rights Act of 1964. (b). Comply with the Americans With Disabilities Act. (c). Not employ illegal alien workers or otherwise violate the provisions of the Immigration Reform and Control Act of 1986 or any similar law or law of similar effect. (d). Comply with the Contract Work Hours and Safety Standards Act. (e). Comply with the Clean Air Act. (f). Comply with the Water Pollution Control Act. (g). Comply with the investment prohibitions under Federal and State law. (3). The vendor agrees to report each violation that becomes known to the vendor to the City and understands and agrees that the City will, in turn, report each violation as required to the appropriate agency with jurisdiction over the matter. (4). The vendor shall be bound by applicable law to the same extent that the City would be as if such provisions were fully set forth in these terms and conditions. Jeff Triplett Art Woodruft Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Hall, Z` Floor ° 300 iJ Pail<AveMle • Scinfoid, FL 32771-1244 • PO Box 1788 • Sanfoid FL, 32772 17`M pa 407.688.5020 • f. 407.688.5021 • sanfordti gov VOROa FINANCE DEPARTMENT Controlling LawlVenue: (1). The City's contractual relationship with the vendor shall be governed by the laws of the State of Florida regardless of any other consideration or doctrine of the choice of law. (2). Venue for any legal proceeding shall be in the State Courts of Seminole County, Florida; the State and County in which the City is located. Access To RecordstPublic Records: (1). The vendor shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under the City contract documents. All-time records and cost data shall be maintained in accordance with generally accepted accounting principles. Upon termination of the City contract documents, the vendor shall deliver all records, data, memoranda, models, and equipment of any nature that are in the vendor's possession or under the vendor's control and that are the City's property or relate to the City's business. (2). The vendor shall maintain and allow access to the records for a minimum period of 5 years after the completion of the provision services under to the City and date of final payment for said services, or date of termination of the contract documents. (3). The vendor agrees to fully comply with all State laws relating to public records. In order to comply with Section 119.0701, Florida Statutes, the vendor must: (a). Keep and maintain public records required by the City to perform the service. (b). Upon request from the City's custodian of public records, provide the public with a copy of the public records requested or allow the records to be inspected or copied within a reasonable time 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 Jeff Triplett Art Woodruff Ferry S. Wiggins, Sr. Patrick Austin Patty iViaharry hrorton N, Bonaparte, Jr. Mayor District i District 2 District 3 District 4 City Nflanagc:r City t Tall. 2- FloorCrO IBJ. dark Av ��r.re Sarrf rtt, Ft_ 32T71 1944 PCS Bof 1 r8£ - Santord FL, 32772- 1 783 g. 407'M8.5020 f f. 407.688.5021 • sanfordtLa0v A disclosed except as authorized by law for the duration of the term of the City contract documents and following completion of the provision of services to the City if the vendor does not transfer the records to the City. (d). Upon completion of the provision of services to the City, transfer, at no cost, to the City all public records in possession of the vendor or keep and maintain public records required by the City to perform the service. If the vendor transfers all public records to the City upon completion of the provision of services to the City, the vendor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the vendor keeps and maintains public records upon completion of the City contract documents, the vendor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (e). If the VENDOR does not comply with a public records request, the City shall enforce any and all Agreement provisions in accordance with the City contract documents and the CONTRACTOR shall be subject to all rights and remedies of the City and the public under controlling State law. (f). A request to inspect or copy public records relating to the City contract documents must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the vendor of the request, and the vendor must provide the records to the City or allow the records to be inspected or copied within a reasonable time. Failure by the vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of the City contract documents by the City. The vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the vendor and shall promptly provide the City with a copy of the vendor's response to each such request. (4). The vendor agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. Jeff THpIvtt Art Woodruff Kerry S. Wiggins, Sr. Patrick ALIStirl tatty Mahativ Worton N. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Manager City Hall, 2" Floor - 300 N Park. Avenue • Sanford, Fl- 32771-1244 • PO Box 1788 • Sanford FL, 32-i-12-1788 11. 407.688.5020 - f 407,688,5021 - sanfordfl,gov (5). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688- 5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (6). The City reserves the right to unilaterally terminate if the vendor refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the vendor in conjunction, in any way, with the services provided to the City. Codes And Desi_an Standards; Expertise Of Vendor: (1). All services to be provided for performed by the VENDOR shall, at a minimum, be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any and all Federal, State and local regulatory agencies or which, otherwise, have jurisdiction over the services. (2). If the provision of the services relate to matters that are subject to the standards of the Federal Emergency Management Agency, the Federal Highway Administration, the Florida Department of Transportation or a similar agency of government which provides funding to the City or provides grants to the City; the vendor shall ensure that it complies in all respects with the rules, regulations and policies relating to such matters so as to ensure that the City is not rejected for grants or denied a funding source. (3). The vendor shall be responsible for keeping apprised of any changing laws, applicable to the services to be performed under the City contract documents. Assignability. (1). The vendor shall not sublet, assign or transfer any interest in a City Jeff Triplett Art Woodruff Keary S. Wiggins, Sr. Patrick ALIStin Patty tcraitany Norton N. Bonaparte, Jr. l0avor District 1 District 2 District 3 District 4 City Manager City Hall, 2 ' Ffoor - 300 PJ, Park Avenue - Sanford, CL 327-11-1244 . 1:10 Box 1788 a Sanford F'L.. 32 �i2-178 8 p 40Y.688,5020 a (. 407.688.8021 • sanfordfl.dov ���yFC1ltU,cFINANCE DEPARTMENT contract, or claims for the money due or to become due out of a City contract to a bank, trust company, or other financial institution without written City approval. When approved by the City, written notice of such assignment or transfer shall be furnished promptly to the City. (2). The vendor agrees to reasonably participate in the contractual "piggybacking" programs pertinent to governmental entities as may be authorized by law. Force Maieure: Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated is beyond the control and without the fault or negligence of the party seeking relief. Post Audits: (1). The City may perform, or cause to have performed, an audit of the records of the vendor before or after final payment to support final payment to the vendor. This audit shall be performed at a time mutually agreeable to the vendor and the City subsequent to the close of the final fiscal period in which services are provided or performed. Total compensation to the vendor may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the vendor. Conduct of this audit shall not delay final payment as required by this Section. (2). In addition to the above, if Federal, State, County, or other entity funds are used for any services under the City contract documents, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or a county or municipality with jurisdiction or any representatives, shall have access to any books, documents, papers, and records of the vendor which are directly pertinent to the services provided or performed under the City contract documents for purposes of making audit, examination, excerpts, and transcriptions. In every respect, the vendor shall ensure compliance with any applicable requirements of governmental agencies including, but not limited to, Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Fatty Mahany Porton NL Bonaparte, Jr. Mayor District 1 [district 2 District 3 District 4 City Manager City I i all, Z` Flaor . 300 N mark AVeMle • Sanfoir1 Fl_ 32171-1244 . 1-10 Box 1788 . Sanford Ff_, :32772-1788 p. 407 688.50217 • f, 407,688.1,021 . sanfordfl gov their pre -audit and post -audit requirements. (3). In the event of any audit or inspection conducted reveals any overpayment by the City, the vendor shall refund such overpayment to the City within 30 days of notice by the City of the request for the refund. Code Of Conduct: (1). If a vendor colludes to engage in the violation of a City Purchasing Policy, or a procedure relating thereto, such action shall subject the vendor to debarment and any other action authorized by controlling law and shall constitute a breach of contract and default. (2). The vendor shall not discriminate against any employee or applicant for employment because of to race, color, religion, sex, age, national origin, sexual orientation, disability, or any other basis prohibited by Federal of State law relating to discrimination in employment or against faith -based organizations. The vendor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth this nondiscrimination policy. (3). The vendor, in all solicitations or advertisements for employees placed by or on behalf of the vendor, shall state that the vendor is an equal opportunity employer. (4). Notices, advertisements and solicitations placed in accordance with Federal or State law, shall be deemed sufficient for the purpose of meeting the notice requirements set forth herein. (5). The vendor shall reasonably cooperate at all times with the City and other City consultants and professionals. (6). The vendor certifies that it has not colluded with any other vendor or bidder with regard to providing services to the City or engaged in fraud with regard to the City and it has not offered or received any kickbacks or inducements from any other vendor or subvendor and that it has not conferred on any public employee having official responsibility for the City with regard to procurement activities any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. This certification shall be a continuing certification and the vendor owes the City the continuing obligation to refrain from any such activity. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Marton Cil, Bonaparte, Jr. relayor District 1 District 2 District 3 District 4 City Manager City Hall, < ' f=loor a 300 [", (lark AverW& . Sanfloid, Ft 32771-1244 - PO Box 1788 < &Jnfoid FL, 32772-1788 ; =1G1.5020 ° f. 40TG88.@i021 - sanfoicill.gcv � {o 7; its#� (7). The vendor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the vendor, to solicit or secure a contractual relationship with the City and that the vendor has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the vendor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of a contract by the City. (8). The vendor hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the vendor, or any interest in property that the vendor may have. The vendor further certifies that any conflict of interest that arises during the term of the City contract documents shall be immediately disclosed in writing to the City. (9). The vendor shall ensure that all taxes due from the vendor are paid in a timely and complete manner including, but not limited to, the local business tax. (10). If the City determines that any employee or representative of the vendor is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under the City contract documents, the City shall so notify the vendor, in writing. The vendor shall immediately remove such employee or representative of the vendor from such assignment. (11). The vendor shall not publish any documents or release information regarding it contractual relationship with the City to the media without prior approval of the City. (12) The vendor shall certify, upon request by the City, that the vendor maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. (13). If the vendor is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination of the City contract documents by the City. The vendor shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the City. Jeff Triplett Art. Woodruff Kerry S. Wiggins, Sr. Patrick Austin Putty Mahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4_ City Manager City mall, 2"" f=loor � 300 H' Bark Avemle ° Sanford, FL 32771-1244 > P« Box 1788 . SaInford Fl., 2772-1788 p 407.68€,5020 - f 407.688.5021 , sanfordii.gov (14). The City will not intentionally award publicly -funded contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8, United States Code, Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City shall consider the employment by the vendor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the vendor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of the vendor by the City. The vendor shall utilize the United States Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the vendor during the term of the its contractual obligations to the City. The vendor shall expressly require any subcontractors performing work or providing services to likewise utilize the United States Department of Homeland Security's E•Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the term of the vendor's contractual obligations to the City. (15). The vendor agrees to comply with environmental law applicable to the services provided to the City. The vendor agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. (16). The vendor shall ensure that all services are provided to the City after the vendor has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. (17). If applicable, in accordance with Section 216.347, Florida Statutes, the vendor shall not use funds provided by the City under the contract documents for the purpose of lobbying the Legislature, the judicial branch or a State agency. (18). The vendor shall advise the City in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide services to a public entity, or may not transact business with any public entity. (19). The vendor shall not engage in any action that would create a conflict of interest in the performance of that actions of any City employee or other person during the course of performance of, or otherwise related to, the City contract documents or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. No official or employee of the City who is authorized in his or her official capacity to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahar y Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Bali, 2" Floor . 300 N Park Avenue ° San", id. Fl ;2771 12.4 - PO Box 1 r&& • Sanfo[d Fi. 3%772-i; 8 p, 407.6£$8-5020 ° 1. 407.1 88,5021 � sar tordfl.gov approving any contract or subcontract in connection with a City project shall have, directly or indirectly, any financial or other personal interest in any such contract or subcontract. No engineer, attorney, appraiser, inspector or other person performing services to the City in connection with a City project shall have, directly or indirectly, a financial or other personal interest, other than his or her employment or retention by the City, in any contract or subcontract in connection with such City project. No officer or employee of such person retained by the City shall have, directly or indirectly, any financial or other personal interest in any real property acquired for a City project. (20). The vendor certifies that it is not a scrutinized entity as identified in Section 287.135, Florida Statutes, and shall notify the City if it were to become such an entity. Subcontractors: (1). Any vendor -proposed subvendor shall be submitted to the City for written approval prior to the vendor entering into a subcontract. Subvendor information shall include, but not be limited to, governmental registrations, business address, local business tax proof of payment and insurance certifications. (2). The vendor shall coordinate the provision of services and work product of any City approved subvendors, and remain fully responsible for the services provided to the City. (3). Any subcontracts with all subvendors shall be in writing and shall incorporate the City's terms and conditions and require the subvendors to assume performance of the vendor's duties commensurately with the vendor's contractual duties to the City it being understood that nothing herein shall in any way relieve the vendor from any of its duties to the City. (4). The vendor shall provide the City with executed copies of all subcontracts. (5). A vendor shall: (a). Pay subcontractor(s) within 7 days of the vendor's receipt of payment from the City for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; with the City; or (b). Notify the department and the subcontractor(s), in writing, of ,Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty 101ahany Norton N. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Manager 3 nford, FL '2771-1244 - PO Box 1788 - SanfcAd FL 327_�2-1788 City � W17 Z"I Flow , 300 H, Paik Aventle - a Sc p, 40Y 688,5020 > E 407,688.5021 - sanfordfl.gov the vendor's intention to withhold payment and the reason such proposed action. (6). The vendor shall not attempt to engage the City in any dispute or any nature between the vendor and its subcontractors. The vendor's relationship with its subcontractors shall be conducted in a manner, which furthers the vendor's provisions of services to the City. City Purchasing Goals/Performance Monitoring: (1). It is the intent of the City to promote competition. The vendor shall advise the City of any language, requirements, etc. or any combination thereof, in any City instruction or document which the vendor feels may inadvertently restrict or limit the requirements of the City to a single vendor or manufacturer. (2). To ensure that the City's goals and objectives are implemented in a manner that comports with City policy and sound public policy, the City may make such reasonable investigations as deemed proper and necessary to determine the ability of the vendor to perform the services to the City. The vendor shall provide all such information and data for this purpose as may be requested. (3). The City may at any reasonable time, conduct any test/inspection it may deem advisable to assure the services conform to the specifications. Extent Of Aqreement(inte-qrationlAmendment: (1). The City's contract documents constitute the entire integrated agreement between the City and the vendor and supersede all prior written or oral understandings in connection therewith. (2). The terms and conditions contained herein, including the exhibits, constitute the full and complete agreement between the City and the vendor to the date hereof, and supersede and control over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. (3). The terms and conditions contained herein may only be amended, supplemented or modified by a formal written amendment. (4). Any alterations, amendments, deletions, or waivers of the terms and conditions shall be valid only when expressed in writing and duly signed by the City and the vendor. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty NI'lahany Norton 14, Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Manager City Hall, 2`1 Floor � 300 N, Pwk Avenue - Sanford, FL 32771-1244 - PO Box 1788 • Sanford FL, 32772-1788 p, 407 688 5020 . f, 407.688-1021 � sanfordfl,90V Notices: (1). Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. (2). The parties' persons and places for giving of notice shall be the City's contact/project manager and the vendor's signatory at the vendor's address set forth in the contract documents as determined by the City. (3). Written notice requirements shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The vendor agrees not to claim any waiver by the City of such notice requirements based upon City having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the vendor to comply with the express written notice requirements. Computer notification (e-mails and message boards) shall not constitute proper written notice. Waiver. (1). The failure of the City to insist in any instance upon the strict performance of any provision of the terms and conditions, or to exercise any right or privilege granted to the City shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. (2). Payment for services by the City shall not constitute waiver of any type of nature by the City. SeverabilitWConstruction: (1). If any term, provision or condition contained in the City's procurement documents shall, to any extent, be held invalid or unenforceable, the remainder of the contract documents, 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 the City contract documents shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Jeff I riplett Art Woodruff Kerry S. Wiggins: Sr, Patrick ALIStirl Patty Maharly Norton N. Bonaparte, Jr. NI'layor District I District 2 District 3 District 4 City N/ranager City Flail, 21 ' Hour - 300 H, Park Ave.IlUc ' Sanford, FL 32771-1244 - PO Box 1788 , Sanfow' FL, 32772-1788 p, 407.688,5020 < f 407,688.5021 • sanfoidif Dov -tit -Opt) tv (2). All terms and conditions shall be read and applied in para materia with all other provisions. Alternative Dispute Resolution (ADR); (1). In the event of a dispute related to any performance or payment obligation arising, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the City prior to filing suit or otherwise pursuing legal remedies. (2). The vendor agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the City in alternative dispute resolution procedures or which the vendor had knowledge and failed to present during the City's procedures. (3). In the event that the City's procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through mediation. Mediator selection and the procedures to be employed in mediation shall be mutually acceptable to the parties. Costs of mediation shall be shared equally among the parties participating in the mediation. No General City Obligation: (1). In no event shall any obligation of the City be or constitute a general obligation or indebtedness of the City, but shall be payable solely from legally available revenues and funds and the vendor shall have no right to impose the levy of ad valorem taxation by the City. (2). In no event shall the vendor have any right to cause the City to appropriate or budget funds for any purpose or reason. (3). Unless otherwise provided by law, a procurement for services may be entered into for any period of time deemed to be in the best interests of the City, provide the time of the procurement and the conditions of renewal or extension, if any, are included in the solicitation and funds are available for the period at the time of procurement. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriate by the City of funds therefor. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick, Austin Patty Mahany Norton N. Bonaparte, Jr. Jilayor District I District 2 District 3 District 4 City Manager City Hall, 2`1 Floor - 300 H Park AVei-Me - Sanford, FL 32Y71-1244 - PO Box 1788 , Sanford FL 32772-1 M p, 407 688.11020 � f, 40'i 688 5021 - sanfordfl gov (4). When funds are not appropriated or otherwise made available to support continuation of the performance of services in a subsequent fiscal period, the agreement with the City shall be canceled and the vendor shall be entitled for the reasonable value of any nonrecurring cost incurred. Exhibits: Each exhibit referred to and attached to the City's contract documents, as are consistent with the requirements herein with regard to using City forms and documents and other terms and conditions, is an essential part of this contractual relationship. The exhibits and any amendments or revisions thereto agreed upon by the parties, even if not physically attached hereto, shall be treated as if a part of the contract documents. Counterparts: Contract documents may be executed in any number of counterparts, each of which shall be deemed an original instrument as to those who have executed the document, but all of which, taken together, shall constitute one and the same document; provided, however, that, in the event of a disparity between the counterparts, the counterpart recorded in the City's official records shall be controlling. ADDITION TO PURCHASING POLICIES All City personnel who have received limited authority to sign contracts have a responsibility to learn and determine acceptable contract language in order to avoid situations which can become very costly to the City. It is to be noted that an individual may become personally liable if he or she signs a contract that exceeds their purchasing authority. Before signing any procurement document a City employee must first carefully answer the following question: "Do I have authority to sign this document and does the document explicitly and completely describe the good, service being purchased, as well as, set parameters for performance standards to provide a measure for time requirements to judge completeness or if necessary, enable an accurate measure of untimely performance or other default?" Vendors shall not be permitted to draft contract documents. Once a contract is executed it will often be extremely difficult to correct or change the contract. Jeff Triplett Art W00drUff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Norton NJ. Bonaparte, Jr. Mayor District I District 2 District 3 District 4 City Manager City 1-10, 21" Floor - 300 N Park "venue - Sanford, R. 32-171-12.44 - PC) Boy i 76 - Sanioid Fl- 32772-1788 p, 407.688,5020 i. 407.688 5-021 - sanfotdfl,gov �.J A FINANCE DEPARTMENT There are several contract terms which appear commonly in contracts, but are not acceptable for anyone other than the City Commission to approve and execute a contract. Some of these are: (1). Insurance coverage requirements for vendors which deviate from City norms. (2). Indemnification, hold -harmless clauses, or other terms, which would waive the City's sovereign immunity protection as provided by Section 768.28, Florida Statutes, or which are adverse to the City. (3). Requiring the application of the law of any state other than Florida in interpreting, governing or enforcing the contract or requiring or permitting that any dispute under the contract be resolved in the courts of any venue other than the Eighteenth Judicial Circuit in and for Seminole County, Florida. (4). Automatic renewals without the inclusion of a cancellation or termination clause. (5). Requiring or stating that the terms of the vendor's terms and conditions prevail over the City's. The attempt to add any provision of that nature by the vendor via a quotation, proposal, scope of work or insertion or other attachment is a breach of contract. This practice is a violation of the trust relationship that the City must have with its vendors. (6). Binding the City to any arbitration or to the decision of any arbitration board, commission, panel or other entity. (7). Bestowing any right or incurring any obligation that is beyond the duly granted authority of the City employee to bestow or incur on behalf of the City. (8). Providing that the intellectual property resulting from a relationship is not owned by the City. All materials purchased by or developed for the City becomes property of the City with all rights owned by the City. Jeff Triplett Art Woodruff Kerry S. Wiggins, Sr. Patrick Austin Patty Mahany Norton N, Bonaparte, Jr. Mavor District 1 District 2 District 3 District 4 City Manager City Hail, 2" Floor - 300 H1 Park Avenue - Sanford, 1-1 32771-1244 • PO Box 11'88 - Sanford Ft_,X1772-1788 p. 40i-,688,5020 , f, -101.688_5`)21 - sanloidii,gov Mead4401 Eastport Parkway Port orange, FL 32127 386-761-6810 I meadhunt.corn _lunt CITY OF SANFORD SANFORD, FLORIDA RFQ # 17/18-33 j U LY 31, 2018 A 1E F-4 A FIRM'S QUALIFICATIONS & EXPERIENCES ......................... A.Letter UfTransmittal B.Experience OfKey Personnel C.Prime and Key Subcontractor Firms D.GSA Form GF-33O.Part |. Sections A.B.C.Dand E E. Litigation E Financial Information SIMILAR PROJECTS .......................................... SF330Section FExample Projects Utility Maintenance Transportation Inspection StonnwaterK8anegemant Community Redevelopment Parks and Recreation Facilities References Awards KFQ SOLICITATION RESPONSE REQUIRED FORMS ..... A.Insurance Certificates B. Conflict ofInterest C.NUn-Co||uaiun/LobbvingCertification D. [}rug Free Workplace Certification E.Acceptance ofRFC) Terms and Conditions F.Addenda Acknowledgement G.Corporate Standing and Authorized Signatories Subcontractor Participation H.Local Business Tax Receipt |. Proof ofLicenses/Certification J.VV-9Form K.GSA 8F'33OForm Part || Disputes Disclosure Form Florida Statutes on Public Entity Crimes Certificate ofNon-Segregated Facilities Compliance with the Public Records Law ADDITIONAL INFORMATION .................................... Respondent Business Information Affidavit .......... PAGE 1 ...................... PAGE 33 ................... PAGE 47 ................... PAGE 5] ............. PAGE 79 This document was ptinted0npaper that ismanufactured entirely Carbon Neutral Plus, using YOU%Certified Renewable Energy and made with fiber from well-managed forests. The paper is Green Sea/TM oenYfied ensuring it contains aminimum of3D96post consumer fiber and that the mill processes, including packaging, are environmentally preferable, Mead 4401 Eastport Parkway f Port Orange, 11 12121 U n� 386-761-6810 E rneadhunt.com July 26, 2018 Marisol Ordonez City of Sanford Purchasing Division 300 N. Park Avenue Suite 243, 2nd Floor Sanford, FL 32771 Subject: A Fresh Perspective to Your Professional Consulting Services Dear Ms. Ordonez, When the City of Port Orange needed our master engineering services, Mead & Hunt was there. When Brevard County needed our professional engineering and consulting services, Mead & Hunt was there. With just a short commute on SR 415, Mead & Hunt can be there to support the City's engineering needs. Since 1968, we have provided continuing contracts with municipal clients. In June 2017, QLH merged with Mead & Hunt, a national full-service engineering firm. Mead & Hunt is a well - staffed office in Port Orange which is 34 miles away from Sanford's City Hall. As a company, we build relationships first by listening to you and understanding your objectives. We then apply our experience to anticipate your current and future needs. With more than 30 offices nationwide, we are nearby and equipped to plan, design and provide engineering, architectural and environmental services. Our engineering capabilities include all aspects of professional general civil engineering and water resource engineering. Mead & Hunt engineers serve many cities throughout Central Florida so we are familiar with the local regulatory personnel who will permit your projects and the local contractors who will build them. The scope of services in your RFQ describe what we do best. Our architectural and building engineering group is a multi -disciplinary group of professionals who work seamlessly to deliver well -integrated municipal projects. We operate as one company without profit centers to provide quality services throughout our organization. Our Port Orange office has provided project management services to local municipalities for over 53 years. We have managed many architectural projects including, but not limited to fire stations, police sta- tions, civic centers, city halls, rest room facilities, sports facilities, parks and marinas. We are committed to maintaining sustainable relationships through reliable service and a long- term focus. By selecting the Mead & Hunt team, you will benefit from our fresh perspective as well as knowing you have a trusted partner in your corner. We have acknowledged the adden- dum that have been released. 13 t 1 X M m V) T1 I, Brad Blais will be your Mead & Hunt project manager for this contract. I am the Vice President and Water & Utilities Market Leader for Mead & Hunt. I specialize in water treatment, advanced wastewater treatment process design, and reclaimed water system planning and implementation. I am also responsible for utility master planning and regional water supply planning. I am your primary point -of -contact for this RSQ response and subsequent assign- ments. I will be directly responsible to the City and your staff for the satisfactory completion of projects authorized by the City of Sanford. Ed Balchon, PE, BCEE is Mead & Hunt's Water/Wastewater Market Leader and will serve as the QR/QC Manager for this contract. Ed has 33 years of experience in the planning, design CD and construction of water treatment facilities, water pumping facilities, water sludge manage- 7 ment processes and water distribution systems. I can be reached at 386-761-6810 or brad.blais@meadhunt.com. Thank you for the opportunity rl to serve. Sincerely, -27 Mead & Hunt, Inc. / r y � Brad Blais, PE Vice President and Market Leader r 3 A • IN K01 EX 110 • • BRAD BLAI, PE, PRINCIPAL -IN -CHANGE/ PROJECT MANAGER Brad Blais, formerly QLH president, now a vice president and market leader for Mead & Hunt, specializes in water treat- ment, advanced wastewater treatment process design, and reclaimed water system planning and implementation. He is also responsible for utility master planning and regional water supply planning. In addition to serving as the Engineer -of - Record (EOR) for design of various water and utility related projects, he also manages construction and provides contract administration services for those projects. Brad has designed and supervised construction on a variety of wastewater col- lection, transmission, advanced wastewater treatment and an array of effluent disposal projects. He performs biologi- cal process design, hydraulic modeling, instrumentation and control design and layout. He has also prepared planning and design documents for a variety of raw water supply, water treatment, water storage, pumping and distribution projects. Brad specializes in grant and loan acquisition and has helped clients secure over $20 million in grants and $100 million in low interest loans since 2008. WASTEWATER Brad has designed and supervised construction of a variety of wastewater collection, transmission, advanced waste- water treatment and an array of effluent disposal projects. He performs biological process design, hydraulic modeling, instrumentation and control design and layout for water and wastewater treatment projects ranging in size from 0.5-18.0 million gallons per day (MGD). Treatment processes include extended aeration, oxidation ditches, five -stage AWT, moving BEO bioreactions (MBBR) and membrane bioreactions (MBR). RECLAIMED WATER QLH staff pioneered reclaimed water production and utiliza- tion in Florida and Brad has planned and designed numer- ous reclaimed water storage and distribution facilities. This includes over 60 million gallons of storage tanks and pumping capacity and more than 100 miles of reclaimed water distribu- tion mains. Storage primarily consists of above ground con- crete tanks and excavated reservoirs. Pump stations are com- puter controlled variable speed facilities capable of meeting a wide range of demand conditions. The distribution networks are hydraulically modeled and designed to meet peak irriga- tion demand conditions. Areas of Expertise ■ Water treatment ■ Advanced wastewater treatment process design ■ Reclaimed water system planning and implementation ■ Utility planning ■ Construction management and administration ■ Grant and loan acquisition Education ■ BS, Civil Engineering, North Carolina State University -Raleigh Registration/Certification ■ Licensed Professional Engineer - Florida Total Years of Experience ■ 30 is 0 s M __J i WATER Brad has prepared planning and design documents for a wide variety of raw water supply, water treatment, water storage, LU pumping and distribution projects. Public water supply is CL i regulated in Florida by Water Management Districts under the Consumptive Use Permitting (CUP) process. Brad has negoti- ated CUPs for most of the utilities in Volusia County. He has I designed and supervised construction for wellfield in the cities I of Port Orange, Edgewater and DeL.and. His project experi- ence includes an array of treatment processes, ranging from simple aeration and disinfection to line softening, filtration and I, chemical stabilization. X UJ I UTILITY PLANNING f i Brad's utility planning experience is extensive. He has pre- UJ pared utility master plans, regional water supply plans and feasibility studies for multiple cities, counties and private utili- ties. The planning documents have served as a foundation for rZ LU 1 most clients' Capital Improvement Program (CIP). LU 1 STORMWA71 E Un Brad's stormwater experience includes new and retrofit Z 0 stormwater management systems for sites specific projects Y E' N 1 tE and regional drainage basin upgrades. His experience also includes stormwater master planning and surface water M modeling. Brad has assisted clients acquire grant funding and clean water SRF loans for various flood abatement and C water quality enhancement projects. He has authored and I co-authored city-wide and basin specific stormwater master plans for various counties and municipalities. Capital projects j include conveyance systems, retention/detention ponds and pump stations. E RELATED PROJECTS ■ Brevard County South Central WWTP, 12.0 MGD, Brevard County Utility Services - Brevard County, Florida ■ 175 Acre Reclaimed Water recharge reservoir and recovery system, City of Port Orange - Port Orange, Florida I ■ Central Recharge Area Wellfield Phase 3, City of Port Orange - Port Orange, Florida ■ Garnsey Water Treatment Plant, 15.0 MGD, City of Port r Orange - Port Orange, Florida { ED BALCHON PE, BCEE QA/QC MANAGER Ed Balchon has 33 years of experience in the planning, design and construction of water treatment facilities, water pumping facilities, water sludge management processes and water distribution systems. After 26 years of consulting in Florida, Ed is very aware of Florida's water resource and supply challenges. He has managed several large water treatment projects, which included master plans, hydraulic system modeling, raw water supply, chemical treatment, filtration, membrane treatment disinfection and storage. Ed is experienced in the various permitting requirements construction techniques, approaches and methodologies related to the implementation of water facilities and systems. WASSAWMM Ed has managed large wastewater treatment plant efforts, including several advanced wastewater treatment plant design and construction projects. He has been engaged in recent projects using reclaimed wastewater as recharge to enhance water supplies and beneficially utilize valuable reclaimed wastewater. Ed is experienced with state and regional permitting requirements, as well as treatment facility, collection system piping and pumping station construction methodologies. I EI-ATEU PROJECTS WITH OTHER FIRMS Central Hillsborough Water Treatment Plant High Service Pumps Rehabilitation, Hillsborough County Water Resources Department - Tampa, Florida Ed was the project officer for rehabilitating high service pumps and piping at the new Central Hillsborough Water Treatment Plant (WTP). After startup, the high service pumps were experiencing excessive vibration, noise and cavitational wear to pump impellers and housing. The preliminary conclu- sions determined the need to modify influent suction piping to lessen disruption of the flow into the pumps. The conclu- sions were tested through the construction of a physical model, which also aided in final design of the rehabilitation. The existing pumps were also removed, re coated and rein- stalled. This project was completed while Ed was employed by another firm. 10 Areas of Expertise ® Advanced wastewater treatment process design ® Reclaimed water system planning and implementation ® Utility planning Education ® BS, Environmental Engineering, Pennsylvania State University - University Park Registration/Certification ® Licensed Professional Engineer - Florida ® Board Certified Environmental Engineer (BCEE) Total Years of Experience m33 13 0 m i M 7Z M �4 LLJ V1 LJU u.J LL 0 LU X LU W un LLJw LU Lu 0 Cy LL 0 Areas of Expertise ■ Project management ■ Water and wastewater conveyance systems ■ General civil and stormwa- ter design ■ New and retrofit stormwa- ter management systems ■ Subsurface utility engineering ■ Wellfield development and raw water pipelines ■ Program management for capital improvement programs Education ■ BS, Civil Engineering, University of Central Florida -Orlando Registration/Certification ■ Licensed Professional Engineer - Florida Total Years of Experience ■ 26 DAVID KING, PE, PROJECT MANAGES (CIVIL) David King, formerly vice president of QLH, specializes in general civil and stormwater design including retrofit storm - water and other similar type projects. David also specializes in water and wastewater conveyance systems including pump stations, storage, transmission, distribution and collection. David currently serves as a vice president and business unit leader of the Port Orange Water & Utilities business unit of Mead & Hunt. His regular duties include project management and engineering on various civil, water resources, stormwa- ter and other projects. He serves as City Engineer for Flagler Beach and Satellite Beach. For many of our clients, David provides program management services for their capital improvements programs. David's wastewater experience has included various treat- ment facility improvements such as headworks rehabilitation, digester improvements, filter press additions, odor control improvements and effluent disposal projects. David has expe- rience with collection systems including gravity pipelines up to 18 inches in diameter, pump stations up to 150 horse power and force mains up to 24 inches in diameter. RECLAIMED WATER David's reclaimed water experience has included storage projects such as ground storage tanks up to 5 million gallons, reservoirs up to 175 acres, aquifer storage and recov- ery systems. David's pumping and distribution experience includes pump stations up to 150 horse power and pipelines up to 24 inches in diameter. David also has experience in aug- mentation projects using stormwater and groundwater aug- mentation sources using surface water intake systems, under- ground storage facilities and horizontal and vertical wells. David's stormwater experience has included new and ret- rofit stormwater management systems for site specific and regional basins. He has helped clients acquire grant funding from St. Johns River Water Management District (SJRWMD), Florida Department of Environmental Protection (FDEP), Environmental Protection Agency (EPA), and Federal Emergency Management Agency (FEMA) for such projects. rr David's ntornlvvaterplanning experiencehas included storm- > water master plans, water quality master plans and negula- | 7 tion compliance � project . has included upto12-foot' �24-footboxou|verts' 72 -inch diameter pipelines, and pump stations uptoOO'UU0gallons per minute. David has help clients in multi -jurisdictional regional ator[Dvvotor projects and Gtonnvvatertr8Etnnont banks. His Stormwadgrexperience has also included nutrient Z] removal best nn8n@grnentpractices /BMPu\. WATER David's water experience has included vvB||fielddevelopment V) and raw water pipelines uptO48 inches in diameter along with various treatment plant improvements such 8Sfilter improvements, disinfection system improvements, aquifer storage and recovery storage, and other improvements. David's storage and transmission experience includes ground r� storage tanks t05million gallons, pump stations tO25Ohorse power and pipelines upto54inches indiameter. David ia;Uso | experienced inwater distribution having designed many water distribution projects, many ofwhich were water no8iD replace- ments of aged, deteriorated existing water mains. �/ UTILIT��/\������� rn David's utility planning experience has included asset Ewa|u- MC] otionand management studies, distribution and collection -n system modeling, facility plans for funding acquisition and bond system evaluation reports. Hehas also helped many of -� Mead & Hunt's current and past clients with their utility capital improvements programs kC|Piand insome cases, pnog[3nn management ofsuch [)|PS.David iaalso experienced iO hazard planning and mitigation. CIVIL David's civil experience has included avvide array of civil projects such as roadway |mprovementa, etreeteoapee, porka, boardwalks and piers, site development, dog parka' side- walks, bike paths, sports facilities and various transportation projects. His other civil experience has included shoreline stabilization and hardening, public works fueling and vehicle wash facilities, police stations and beach structures. 0 m � � � | | ��xw�Tnxm�/m��m�m v�opuoa�wun9�ocxvor�m`mx�/a/souu/ � ° n�/8��o�^u ��� LU V) LU CL LU LL 0 LU LU a - X LJLJ W :1 LU L LIJ CL. X, LU LPJI V) ` a Areas of Expertise ■ Stormwater retrofit ■ Stormwater master planning ■ Civil site plan design and permitting ■ Reclaimed water ■ Hydrodynamic modeling ■ Water and wastewater distribution design ■ Project management ■ Utility planning ■ Construction services Education ■ BS, Engineering Technology, University of Central Florida -Orlando ■ BS, Mathematics and Computer Science, Troy State University Registration/Certification ■ Licensed Professional Engineer - Florida Total Years of Experience ■ 37 ANDREW GIANNINI, PE, PROJECT MANAGER (TIATE) Andrew Giannini specializes in stormwater retrofit and civil design in existing urban or rural development. He is adept at hydrodynamic modeling of complex drainage systems. Andrew also specializes in water and wastewater distribution system design and construction of these systems. Andrew's duties include project management and engineer on various stormwater, civil and utilities projects. He currently serves as the city engineer for the Town of Ponce Inlet. Andrew has authored numerous stormwater master plans for several cities in Volusia County and has helped prepare many utility master plans. Before joining the QLH/Mead & Hunt team in 2001, Andrew performed similar duties with other civil engineering firms in Volusia and Palm Beach County. Andrew's wastewater experience has included various collec- tion systems and pump stations for new developments and existing where a system was never included. He has designed and permitted regional pump stations and force main systems with pumps up to 70 horsepower in size and mains up to 18 inches in diameter. RECLAIMED WATER Andrew's reclaimed water experience includes design and construction of over 8,000 linear feet of 12-, 16- and 20 -inch reclaimed main for the City of Deltona, and an addi- tional 27,000 linear feet of various size mains for Volusia County Utilities. He has also designed reclaimed water augmentation projects using stormwater and groundwa- ter sources. The projects were incorporated into stormwa- ter retrofit projects where detention ponds were added for drainage improvements. WATER Andrew's water project experience includes rehabilitating wells, pumps and storage tanks. He has designed and per- mitted numerous water transmission and distribution mains ranging from six inches to 24 inches in size. Many of the projects were constructed in existing developed areas where construction was a challenge. UTILITY PLANNING > Andrew has contributed to several utility master plan studies � for evaluating existing SvSt8OlS and providing reCOnO[Dendar Ef: tions for long-term planning efforts. The master plans include | u, utility capital improvement programs that help our clients find ^� funding for the improvements. HeiSadept 8twater and sewer system modeling and analysis, cost estimating and planning. �- STORM"VQTER Andrew has helped numerous municipalities with their drain- age prnb|emmbyana|yzingregione|to|oca|eyatomoandpro- w` viding innovative solutions. His experience includes stormwa ter master plans that have been implemented in several cities iOVo|USi8County. Project oonlponentoAndrevvh8d[eGpon' rn 70 n|bi|itvfor include a3OO-cub|c-feetpep0000nd(cfm) storm - ton0-vvederpumpatation.|ar0oacnaagedetantionponda.abon water pump station, large acreage detention ponds, a box ac n culvert, and wood bridge improvements where conveyance rn was limited by small culverts. Andrew's master plans include | water quality enhancements an mitigation toward increasing �o discharge rates for flood abatement. CIVIL 70 Andrew has several years' experience indesign and permit- ting ofprivate civil site projects including retail, oornnnepcie| office, multi -family residential and single family residential. [] Recent civil project euparienCeiOc|udesurbanpa[king.park77 -n impruvern8ntS, boardwalks and fishing piers, sidewalks and rn sports fields. Andrew's other civil experience has included storm damage rehabilitation such aashoreline stabilization 70 and hardening. N | rn | � z caxwr7���,Qum/��vzmpuna�wo�gmoC/�u/Sa/`�/�/a/eouo� 0r�a�on�u/ m��m -1 LLJ 21 LU LIJ LL 0 LU �a X; LU MR Areas of Expertise ■ Project management and engineering ® Water and wastewater treatment systems ® Computer modeling of biological systems ® Water supply design and permitting ■ Stormwater and surface water recovery ■ Utility planning ■ Construction services Education ■ ME, Environmental Engineering, University of Florida -Gainesville ® BS, Environmental Engineering, University of Florida -Gainesville Registration/Certification e Licensed Professional Engineer - Florida Total Years of Experience 0 1 KEVIN LEE, PE, PROJECT MANAGER (WATER/ "4STEVVATER PROCESS) Kevin Lee specializes in water and wastewater treatment systems. His advanced wastewater treatment and nutrient removal experience includes computer modeling of biological systems to optimize the rated capacity of treatment facilities and/or upgrade the treatment level. Many of these treatment processes include process monitoring and controls to opti- mize biological nutrient removal. Kevin currently serves as a project engineer for Mead & Hunt's water and utilities group. His duties include project manage- ment and engineering on water resources projects. His expe- rience ranges from planning, evaluation studies, conceptual design, permitting, design, construction administration, and inspection of the projects. Kevin has been the engineer -of - record and aided in the design of several upgrades at water and wastewater treatment plants. ffffiffWAKU Kevin has been involved in the design and permitting of several wastewater treatment plants including facilities operated by the Cities of Cocoa, Cocoa Beach, Deland, Edgewater, Holly Hill, Port Orange, Utilities Commission of New Smyrna Beach and Volusia County. He acted as a design engineer for the process conversion for the City of Cocoa Beach's Water Reclamation Facility (WRF) including mixed bed biofilm reactors and a reclaimed water aquifer storage recovery (ASR) well. Kevin was the engineer -of -record for a rehabilitation of the City of Edgewater's wastewater treatment plant. RECLAIMED WATER Kevin's reclaimed water experience includes system modeling and planning documents for City-wide distribution systems. Kevin has completed permitting to increase the storage level in the City of Port Orange's 140 -acre reclaimed reservoir. This permitting effort included a new surface water discharge from the reservoir to an adjacent wetland system for beneficial freshwater recharge. He has also participated in the design of a stormwater and surface water recovery project that included advanced treatment to remove total suspended solids for reclaimed water augmentation. f-.,,,. .. � n4 rv. � t.. �> ifC.J. ...v / •iV(i ..�. _. �'..+�t��.�_.�, - WAT E R Kevin's water supply design ondpern)itUngex 'enoe includes 8vvo||fie|d expansion installing four wellsvvith emer- m8r-ggncypuvveraDdoontraotadminiStradionforvari0usUppor gency power and contract administration for various Upper -� Floridan aquifer wells and aLower Floridan aquifer well. He has designed several upgrades toexisting water treatment plants and pump stations including: cartridge filters, lime F- G|akon3.thickener drives and high service pumps. Hghas completed four -log virus inactivation certification and associ- ated process upgrades for the Cities Of F|8g|er Beach, Holly �z � Hill, PoOrange, tvvnfad|itieSope�dedbyVo|uSio<�ouDtK �� and the Utilities {�ommiSaioOofNevv8nnyrn8Beach. Kevin has also authored Consumptive Use Permit Renewals and Compliance Reports for more than five municipalities. UTILITY PLANNING Kevin's utility planning experience includes authoring utility r� master plans, conditional use permit (CUP)renewals, compli- c|m ance reports and Capital Improvement Program kC|Fplanning co assistance. The utility master plans have included population projections, raw water supply, reclaimed irrigation and aquifer rn X recharge, water and wastewater treatment plant evaluations, treatment plant upgrade evaluations, collection system and distribution system layout and modeling. Planning docu- ments included proposed capital projects vvith implementation schedule and estimated construction costs. C] ^n ST���KN�\�'�� r" Kevin's ndonnvvaterexperience includes applying for8ndconl- p|ianceofF|orid8DeportmentofEnvi[onmenia{Protectinn (FDEFq 319h grant funding, which includes preparing mul- nu|-tip|eC>u8litvAoaur8noeP ~- tiple Quality Assurance P'eotPlano.Hehae8}aodeSigned stormwater and surface water recovery projectsthotinc|uded rn advanced treatment toremove total suspended solids O��EA for use 8o[eC|a{nned vvatgraugnnent8tioO.Q1 � � | / �\mwrnx�mvaum�e v�vposs�woyammcn�o(Sm`��t/a/aauo/or/a�a^�x � � s � � * s 0��0 -! LU C LU LU C. X LLJ V, LU w LU CL X LIJ 1Z V1 Cy M 0 MEW Areas of Expertise ® Project management ■ Bridge design ■ Segmental concrete bridges ■ Transportation design ■ Multi -use trails Education ■ MS, Civil Engineering, University of Illinois ® BS, Civil Engineering, The Citadel Registration/Certification ® Licensed Professional Engineer - Florida Total Years of Experience m25 MICHAEL. SCHWIER, ISE - PROJECT MANAGER (TRANSPORTATION) Michael Schwier is an experienced project manager and civil/structural engineer who has worked on a wide array of transportation projects. His successful track record includes transportation rehabilitation projects in Florida and through- out the Southeast. Leading Mead & Hunt's Tallahassee office, Michael oversees a team of transportation engineers who are well -versed in Florida Department of Transportation (FDOT) requirements. Michael and his team also have substantial experience navigating the local public involvement process, coordinating with agencies and gaining permits and public buy -in to move projects forward. They work as a team, pos- sessing innate expertise in bridge and roadway design. Michael's project management experience includes coordinat- ing concrete beam bridge design projects, including but not limited to surveying and mapping, roadway, utility, structures, traffic, environmental and agency permitting as well as water resource and drainage. kEL AT ED PROJECTS Bridge Replacement, Turnbull Creek Bridge, Florida Department of Transportation, District Five - Volusia County, Florida Michael served as the senior bridge engineer for the replace- ment of the existing US 1 Bridge. He was responsible for the design and detailing of the 180 -foot -long bridge from the Bridge Development Report (BDR) stage through final design. The structure is a 43 -foot -wide, 18 -inch deep cast -in-place flat slab on pile bents. Bridge Replacement, Olustee Creek Bridge, Florida Department of Transportation, District 2 - Union County, Florida Michael was the project manager and engineer -of -record (EOR) for this project that involved replacing the existing steel girder bridge. He and his team prepared a BDR analyzing the bridge geometry and providing superstructure, foundation and substructure alternatives as well as 60 percent bridge plans. The team performed roadway analysis and design, including development of a typical section package, pavement design, traffic control plan, signing and pavement markings plan, and the cost estimate. Michael and his team also secured envi- ronmental permits for the project, which was located in an environmentally -sensitive area. This project was taken to 60 percent and then was converted to a design -build. a Bridge Design, State Road (SR)7Sover Reedy Bridge, Florida Department of Transportation, District 3- WashingtonCounty, Florida Michael was the EOR and project rn8nagerfnrth)aproject that consisted ofthe phased construction oftwin 4OO-footbridges over Reedy Branch. The area being bridged consisted oflarge F� muck pockets leading to long pile lengths. Steel pipe piles Z] were designed to facilitate splices and installation of the pile bents. The superstructure consists ofAmerican Association [� of State Highway and Transportation Officials (A\8HTO) T�p�|||b�8[na. ' w� Bridge Rehabilitation, Spanish Harbor Channel Bridge, Florida Department of Environmental F»rotectimn-Spamish r� Harbor Key, Florida rn Michael was the project man8yerandE{}RforthisLmca| rl Agency Program (LAP)-fundodFDOTDistrict 0project. m Michael and his team provided structural design and permit- ting services for rehabilitation and span replacements of the �o Old F|@g|erRailroad Bridge over the Spanish Harbor Channel , which ispart ofthe Florida Keys Overseas Heritage Trail. The team prepared permit applications for the South Florida Water ;a Management [}imthct(SFVVM[). United States Army Corps of Engineers (USACF) and United States Coast Guard (UG(���. (USCG). Capacity Improvements, SIR Q0,Florida Department of _T1 Transportation, District 3-Ohalomsa County, Florida 77 Michael was the project menagerneeponaib|eforp jeCt oversight, technical guidance, staffing, client relation and quality assurance for this project thetprinnari|yoonSiStadof widening SR3O/UGS0fro0[�R3DFA4i[portR08d\toth� � . ` . Walton County Line from four tosix lanes. The team prepared Z roadway and structure construction plans for this (]ka|VoSa rn County Capacity Improvement project. Design -Build, SR 500 (US 192) Indian River Relief Bridge, FDOlF District 5- Brevard County, Florida Michael was the project managerneaponoib|eforpnepor- ingtheRFF9Criteri8pachaQ8'CPK8schedu|ing and grading criteria for this future design -build project for FOOT District 5. Services included preliminary design tasks including survey, geotechnical, permitting, utility coordination, hydraulic/scour w and design with the intention 0freducing bid risk. E | | � = � � � o�xw(Tu*�mvau�xm�vro�oa�o}�aemwc�yorSanm�/ra/so�o/ orre\senmu .s ala L LLJ U_ 0 LU LU i un LU X LLJ V) -7, U_ Areas of Expertise ■ Architectural design ® LEED® AP ■ Municipal facilities ■ Interior design ® Sustainable design Energy improvements National Council for Interior Design Qualification Education ® MA, Architecture, University of Florida ■ BS, Design, University of Florida Registration/Certification ® Registered Architect - Florida ® Interior Designer - Florida ® NCARB Certified ® LEED® AP BD + C, 2007 Total Experience ® 15 years JASON PELLETIER, AIA, LEED AP BD+C, N ARB, N ID , PROJECT ARCHITECT Jason Pelletier has more than 10 years of architecture experi- ence in project design, project management and construction administration over a diverse range of project types. His work has focused on design, sustainability, efficiency and commu- nity engagement. Project types have included aviation, com- mercial, judicial, military, mixed-use, office, condominiums, religious, county, state and university facilities. Jason's success as a project leader stems from his ability to incorporate the diverse needs of numerous stakeholders into a unified design. His many years as a project designer and construction administrator give him the unique perspective and ability to deliver projects that are on time, on budget and exceed clients' expectations. Jason will be responsible for leading and producing the architectural design work under this contract. RELATED PROJECTS Courthouse Relocation, Fairfield County - Winnsboro, South Carolina Jason was the project architect and interior designer for the project that included design work to relocate courthouse func- tions into an existing warehouse building owned and operated by the South Carolina Emergency Management Division. Work included planning and design for new office spaces, toilets and a public entry with complete accessibility and Americans with Disabilities Act (ADA) compliance. Work also included a secured entry and holding cell for inmates. Mead & Hunt and our subconsultants provided all design and bidding services for this project. Repair Vehicle Maintenance Building 1007, Jacksonville Air National Guard (ANG) - Jacksonville, Florida Jason was the project architect. Mead & Hunt provided architectural and structural design services for the Florida ANG repair to Vehicle Maintenance Building 1007. This facil- ity provides maintenance shop areas and facilities for vehicle and equipment repairs that include lubrication, inspection, general repair, and replacement of major assemblies, as well as welding, upholstery, testing, cleaning and minor parts fabri- cation. The design focuses on a new ADA compliant layout for the administrative offices, restrooms, updating finishes, 71 �r� upgrading electrical, mechanical, plumbing, lighting, fire sUp- preaaiOn.fire8karnn.8ndheatng,8nd8ircOnd�on- ventilationZ] ' ing(H\AC).All modifications will bring the facility uptocurrent �o Department ofDefense (}o[)standards. Architectural Services Contract for Walkway Canopy System, Roanoke Regional Airpmrt- Roanoke, Virginia Jason was the project 8nchitoct.UnderK8e8d&HVnt`e8rchi- tectun3|aen/iCeaoontractxviththeRoonukeReginne|Aiqpod our team has completed the following minor projects: • Airport parking lot assessment ' •Parking lot and canopy design and construction • Concept budget report forEnerQy-[JinperoiveX-Ray Spectroscopy (E[)S)machine screening • Information technology master plan and information tech- rn no|oQydisaster recovery plan 0T[)R�' � �� . Parking Lot and Canopy Design and Construction, M Roanoke RegiomayAirpmrt-Roammke,Yyirginia | Jason served aSthe project anchiteot.Theparking|Otand �o canopy design and construction was executed over several rn projects and included complete concept design, construc- -,a tion documents, bidding, and construction phase services to �o provide acanopy structure toprotect passenger movement rn from the surface parking lots tothe terminal. Work included r� ounique structural steel canopy shape tocreate volume and interest. The canopy will extend over 4OOfeet into the surface -n parking lot. The canopy will beenclosed byapolycarbonate rT1 roof system and storefront glazing system that will include a -� digital c8nonnic printed images of the blue ridge mountains. E | | m � � � � � � LIJ w LLJ CL X LU WR kA w LU X LU V) LL 10 Areas of Expertise o Field investigation ■ Electrical engineering ® Construction inspection ■ Construction management Education ■ Graduate of Municipal Training Institute, Pittsburgh Urban Public Works Administration, Pittsburgh, Pennsylvania ® Daytona State College, Building Tech Program Licenses ® Florida General Contractor ■ Building Code Administrator ■ Plans Examiner PX2075 (Elec, Plumbing, Mech, Bldg) ® Building Inspector Coastal, One & Two family, (Bldg, Elec, Mech, Plumbing) ® Home & Wind Mitigation Inspector Total Years of Experience ■ 42 GARY WISNIEWSKI, CONSTRUCTION SERVICES MANAGER/ CHIEF BUILDING OFFICIAL. Gary Wisniewski is an experienced field inspector who super- vises the Port Orange office construction management group with a staff of 12 field inspectors and a full construction administration staff. His responsibilities include supervising projects; resolving field conflicts; and reviewing pay requests, testing results and as -built drawings. His staff is responsible for inspecting public works, utility and building projects for the cities of Cocoa, Cocoa Beach, Deland, DeBary, Edgewater, Holly Hill, Flagler Beach, South Daytona, Deltona, Daytona Beach, Ormond Beach, Port Orange, New Smyrna Beach, Brevard and Volusia Counties, as well as subdivision and site inspections for work performed by private developers within the cities of Port Orange, Edgewater and Ponce Inlet. Gary and his staff have performed building inspections and plan review for the Town of Ponce Inlet, cities of Edgewater, Port Orange, South Daytona, Lake Helen Holly Hill, Deland, New Smyrna and Flagler Beach. Gary's duties also include construction engineering and inspection (CEI) for many of the firm's major projects. Recent project examples include: $24 million membrane bioreactor (MBR) in Deltona Roadway Construction and Realignment for Volusia County, Reclaimed Water Storage and Pumping for the City of Daytona Beach and a variety of utility and public works projects and programs. He is a licensed general contractor and chief building officer with over 40 years of inspection and construction manage- ment experience. Gary Wisniewski's knowledge of the Florida and international building codes is extensive and he pos- sesses all necessary credentials to practice as both a build- ing code administrator and a CEI manager. His experience is in both areas of practice covering utility, roadway, treatment process and vertical construction for municipal, federal and private projects. A. FIRM'S QUALIFICATIONS & EXPERIENCES C. PRIME AND KEY SUB -CONTRACTOR FIRMS Mead & Hunt is the prime firm for this contract. We are a full-service engineering firm that pro- vides comprehensive engineering and architectural design, and construction engineering and inspection (CEI) services. Our office is 34 miles away from Sanford's City Hall. Sanford City Hall Mead & Hunt. Port Orange office W M ARCHITECT - ENGINEER QUALIFICATIONS PART 1- CONTRACT SPECIFIC QUALIFICATIONS A. CONTRACT INFORMAT ION !.Tf] LE AND ! -Cy,,a !-OC (Gitncj State) Professional Consulting Services 2. PUBLIC NOTICE DATE 6/29/2018 NAtAE AND TITLE Brad Blais,Vice President 5. NAN4E OF FIRM Mead & Hunt, Inc. 6. TELEPHONE NUMBER 386-761-6810 3. SOUCITATION Or, PRr,)j;- GT NUMBER RFQ 17/18-33 B. ARCHITECT - ENGINEER POINT OF CONTACT 7. FAX NUMBER 8, E- MAIL ADDRESS 386-761-3977 brad.blais@meadhunt.com C. PROPOSED TEAM 'Complefe this secnion for Ole prime contractor and alI key subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) S —1 A, tl D, A R 0 F CD R M. 33 0 1 R rE V, 8 0 1 -6',r P'r�o ;..< E 20 9. RRM NAME 10. ADDRESS 11 ROLE IN THIS CONTRACT Project administration, inspec- tion services, civil engineering, stormwater, parks and rec- Mead & Hunt 4401 Eastport Parkway reation facilities, traffic engi- x Port Orange, FL 32127 neering and analysis, water/ wastewater engineering and CHECK IF BRANCH OFFICE building,facility, infrastructure improvements Ea , X Mead & Hunt 1424 E. Piedmont Drive, Suite 100 Transportation Tallahassee, FL 32308 CHECK IF BRANCH OFFICE Aviation services, civil engi- neering, stormwater, traffic Mead & Hunt 878 South Lake Dr. engineering and analysis, x Lexington, SIC 29072 water/wastewater engineering FY -1 and building,facility, infrastruc- CHECK IF BRAN(,H OFFICE ture improvements 2615 N Grady Avenue d x Mead & Hunt Tampa FL 33607 Architectural and engineering design CHECK IF BRA ICI i OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) S —1 A, tl D, A R 0 F CD R M. 33 0 1 R rE V, 8 0 1 -6',r P'r�o ;..< E 20 D. ORGANIZATIONAL CHART OF PROPOSED TEAM 12. NA M E Brad Blais E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 13. ROLE IN I I flS CONTRAC F Principal - In Charge/Project Manager 15. FIRM NAME AND LOCATIO!,4iCily an! Stiato) KEA;adr- Hul it 1,1. YEARS Or SERVICE a. 1 01AL I b. V`I,'I_! Fi CURRENT FIRM 30 130 4401 Eastport Parkway Port Orange, FL 32127 n. -LARIIIIUN 1-11egree arid 7. CURRENT PROFESSIO 'NAL REGIS T RATION rStateand Dscirline BS, Civil Engineering, North Carolina State Florida - Licensed Professional Engineer' University I b. U, I HLK HH" -1-9, , _-_IC/ T — Ji, _�IONAL QUAL ki IONS (Publicatons, Ovqaniza"ons, Trainirop, Av,,atd5z etc.) Areas of Expertise: water treatment, advanced wastewater treatment process design, reclaimed water system planning and implementation, utility planning, construction management and administration, grand and loan acquisition Organizations: City of Port Orange Construction Regulation Board (Chairman), Florida Engineering Society (Past Chapter President), National Society of Professional Engineers,Water Environment Federation 19. RELEVANT PROJECTS i3i BRIEF DESCEpTICtq (B of scoipe, Size. cost, AND SPECIFIC ROLE if "rMiCCI was perfoaned cw,r',�nt firm (L Brad was the project manager for the project that included the excavation of three rapid infiltra- tion basins, two stormwater storage ponds and the installation of approximately 5,900 linear feet of PVC pipe with ductile fittings. QLH, now Mead & Hunt provided construction administra- tion and inspection services. Construction cost: $1.2 million. "T I ,-ANDARD FOMPA, 330 ;0FZE`,!. 8/20M; PAGE 22 (1) TITL IH AND L,OC,'qlrN Icil:Lnd State) Wastewater Treatment Plant Expansion & Improvements, 1.2) YEAR CO'NAIPLETED Deland, Florida 2:-1017 2017 e. (3) BRIEF DESCRIPTION (Brie" scolcSize, cost, etc) AND SPECIFIC ROLE FX S ChecK If project',vas Pedomiedlwith cunren't firin Brad was project manager for the project which involved increasing the from plant capacity 4.0 millions of gallons per day (MGD) to 6.0 MGD, rehabilitation of all mechanical pumps and equipment, and addition of mechanical thickening and odor control. The Filtration and Nutrient Reduction Upgrades is a two-phase project that is partially funded by grants from St. Johns River Water Management District (SJRWMD) and Florida Department of Environmental Protection (FIDEP). Construction cost: $5.3 million. (1) TITLE AND LOCATION (City and State) Water Reclamation Facility Reclaimed Aquifer Storage (2) YEAR COMPLETED PROFESSIONALSERVICES and Recovery (ASR) Wells, Cocoa Beach, Florida 2013' 2014 0 BRIEF DESCRIP7 [ON (Brief scope. size, cost. etc.) AND SPECIFIC ROLE Check if pro jed +vas; perforr-ned viith current firm Brad was the project manger for the project. A reclaimed water ASR well was designed in addition to process conversion and plant upgrades. This ASR well allows the City to further minimize surface water discharge and comply with Total Maximum Daily Load (TMDQ limits. Construction cost: $16 million. TITLE AND LOCATION (city and Suite!, Airport Road Force Main & Reclaimed Water Main, (52) YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (IfSppIjc@J)Iei Ormond Beach, Florida 2012 12013 C �3� BRIEF DESCRIPT ION (Brief Scope, cost. etc.) AND SPECIFic ROLE y Chec,t if.projectvvas Iperformed v)itri cu, rent firm Brad was the project manager for the project. One of the primary projects identified was a new sewage force main connecting the western service area to the Wastewater Treatment Plant (WWTP). QLH, now Mead & Hunt, prepared planning, funding, design, permitting, bidding and construction engineering and inspection services for this project. Construction cost: $6.34 million. (l' -I'17LE AND LOCI -V -10N !Cit,' c( ityand State) P2 ) Y Ai, C 0 M P L E -f E 1) Alexander Avenue RIBS, Deltona, Florida PROFESS10fIAL SEI-TVICES I CONS -1 RUC TNOf fit appFcabl.,) 2015 12015 i3i BRIEF DESCEpTICtq (B of scoipe, Size. cost, AND SPECIFIC ROLE if "rMiCCI was perfoaned cw,r',�nt firm (L Brad was the project manager for the project that included the excavation of three rapid infiltra- tion basins, two stormwater storage ponds and the installation of approximately 5,900 linear feet of PVC pipe with ductile fittings. QLH, now Mead & Hunt provided construction administra- tion and inspection services. Construction cost: $1.2 million. "T I ,-ANDARD FOMPA, 330 ;0FZE`,!. 8/20M; PAGE 22 12. NAME. Ed Balchon E. RESUMES OF KEY PER SONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) "I — ROLE IN _T HIS CON rR;CT QA/QC Manager 1,1. YEARS OF SERVIrE -10 1, 'iL 1). CURRENil FIRM 33 1 1 month 15. FIRM NAME AND LOCATION �fCityand Spite) u nt 2615 N Grady Avenue Tampa, FL 33607 16. EDUCATION (EI -gree and Speciaiization) 1 117. CURRENT PROFESSIONAL REG S 1 RATION IStateand Disri.nlne) BS, Environmental Engineering, Pennsylvania Florida - Licensed Professional Engineer State University Board Certified Environmental Engineer (BCEE) 18. 07 HER PROFESSIONAL 0 L)ALIFICATIONS (Publications, Organi7ations, Training, hv,'ards,etc.) Areas of Expertise: Advanced wastewater treatment process design, reclaimed water system planning and implementation,utility planning Organizations: American Water Works Association, Water Environment Federation 19. RELEVANT PROJECTS ST,-`dN,` DAR E) FORP,"i 3201 (REV 8/2201f,,) �`IAGE 93, MI TIT LE AND L(_GATION f0ity arid Statel (2) YEAR COMPI. E71 ED High Service Pump Station Upgrade, Hollywood, Florida PROFESSIONAL SERVICES I CONSTRUCTION 0'ap,;plicable) 2018 12018 ,li BR)EF DESCRIPT JON Mne- scope. size, cost, etc-) AND SPECIFIC R(,'�LE El {Chet' It oroIiect \vns, performed with rurrentfirm . *project a. Ed was the officer for the study, design and construction of the upgrades to this aging potable water distribution pumping station. The work replaced several of the existing and aged high service pumps and added a fifth pump to the system. Unique physical modeling was completed on the project to validate properly designed hydraulics for the modified system, with special focus on the added fifth pump and piping network. (1) 11-1 I -E AND LOCATION ;City and State) 0 YEAR COMPLETE D , II ON �11 �,C�1,o1jC, !ej Downtown CRA Stormwater, Tavares, Florida PFIOFESSIC.�tIALS-t-:., C RVICEONSr�.[j_I ,] ej 2018 12018 b, (13 E BR DESCRIPTION (Biiof scope, size, Cost. etc-) AND SPECIFic ROLE n Chook if project was pePermed with Current firm Ed was the project officer for the construction phase of the stormwater improvement project in the City's downtown and lakefront area. The project included stormwater improvements, water main replacement, and downtown beautification, including new brick streets, public parking, sidewalks, and new landscaping and irrigation. M TITLE AND LOCATION fC;ty and State) YEAR COMPLET' -' - _D Central Hillsborough Water Treatment Plant High Service pr3cTESSIONALSERVICESCONSTRUCT10f,4 IH applicable'l Pumps Rehabilitation, Tampa, Florida 2018 12018 13) BR EF DESCRIPTION iBrie= scop-,�,i, size. cost. AND SPECIFIC ROLE El Check f project 11 f �, , was, performed vAm c. r-ent firf 'and Ed was the project officer for the rehabilitation of the high service pumps piping. The conclusions were tested through the construction of a physical model, which also aided in final design of the rehabilitation. The existing pumps were also removed, recoated and reinstalled. il ;'D` LE AND LOCATION (City and State) 2)))YEAR Oik,1PLETED Water Distribution Model, Hollywood, Florida PROFESSIONAL SERVICES CONS-l"RUCTION (If applicable, 2018 12018 Q BRIEF Di -SCRIP 1 ION (Bnori sco*e, size, cosi, C;tc,AND SPE -CI, iC ROLE L_: if prcied w. is porformcd Lith cwtc-!­i Ed was the project officer for the updating and calibration of the City's water distribution system hydraulic model.- ST,-`dN,` DAR E) FORP,"i 3201 (REV 8/2201f,,) �`IAGE 93, 12. NAME David King E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 3. ROLE IN THIS CONTRACT Project Manager (Civil) I.A. YEARS OF SERVICE n. TOTAL b. 4NI7H GURR( N r f-fi-W 26 119 E. FIRM NAME AND LOCAMON (Ci',v and State) t4401 Eastport Parkway Mletad"' I lun ,"NE -f Port Orange, FL 32127 16. EDUCAT ION 'Dog, e and Spea; alizat ion) 1,r. CURRENT PROFESSIONAL REGIS7RAT ION istaic, a id Disciphne' 0 1 1 � BS, Civil Engineering, University of Central Florida - Licensed Professional Engineer Florida -Orlando 18. OTHER PROFESSIONAL OUALIFICATIONS (I`Ublications, Organizations. TMininn, Avvalds, e -c.) Areas of Expertise: Project management, water and wastewater conveyance systems, general civil and stormwater design, new and retrofit stormwater management systems, subsurface utility engineering, well - field development and raw water pipelines, program management for capital improvement programs. Organizations: Florida Engineering Society (Past Chapter President), American Society of Civil Engineers (Past Branch President), Florida Institute of Consulting Engineers, Florida Stormwater Association American Water Works Association 19. RELEVANT PROJECTS S-56d,IDARD FORN!, 320 CFIEV, I'PAGE 211' (1) TITLE AND LOCATION (.City and State) i2� YEAR COMPLETED Space Coast Gardens and Melrose Manor Water Main PROFESS 1UNAL SERVICES I CONSTRUCTION ION (If appiicabl,,) Replacements, Cocoa, Florida 2012 12014 1 BRIEF DESCRIPTION (Brie t scope, size, ,;os;, etc) AND SPECIFIC ROLE Y Check,f project was peiforined %vith cunemt firm David was the project engineer for the design and construction of over 10,000 linear feet (LF) of four inch and six inch replacement water mains within two existing subdivisions including service replacements. Construction cost: $762,560. (1) TITLE AND L0CA­[­ION,,,Cit,-,, and Statel (21 YEAR COMPLETED dassia Basin Stormwater Improvements, CONSTRUIC T PROFESSIONAL SERVICES , ION M plir,,«Jblo) Satellite Beach, Florida 2014 2014 I b. 0 BRIEF DESCRIPTION (anal scope, size, cost, etc.; AND SPECIFIC ROLE Cteat, if p­oject. was perfornied with,TWITI David was the project manager for this project that involved the construction of various' retrofit improvements to the City's Cassia Basin which drains to the Banana River Lagoon (BRL). QLH provided redesign services (for Phases I and 11), design services, permitting assistance, bidding assistance, construction phase services and grant assistance. Construction cost: $2.23 million. (1) TITLE AND LOCATION (G.ity and State) (21 YEAR COMPLETED Lantern Park Bridge Replacement, South Daytona, PROFESSIONAL SERVICES CONSTRUCTION 1f applicable) Florida 2016 2016 -ION "Brief score, size, cost, otc.) A!,JD SPECIFIC ROLE -tcc '0 -, ,�3 po (3) BRIEF DESCRIP 191 CI kif pr jct %va rformiedv.,ith curre, I finil David was the project manager for this project that involved the total replacement of a func- tionally obsolete concrete bridge with a new concrete pre-engineered arch culvert type bridge located at the existing bridge location. QLH provided design, permitting, bidding assistance and construction phase services. Construction cost: $1.46 million. (1i TIT I -F AND LOCATION (C;ityand State) (2; YEAR COMPLETED Gateway Promenade Improvements, Flagler Beach, 12014 Florida 2013 (M BRIEF DESCRIP_ ' ION 2rof scopo, sl7e) costt, etc.AND SPE CIFICROLE Check;�,xolect ,vas porforned wit� cu're"'I m -fn David was iheproject manager for the project. QLH, now Mead & Hunt provided engineering design services including survey, civil design, signage/marking, structural, landscaping and irrigation design services. QLH also provided permitting assistance and bidding assistance. Construction cost: $530,000. S-56d,IDARD FORN!, 320 CFIEV, I'PAGE 211' 12. NAME Andrew Giannini E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS'EONTRACT (Complete one Section E for each key person) ;3. ROLE E IN HIS CONTRACT Project Manager (Stormwater) 114. YEARS OFSERVICF a,TOTAL I,. 'Alr[Fil GIURR"EN-1, FIRM 37 127 15. FIRM NAME AND LOCXNON (City and State) Mc -%:a6`,-, IiI'L 4401 Eastport Parkway nt- Port Orange, FL 32127 U 16. EDUCATION (Dcgre'e and Specializationl 7. CURRENT PROFESSIONAL REGJS7RA1"I0N Stale and Dsciplillc) BS, Engineering Technology, University of Central Florida - Licensed Professional Engineer Florida, BS, Mathematics and Computer Science, Troy State University 18, OTHER PROFESSIONAL QUALIFICATIONS PuUirations, Orq'anizations. Training, Av;ards, etc.) Areas of Expertise: Stormwater retrofit, stormwater master planning, civil site plan design and permitting, reclaimed water, hydrodynamic modeling, water and wastewater distribution design, project management, utility planning, construction services Organizations: Florida Engineering Society, National Society of Professional Engineers, Florida Institute of Consulting Engineers, American Water Works Association 19. RELEVANT PROJECTS 'S,'.',"AN,r11,R,D DRrA 330 PE1v, &�2016) PAGE '115 '1; TITLE AND LOCATION (Cit',':inti Slate' Spruce Creek Rd and Dunlawton Avenue Intersection Port Orange, Florida i2; YEAR. C CnIMIPLETED PROFESSIO )NAL SERVICES I CONSTRUCIFION (If appi.,cab'e.) 2011 2012 (3) BRIEF DESCRIPTION ;Brief scope, size. cost, etc.) AND SPECIFIC ROLE Check if project was perfc3rrned,.,Mh current firrn Andrew was the project manager who provided engineering design, surveying, permitting and construction phase services for implementing the project which was funded through a Florida Department of Transportation (FDOT) Local Agency Program (LAP) grant. Construction cost: ,$540,780. ;1) TITLE AND LOCA? ION Ciiy and Stato; Flagler Avenue Seawall, Boardwalk, Pavilion and Parking Area, New Smyrna Beach, Florida (2, YEAR CONIPL FTED PROF ESS- IONAL SERVICESI CONST[ UCT(ON (If 2012 12012 c. (3) BRIEF DESCRIPTION (Bri.e� scope, Si70, COS'. etc -1 AND SPECIFIC ROLE E Check if pmjectwak pe,lorrned. vA,h1",'.')' 'i ' "m Andrew was the project manager who provided survey, planning, bidding and design ser- vices for this project, which was funded by the City of New Beach and their Community Redevelopment Agency (CRA). The project consisted of the demolition of selected utilities, old restrooms and storage buildings. A new parking lot was designed with native landscaping, side- walks and new utilities. Construction cost: $899,495. (1) I-1-1 LE ANDLOCA11ON 6--i1v and State] Nixon Lane West Utility Improvements, Port Orange, Florida '2, YEAR COMPLE [ED VPROFESS,110NAL SERVICES 2010 I C" NSI RUCTION ilf appiicabiel 2012 (3i BRIEF DESCRIPTION (Bnefscope, size, costr otc.� AND SPECIFIC ROLE E Check df,projec! %vas performed with current firm Andrew was the project engineer and construction manager engineer of record for the construc- tion of the lift station, 2,200 LF of gravity sewer, 13 manholes, 3,200 LF of eight inch water main, and road reconstruction in existing subdivision. Construction cost: $922,440. Il", TITUE AND LOCATION,Citv and State"f2` Flagler Avenue Seawall, Boardwalk, Pavilion and Parking Area, New Smyrna Beach, Florida I YEAR COMPLETED ;PR:�OFESSIOt�'�]Alf.. :SER�VVICESSCONSTRUC '10NI III applic.ab'-; 2012: 2 �01 2 d. m, BRIEF DESCRIP71ON (Brier scope, slze, -cost, etc,) AND SPECIFIC ROLC 5J C'­ec;<i-, , ojeww'n p(0.rfaedv­,n cz­,,'e'ntQ,Tr1 Andrew was the project manager who provided survey, planning, bidding and design services for this project. The project consisted of the demolition of selected utilities, old restrooms and storage buildings. A new parking lot was designed with native landscaping, sidewalks and new utilities. An entirely new restroom and shower facility was included in the project along with a total rehabilitation of the boardwalk and pavilion. Construction cost: $899,495. 'S,'.',"AN,r11,R,D DRrA 330 PE1v, &�2016) PAGE '115 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13. ROLE IN THIS IIS CONTRACT 4. YEARS OF SERVIC E Kevin Lee Project Manager (Water/Wastewater W!", !-I GIJRRFN_T FIRM Process) 11 11 FIRM NAME AND LOCA (Ci and State) t 4401 Eastport Parkway d Mead.3 E 4-,, flun Port Orange, FL 32127 16, EDUCATION QegrC�eand Specialization) 7. CURRENT PROFESSIONAL REGIS RXi ION (State and Discip1mel ME, Environmental Engineering, University of Florida - Licensed Professional Engineer Florida, BS, Environmental Engineering, University of Florida 18. OTHER PROFESSIONAL QUALIFICATI' ONS Training, Awards, etc.) Areas of Expertise: Project management and engineering, water and wastewater treatment systems, com- puter modeling of biological systems, water supply design and permitting, stormwater and surface water recovery, utility planning, construction services Organizations: Water Environment Federation, American Water Works Association, Florida Engineering Society (Past Chapter President), National Society of Professional Engineers 19. RELEVANT PROJECTS SiAPIJDARI F01 f,", 330'R W201Jt PAGE 26, ( 1� TITLE ANID LOC/�TRON (Cityand State' 121 YF!�,R COMPLETED Wastewater Treatment Plant Renewal and Replacement, PROFESSIONIAL SE-RIVICES I CONSTRUCTION (it applicable) Edgewater, Florida 2012 2014 (3) BRIEF DESCRIPTION (Brief scope, size. cos', etc.) AND SPECIFIC ROLE FX -1 K' 'f project was PE%rforrried withcurren, firm Ched Kevin was the project manager. This project consisted of renewal and replacement of most major equipment at a 2.75 -MGD advanced wastewater facility. The project scope included construction of a new clarifier, replacement of most major equipment (pumps, mixers, etc.) and installation of a process control system to operate the carrousel process. Construction cost: $6.4 million. I�2� LE AND LOCA'ION (City and State YEAR CONIPLETED Garnsey Water Treatment Plant & Rehabilitation, PROFESSIONAI SERVICES Port Orange, Florida 2013 2014 (3) BRIEF DESCRIPTION (Rric,,f scope, size, cos-, etc) AND SPECIFIC ROLE 191 Cl erk if project vvas perfmned currerld finil Kevin was the project manager. This project included the replacement of three lime slakers, installation of flow baffles for 4 -log virus inactivation compliance, and rehabilitation of the lime --sludge press building at a 15 -MGD lime softening WTR Construction cost: $730,000. (1) TITLE AND LOCA ION (C tv ar-id State) (21 YEAR COME1PLI -D Ken Bern Reclaimed Water Augmentation, Port Orange, PROFESSIONAL SERVICES CONSTRUCT ' ION "it applicabW Florida 2010 2011 I r3)BR!EF DESCRF"HON �Bref scope., size, cosetc,) :`IND SPECIFIC ROLE N1 Choc it project was perforned,,,Mn current firin Kevin was the project manager. The project included the installation of a stormwater pump station and treatment/filtration system to augment the City's reclaimed water supply with up to 2.0 MGD surface water from the Halifax Drainage Canal. This project was partially funded by a 319H grant and professional services included grant application and reporting. Construction cost: $910,000. IT TITLEANDLOCATION 0YEARCOr -ETED nd State� MET New Water Supply Wells, Edgewater, Florida 77ROTESSIC')[NIAL. SERVICESI CONSTRUCTION df applcab!e) 2009 12011 d. �,O) BRIEF DESCRIPTION (Bra:. size� cost�,,Ac_,AND SPECIFIC ROLE Check ;f proi,;Ct %v<','s curr,nt firm Kevin was the project manager. This project included a wellfield expansion that included four new production wells and conversion of two existing wells into monitoring wells. This expan- sion included 3,500 LF of raw water transmission main and 3,000 LF of access roadway. Construction cost: $930,000. SiAPIJDARI F01 f,", 330'R W201Jt PAGE 26, E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CON_TRAC�T (Complete one Section E for each key person) 12. NAME 13, ROLE IN T1 HS CONTRACT 4. YEARS OF SERVICE :m:on:ths —13 Michael Schwier Project Manager (Transportation) a 1-0 - 257 15. FIRM NAME AND LOCAI�ONI (C�ty and State� 1424 E. Piedmont Drive, Suite 100 Me%ad' 16.EDUCATION mngre muapedmmi.itinni `/. CURRENT PROFESSIONAL- � --' K4S'Civil Engineering, UniverSitU University of Florida – Licensed Professional Engineer Civil Engineering, The Citadel, 1uOTHER PROFESSIONAL oum-InoxnowS Tuuicutioos, Areas of Project management, bridge d �gn`segmental noncnetebhdgea.trunopudat'on design, multi -use trails d (31 BRIEF DESCRIPTION iBrief s= Michael was the project manager and EOR. He was responsible for the design and detailing of the 270 -foot -long bridge. The project provided engineering services for the reconstruction and __�widening of a 4.2 -mile segment of SR 61 (Crawfordville Highway) from SR 30 (US 98) to Lost Cr Creek Bridge. Construction cost (est): $12 million. 'III TITLE ADD LOCATION ICity and Stato) YEAR COLAPLETED SR 390 Widening Design and Engineering, Bay County, Florida PROFESS 101NAt. SF RVI C ES CONSTRUCTION (Ifopplic-abe, �On:�going Ongoing c. Michael was the proj ect manag f er and principal -in -charge. He was responsible for project man- agement and serving as the Engineer of Record. Michael Baker provided project management; roadway, structural, and hydraulic design; quality assurance/quality control; and public involve- ment services for widening of SR 390 from Jenks Avenue to SR 77. Construction cost: $30 BluelPrint 2000 General Engineering Consultant, (21 YEAR COMPI..17. ED Tallahassee, Florida 'AL 2 012!:::: 2017 i "' BRIEF DESCRIPTION (Briescope, size, cos'. etc., AND SPECIFIC ROLE Michael was the pri nci pal -i n -charge for this project. His responsibilities included project over- sight, technical guidance, client relation, and quality assurance. The team served as the general engineering consultant (GEC) in support of the development, design, financing, and construc- tion process for all projects administered under BluePrint 2000 Program, a 15 -year sales -tax - funded transportation, floodway, and greenway improvement program. Construction cost: $10 (1) TITLE AND LOCATION (City and State� Milling and Resurfacing, SR 105, Duval County, Florida (2), YEAR COMPLETED 7ROFESSION,'AL SERVICES I CONSTRUCTION (If app',rabl�) 2015 12016 (,3) BRIEF DESCRI,*PTInN (Rrief scopesizeclost, otc.) AND SPECIFIC ROH' r Chcciif oroject was pet' mied ,i th ci 'reiritfirm Michael served as the project manager and roadway EOR for this project that involved design and engineering services. Services performed included roadway and pavement analysis and design including development of a typical section package, horizontal/vertical master design files, cross section design files, signalization plan, traffic control analysis and master traffic control plan, signing and pavement markings Ian, drainage plan, computation book and quan- tities, Ell and cost estimates. Construction cost: 0 million. SR 61 (Crawfordville Highway) from SR 30 (US 98) to Lost F -s': ': reek Bridge 1 2016 CONSTRUCT !ON fit applicable) 26017 d (31 BRIEF DESCRIPTION iBrief s= Michael was the project manager and EOR. He was responsible for the design and detailing of the 270 -foot -long bridge. The project provided engineering services for the reconstruction and __�widening of a 4.2 -mile segment of SR 61 (Crawfordville Highway) from SR 30 (US 98) to Lost Cr Creek Bridge. Construction cost (est): $12 million. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 3. ROLE IN THIS CONTRACT d. YFARS OF SERVICE Jason Pelletier, AIA, Project Architect TOTAL b. tial T', I CURRI] NT FIRM LEED AP BD+C, NCAR 116 19 NCIDQ i5, FIRM NAME AND LOCATION (City and, State) M1 ead, fl nt 878 South Lake Drive u il "II -A Lexington, South Carolina 29072 16. EDUCATION (Deq,ee aind Specialization) 17 CURRENT PROFESSIONAL REGIST RAT'ION istate and Discipline) MA, Architecture Registered Architect - SC, NC, GA, FL, WI, LA, MN; BS, Design Registered Interior Designer - FL, LA, MN; LEED AP BD+C; National Council of Architectural Registration Boards (NCARB); National Council for Interior Design Qualification (NCIDQ) 18. 01 HER PROFESSIONAL QUALIFICATIONS Publications, Organizat oos. Training, Awards- etc; Expertise: Architectural design, interior design, sustainable design, energy improvements and military facilities. Organizations: American Institute of Architects (AIA); Architectural, Construction and Engineering (ACE) Mentorshir) Proaram. 19. RELEVANT PROJECTS (1) TIT LE AND LOCATION (City and Stme.) 2) YEAR COMPLETED Repair Vehicle Maintenance Facility (Building 1007), FL ANG PROFESSIONW, SERVICFS , 'I CONSTRUCTION (If app, icable) Jacksonville Air National Guard Base, Florida 2017 (Design) I Ongoing (3) BRIEF DESCRIPTION (Brie i scope, size, cos:. etc.) AND SPECIFIC ROLE Check if project %Ias peiformed with currem firm Jason was the project architect that led architectural design, design team coordination and client/owner coordination to ensure design met intent of DD1 391. The scope of work entailed replacing vehicle roll -up doors, interior/exterior finishes and doors and windows; installation of vehicle exhaust; addition of a new fire suppression system; and upgrading electrical, mechanical, plumbing, lighting and heating, ventila- I tion, and air conditioning (HVAC). Size: 6,788 square feet (sf). Construction cost: $770,000. it; TITLE A' ND LOCATION (City and State` (2) YEAR COMPLETED RPA Beddown, MI ANG PROFESSIONIAL SERVICES CONSTRUCTION ft appiscable) Battle Creek Air National Guard Base, Michigan 2016 2016 b. (3) BRIEF DESCRIP-11ION (Byref,-.cop,. size, cost, etc.) AND SPECIFIC ROLE Check il ,.)I0joctvvP8 performed wWl arren- !_,M A. Jason was the project architect that led alteration and repair of a supply warehouse to accommodate RPA ground control operations. Size: 24,671 sf. Construction cost: $6.2 million. (I) TIT LE AND LOCATION (city, and State', YEAR COI`vIPLU1 ED Construct Railhead Expansion and Container Facility and PROFESSIUNALSEEM UCES CONSTRUCTION flf acp!tcaolel Deployment Processing Facility, USACE Louisville District - Camp Atterbury Joint Maneuver Training Center, Indiana 1 2014 i2014 (Ml BRIEF DESCRIP I -ION rBrier'scopel size. ccs,:. etc.) AND SPECIFIC ROLE Gheck if project,vas pedarmed with current firm Jason was the project architect that provided interior design and architectural services for all three facilk I ties of the Railhead Expansion. Size: 6,020 sf (rail operations facility), 21,000 sf (deployment processing facility); 4,500 sf (scale house facility). Construction cost: $26 million. i11] ITLE AND LOCA EON (Citv and State; � -I ED YEAR COMPLE Construct Two -Company Fire Station, USACE Fort Worth PROFESSIONAL SERVICES CONSTRUCT ION 'if zippicarle) Fort Polk, Louisiana 2016 2016 BRIEF DESCRIPTION sze, cas',_ etc.; AND SPECIFIC ROLE if P, peirformed :.;t-tcu­ nt fi'ryl Jason was the project architect that conducted design charrette with users to define scope and needs to D/B a new two -company fire station with kitchen, sleeping spaces and six vehicle bays. Incorporated sustainable elements such as a cool roof, daylighting, pre-enqineered walls, local and recycled materials and low -emission finishes to meet Leadership in Energy and Environmental Design (LEED) Silver goal. Size: 26,620 sf. Construction cost: $12.6 million. S_f­A,N[),A,RD FOFIU, 3301 i0PEV', 8/2016GE 211-11 12. NAME Gary Wisniewski E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CON'rRACT (Complete one Section E for each key person) 13, ROLE IN THIS CONTRACT Construction Services Manager 14. YEARS Or SERUCE a. TOTA(_ b, `;,V'I I- it C IJ I", R! - N T FIRM 42 132 FIRM NAME AND LOCATION (CIty and State) tM4401 Eastport Parkway ­NIle a d u n Port Orange, FL 32127 kL 16. EDUCATION Dearne ari Speoialization) 17.CUIRRENT PROFESSIONAI REGISTRATION fStateand Dsscipllnc) Graduate of Municipal Training Institute, Florida General Contractor CGC057951 Pittsburgh Urban Public Works Administration Building Code Administrator BUl 345 Building Tech Program Plans Examiner PX2075 (Elec, Plumbing, Mech, Bldg) Building Inspector BNO002745 Coastal, One & Two family, (Bldg, Elec, Mech, Plumbing) One and Two Family Plans Examiner SFP1 06 Home &Wind Mitigation Inspector H14758 I& OTHER PROFESSIONAL QUALIFICATIONS (Publtcatioris, Organ;za0ons. Traimng. Av,,ards, is j Expertise: Field investigation, electrical engineering, construction inspection, construction management Organizations: Building Officials & Inspectors of Volusia County, East Florida Builders Association Construction Trade Board, City of Port Orange, Volusia County Code Compliance Review Board International Code Council 19. RELEVANT PROJECTS d, (3) BRIEF DESCRIPTION f;Br efsc­ot t Z P siz��. etc�) AND SPECIFIC; ROLE IX Ghoc fsroject was performed ,.ithcurrcnt f rryl Gary was the construction services manager for the project. QLH, now Mead & Hunt, designed the water supply and treatment facility which produces 2.9 -MGD annual average flow of potable water. Construction cost: $2.86 million i-1,J",ND�ARD FQR,N,1 '330 ff-RtEV, 2 A ',E 21-"� f1l) TITLE AND LOCATION (City and State) Water Reclamation Facility Reclaimed Aquifer Storage and Recovery (ASR) Wells, Cocoa Beach, Florida r2} YEAR COMPLETED PROFESSIONAL SERVICES 2014 I CONSTRUCTION (If apinkcable) 2014 (3; BRIEF DE=SCRIPTION (Br iefscope: size, cosl. etc,) AND SPECIFIC ROLE Check f vjlthcurrent firm Gary was the construction services manager. A reclaimed water ASR well was designed in addi- tion to process conversion and plant upgrades. Construction cost: $16 million. (I TIT LE AND LOC AT ION (City and Statej Downtown Community redevelopment area (CRA) Utility Undergrounding, Streetscape and Stormwater improve- (2) YEAR COMPLE 1. ED PROFESSIONALSERVICES 2009 CONSTRI,C(IONelf ripplicibl,,,) 2013 ments, Flagler Beach, Florida h. 6', BRIEF DESCRIPTION (Bnoscopo, si,e. cost, etc.? AND SPECIFIC ROLE CheCK if Pr0;eCtA,1S P0rf0!M-,dVJIh CUITGIII "11TI QLH, (now Mead & Hunt) prepared design drawings and specifications for conduits and structures for utility providers. We provided electrical service conversions for commercial properties, on -street parking improvements, stormwater improvements, road resurfacing, sidewalk improvements, right-of-way landscaping, irrigation and conduit for future street lighting. Construction cost: $4.10 million. (1; fl TLE AND LOCATIO4,4 0tynnd State) Lantern Park Bridge Replacement, South Daytona, Florida 21 YEAR CONAPLE-FED PROFESSIONALSERVICES 2016 I CONSHUCT ION 'if appiicablea — 12016 c. 0� BRIEF DESCRIPTION One'• sco; e, s,ze. cos,, AND SPECIFIC ROLE 19 Check foroiect was. performed vvlti, c i�, ,, flan P — I ... e'i Gary was the construction services manager. The project involved the total replacement of a functionally obsolete concrete bridge with a new concrete pre-engineered Arch culvert type bridge located at the existing bridge location. QLH, now Mead & Hunt, provided design, permit- ting, bidding assistance and construction phase services. Construction cost: $1.46 million. 9'1! 11T1-'-- AND LOCgr,ION {City a.nd State; Tomoka Woods Water Treatment Plant (WTP), Deland, Florida - 'i YEAR CC MP(_E TED 2011 d, (3) BRIEF DESCRIPTION f;Br efsc­ot t Z P siz��. etc�) AND SPECIFIC; ROLE IX Ghoc fsroject was performed ,.ithcurrcnt f rryl Gary was the construction services manager for the project. QLH, now Mead & Hunt, designed the water supply and treatment facility which produces 2.9 -MGD annual average flow of potable water. Construction cost: $2.86 million i-1,J",ND�ARD FQR,N,1 '330 ff-RtEV, 2 A ',E 21-"� A. FIRWS QUALIFICATIONS & EXPERIENCES E. LITIGATION Mead & Hunt does not have any past or pending litigation or disputes relating to the work described herein within the last five years. N LJ un LU Uj X LU kA [z A. FIRWS QUALIFICATIONS & EXPERIENCES F. FINANCIAL INFORMATION J iee M . Stava Authorized officer ;0 ^� [ [� Z] January 16, 2018 0 un ToWhom ItMay Concern RE: Mead & Hunt, Inc. rn Dear8ir/1Nadann: r� Please be advised that Mead &Hunt, Inc. (the "Company") has been a customer of JPMorgan Chase 7 | n 8ank,N.A. (the "Bank")since 18Q6. The Company currently maintains aline ofcredit with the Bank Z] with a commitment of a medium seven figures with average outstandings of a low six figures. The Company also maintains its primary deposit and savings accounts with the Bank, which has averaged a moderate seven figures. All accounts have been handled asagreed. > r The Bank holds the Company and its management inhigh regard and views the Company asahighly- _ valued custorner. �o If you have any questions, please do not hesitate to contact me at 262-317-3170. J iee M . Stava Authorized officer EXAMPLE PROJECTS WHICH BEST ILLUSTRATE 3 EXAMPLE E PRO JE KEY Meada,` lunt PROPOSED TEAM'S QUALIFICATIONS FOR THIS NUMBER CONTRACT 27. TIT€_E AND LOC TION (Cry and ` ta-e) South Central Regional Wastewater Treatment Facility (SCRWWTF) Expansion, Viera, Florida a.PROuECT O>,,VNER Brevard County 22- YEAR CGOPAPLE1, ED PROFESSiCNAL SERVICES CONS -1 RUC i ION' (f ,pphcaUe) 2017 12018 23. PROJECT OWNER'S INFORMATION r., POINT OF CONTIG F NAME James Helmer 24. BRIEF DESCRIPTIOIN OF PROJECT AND RELEVANCE TO THIS CONTRACT Ondude scope. size and cost) Brevard County Brevard County's SCRWWTF is an advanced nutrient removal treatment facility that provides sewage treatment and septage manage- ment for the rapidly growing area in and around Viera. The existing six -million -gallon -per -day (MGD) treat- ment facility is being expanded to a total capacity of 12 MGD. In addition to capacity expansion, this project includes numerous upgrades to the existing plant, a new laboratory and a 12,000 -square -foot maintenance and administration building. Upon completion, this state-of-the-art facility will provide septage management, advanced nutrient removal, reclaimed water distribution upgrades and effluent discharge to a treatment wetland and bird sanctuary. Specific unit processes affected by this project include: Influent Screening and Grit Removal ■ Constructing a new 12 -MGD pretreatment struc- ture to replace the existing one Biological Nutrient Removal ■ Replacing mixers in existing five -stage process tanks with Hyperboloid mixers Constructing a new six -MGD five -stage Integrated Fixed Film Activated Sludge (IFAS) process train c. 3'alrvT i?F CON11hc1 E ELEPF GINE NUMBER, 321-633-2089 ■ Construct new six -MGD chlorine contact chamber and effluent transfer pumps for the new process train reuse storage and pumping Aerated Sludge Holding ■ Construct new aerated sludge holding tank Belt Filter Press In Construct new building for additional belt filter press Electrical and Instrumentation Clarifiers In Abandon existing five -kilovolt (kV) power ■ Construct two new 90 -foot -diameter clarifiers with distribution system perimeter walkways and weir covers Architectural Filtration ■ Construct a new laboratory and offices for the ■ Replace existing `South' Dynasand filters for plants County -wide lab facilities #1 and #2 with three two -MGD Discfilters within ■ Construct a new 12,000 -square -foot maintenance the existing south filter structure and administration building for the Utility Disinfection Services division Total cost: $38.07 million 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT f') =IRM NA Y' � r„ FIRM LOCATION 0, ROLE Mead & Hunt Port Orange, Florida Design permitting assistance, bidding assistance, funding assistance, construc- tion contract administration field inspec- tion services S`5Au`,1DAr-_iD FORFA WO fRfE'%4 812,016, PACE 32t Meadj( E A IPLE PROJECTS WHICH BEST ILLUSTRATE ,� PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 2i. TITLE R D LC C;ITION !city and Stwel Wiley M. Nash Water Reclamation Facility (WRF) Expansion and Improvements, Deland, Florida 't EXAMPLE PROJECT KEY NU tBER 2 22. YEAR CUIMFLET€ D PROFESSiO;vfALSERVICES CONSTRUC1!ON tltat.phcabe) 2016 2017 23. PROJECT OWNER'S INFORMATION a. PROJFC­ OWNER b PO: N"3OF CONITAC AME c. POINT OF f O> , AO'f 1 FLEPHONE (qui==BETH City of Deland i Keith Riger, PE 1386-626-7197 . BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS, CONTRACT 'Inch Vic scwe, size and cast) Phase 1- Wiley M. Nash WRF Expansion and Improvements The project involved increasing the plant capacity from four -million -gallon -per -day (MGD) to six -MGD, rehabilitation of all mechanical pumps and equip- ment, and addition of mechanical thickening and odor control. The design included a new two -MGD Carrousel structure, new return activated sludge (RAS)/waste activated sludge (WAS) pumping facili- ties, two new rotary drum thickeners, odor control and replacement of miscellaneous mechanical com- ponents. The design allowed for expansion to a design capacity of eight -MGD. Phase 11- Wiley M. Nash WRF Reuse Augmentation Facilities The project design required an additional four -MGD of filtration capacity. QLH (now Mead & Hunt) evalu- ated various filtration options with City staff. It was decided to retrofit the existing traveling bridge sand filters with new AquaDiamond° filters and increase the total plant filtration annual average daily flow (AADF) capacity from six- MGD to 12 MGD. This upgrade project included retrofit of two -MGD sand filters with five -MGD AquaDiamond® filters. It provided an additional six -MGD capacity at average flow and an additional 12 -MGD at peak flow. In this manner, the plant is able to treat four -MGD of surface water from the SJR and eight -MGD of effluent. The ultimate plant capacity at this site is eight -MGD. The final constructive cost was $2.5 million with 40 -percent of the funds coming from the SJR Water Management District's Cost Share Program. The remaining funds needed for the filter equipment were directly purchased by the owner. Phase III - Wiley M. Nash Aeration and Instrumentation The aeration and instrumentation project involved upgrading three two -MGD carrousel oxidation ditch Biological Nutrient Removal (BNR) reactors to include six 75 -HP, low -speed mechanical surface aerators with surface impellors and a submerged radial pumping impellor, including ExcellTM Velocity Enhancers. The team installed one OculusTM Control System for monitoring dissolved oxygen, and con- trolling aerator variable frequency drives (VFDs) and carrousels for each process train to reduce energy consumption and further reduce total nitro- gen below five mg/I. The project also included replacement of all remote PLCs and an upgrade of the entire plant telemetry system. A $604,000 SJR Water Management District/Florida Department of Environmental Protection Cost Share Grant was received for this project. Total cost: $5.32 million. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT «. I) F!Ri.; NIAIvI,E ('?;i FIRM LOCAT ION ii ROLE Mead & Hunt Port Orange, Florida Design permitting assistance, bidding assistance, Funding assistance, construc- tion contract administration field inspection services Ft. R i `i,..() �R 8/201 t' :`w 34 luntI B A PLB PROJECTS WHICH BEST ILLUSTRATE Mea6,Ezu ry PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 21. TITLE ANC 7 LOCAf 10N ?Cit}. and St tej Repair of Vehicle Maintenance Building 1007, Jacksonville, Florida ti EXAMPLE PROJECT KEY ill BI -R 3 22. YEAR CO 1 PLET :D PROFESSIONAL SERVICES CONST RUGFION(Itapl�;i�,�t,fe) Under construction Under construction 23. PROJECT OWNER'S INFORMATION a. PROJECT WVNER b POINT OF CONTACT NAME t:, PGP"IT OF. CONTACT TELEPHOINE NUMBER Jacksonville Air National Guard Brian Williams 904-823-0567 <24. BRIEF DESCRIPTION OF PROJECT AVD RELEr'ANCE' O 11-41S CON IRA,' ' fine=_Ude scope, size -and cost The vehicle maintenance shop in Building 1007 accommodates three vehicle maintenance bays, a tire shop, machine room, shop office classroom, tools and parts room, battery room and offices. This reha- bilitation project included replacing interior finishes, interior doors, exterior doors and windows, and vehicle bay roll up doors; repairing the exterior wall surface and paint; installing a vehicle exhaust system and a new fire suppression system throughout the building; and upgrading the existing fire detection system, as well as all electrical, mechanical, plumb- ing, lighting and HVAC as needed. Mead & Hunt is also reconfiguring the office work- space and upgrading restrooms to meet ADA require- ments; repairing water damage from roof leaks; and designing a replacement of the central system, along with upgrades and rerouting of the duct work to improve system efficiency. Mead & Hunt is using energy efficient windows, lighting, insulation and doors. The modifications will bring the facility up to current Department of Defense (DoD) standards. Services Provided ■ Studies, investigations and reports ■ Planning services, space use, and repair project planning, with associated planning documents ® Design: preliminary design, design package, speci- fications and design analysis ■ Cost estimates and quantity surveys ■ Utilization of Government designs, drawings, specifications and standards for buildings ® Construction administration services Bid construction cost: $7,600. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT III FIRM NAME FIRTA LUCA-,10N {3i ROLE Mead & Hunt Lexington, South Carolina Design, planning services, cost estima- tion, construction contract administration STAaNIDAR Y P E1111LE PROJECTS WHICH BEST ILLUSTRATE Mead.„ PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 21. TiTL_ AND LOCATION ?City and Statet Minutemen Causeway Stormwater and Streetscape Improvements, Cocoa Beach, Florida 20 E YAKiPt E PROJECT KFY NUMBER 4 22. YEAR CONIPLE_ ED PROI ESSiONAL SERVKG_S CONS T RU ION �H applicable) 2016 12017 23. PROJECT OWNER'S INFORMATION a. T'ROJEC'i OI VNER b PCINIT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER City of Cocoa Beach Joanie Regan 321-868-3292 24. BRIEG DESCRIPTION OF PROJECT AND RELEVANCE TG'ii ils CONT AG scope, size and cast} Located in Brevard County on Florida's east central coast, Minutemen Causeway is the main east -to - west corridor through downtown Cocoa Beach. The corridor runs across the five -block stretch of the Atlantic coastal barrier island. The City of Cocoa Beach designed and permitted the project with state-of-the-art stormwater treatment trains. Prior to implementation, the existing runoff discharged into the Banana River Lagoon, a waterbody that is part of the Indian River Lagoon (IRL) system, a designated as an Estuary of National Sign ificance.The project, located from the Atlantic dune line west two blocks along Minutemen Causeway to Cedar Avenue, was designed with three major low -impact design (LID) best management practices (BMPs) in its treatments train - these include native landscape bioswales/tree filters, underground exfiltration and pervious pavers. Sorption media was used to further reduce the nitro- gen and phosphorus pollution mass before entering the groundwater. This particular sorption media has proven effective e.g., Marion County [FDEP, 2011 ] for removing phosphorus and nitrogen before the stormwater infiltrated into the groundwater table. Biosorption Activated Media (BAM) is media that removes pollution using chemical sorption as well as biological removal. The project now provides treat- ment for all stormwater flowing from the sub -basins for the entire 20.28 -acre drainage basin of urban downtown, densely developed land. The City obtained grants from FDEP, SJRWMD, and FDOT through Local Agency Program funds. QLH assisted the City with all grant requirement compliance. This was a featured project in 50 Years of SRF Success program due to the innovative green infra- structure used. The project is an example of how green infrastructure can be used in an urban setting and be aesthetically pleasing. The project also ben- efits an estuary. It will be featured in an upcoming fact sheet the Clean Water State Revolving Fund (CWSRF) and (National Educational Panel Study) NEPs issued from the EPA. QLH, now Mead & Hunt, provided construction phase Total cost: $5.24 million. services including construction, administration, and inspection for the project. The bid amount was $5,100,458. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT Rt NWNYI F is FIRN4 L _)G/J10N1; (31) ROLE Mead & Hunt Port Orange, Florida Funding assistance, bidding assistance construction contract administration and inspection services Mead,A lunt., I~y EAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT t. TITLE. AND LOCATION (Cir" and `;t te) Lantern Park Bridge Replacement, South Daytona, Florida 0 EXAMPLE SPL PROJ _CT KEY ''UMBER 5 22. YC -A0 COMPLETED PROFESSIONAL SERVICES CONSTRUCTION ION ' .pplicab e) 2014 2016 23. PROJECT OWNER'S INFORMATION a� PROJECT O,,VNER b POINT C}- CONTACT NAMF f c. POINT OF CONTAC F TELEM "'11JE 'U,ABE? City of South DaytonaLes Gillis 386-322-3080 24. RRlE?= DE. C,4aIP9 iC)P! OF PROJECT AND RELEVANCE -1011 HIS vGNi'FrAC;7{l=trtiude scope, size and nosi:) QLH, now Mead & Hunt, provided design, permit- ting, bidding assistance and EOR construction phase services for the Lantern Park Bridge Replacement. The project involved the total replacement of the existing functionally -obsolete concrete bridge with a new concrete pre-engineered arch culvert type bridge located at the existing bridge location. The bridge was widened to accommodate greater turning radii and a shared path crossing of Reed Canal for enhanced pedestrian safety. Traffic to and from the Lantern Park subdivision was accommodated in the maintenance of traffic design and routed to a tempo- rary road connection between Conventry Forest and Lantern Park along Colonial Drive that was con- structed as part of the Oak Lea Bridge Replacement project. The bridge walls were faced with stone veneer and included other lighting and landscaping improvements similar to the Oak Lea Bridge design. The project also included the relocation and replace- ment of the existing six-inch water main and four -inch force main. Design and construction plans, as well as specifi- cations, were prepared in accordance with Florida Department of Transportation (FDOT), St. Johns River Water Management District (SJRWMD), Volusia County, Florida Department of Environmental Protection (FDEP) and South Daytona requirements. Work included application packages to SJRWMD and Volusia County for Environmental Resource Permit and Use Permit, respectively; along with permit applications to FDEP and Volusia County Health Department's (VCHD) for the force main and water main work. The design was coordinated with FDOT via their Local Agency Program (LAP) project procedures. Construction cost: $1.46 million. Lantern Park Bridge, South Daytona 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a' RMA NAME 2FIRN1 LOCATION raj ROLE Mead & Hunt Port Orange, Florida Project management, bridge design hydrology/hydraulics, environmental ser- vices, funding assistance G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26� NAMES OF KEY PERSONNEL (Ftown ,k� ct t o n ', B I o ck, 12 1 27� ROLE 11\1 THIS CONTRACT (F!'oniSection F, Block 13i 28 ' EXMAIPLE PROJECTS LIS I ED IN SECTION F iRl n c Example Prdect�3 Kev" section bcdav�, i1cfore compet- in,,, tabIa Place "X" t'Md&i wrc',Jcc� Key nul nber fo.r parfid�,,aton a rn 6 S "a, I o I e, South Central Regional Wastewater Treatment Facility (SCRWWTF) Expansion 2 Wiley M. Nash Water Reclamation Facility (WRF) Expansion and Improvements 3 Repair of Vehicle Maintenance Building 1007 Brad Blais, PE Principal-In-Charge/Project Manager V/ V/ Ed Balchon, PE, BCEE QA/QC Manager David King, RE Project Manager (Civil) _T Andrew Giannini, RE Project Manager (Stormwater) Kevin Lee, PE Project Manager (Water/ Wastewater Process) V/ Michael Schwier, RE Project Manager (Transportation) Jason Pelletier, AIA, LEED AP BD+C, NCARB, NCIDQ Project Architect Gary Wisniewski Construction Services Manager V/ V/ V/ 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PrROJFCT 1,FROM SECTION F�' South Central Regional Wastewater Treatment Facility (SCRWWTF) Expansion 2 Wiley M. Nash Water Reclamation Facility (WRF) Expansion and Improvements 3 Repair of Vehicle Maintenance Building 1007 Minutemen Causeway Stormwater and Streetscape Improvements Lantern Park Bridge Replacement -'STANIDARD, rO-., i'v! 3�311o' (F EV, 8/20-, -)1 PAGE �3s B. SIMILAR PROJECTS UTILITY MAINTENANCE UTILITIES MAINTENANCE, BREVARD COUNTY-Data\/IERA FLORIDAProjectCompletion: 2018 The Brevard County maintenance facility iaa12.00Usquare Total cost (aat.): foot /s0 building designed to provide maintenance crews with $2'7 million 8 modernized facility with ample space towork on equipment used throughout the County's service area. The maintenance Key Staff facility is comprised of: Brad B|aia, PE - Design Project Manager • A0.7OU-afmaintenance bay area with 12 pull up doors Kevin Lee, pE-CEI capable ofaccommodating all County owned vehicles. Engineer •A-1.0OO-Sfpump shop with 8roll updoor and monorail Gary VVisnieweki- crane capable oflifting lift station pumps. Construction Services • A7OD'afelectrical and instrumentation room aimed at Manager servicing all control panels and mechanical equipment throughout the County_ Services Provided • Aserver room capable ofholding signals from lift stations � Design throughout the Cuunty. � Permitting assistance •A2.S00-mfoffice area with enemployee conference room, Bidding assistance storage room and locker room. 0N Funding assistance � Construction contract @dnminiStration � Field inspection services Contact: James Helmer Utility Services Director Brevard County | 321-633-2089 | jheimner@bnevam]county.uS (evmw�v�m,aLmxoao*�mouamwaAo��c�'���mnoo�`ra�souo/ o��e�on�n ep� /�/o'oapm�s���/�o/,�xm,goe�meomoV Am M Project Data BRIDGE REPLACEMENT BA/OU CHICO BRIDGES_ • Completion: 2009 ESCAKWBI&COUNTY—PENSACOLA,FLORIDA • Total cost (9St.): $650'066 The existing twin two-lane Bayou Chico bridges were struc- Services Provided turally -deficient with several superstructure issues at bearing locations. Michael Gchvvierand his team kmhi{gvvithanother • Bridge replacement firm) designed anew single bridge to carry two-way traffic • Roadway design using Type III AASHTO girder bridge founded on 30 -inch con- • Hydraulic study cmtepiles onooat-in-p|ooaconcrete caps. • Traffic control • Utility coordination Adetailed coastal hydraulic study was conducted for this tidal location 8awell 8Stoshow conformance with FEMA NnRise • Permitting requirements. The new structure was designed to becon- structed using staged construction methods that allowed two lanes oftraffic during all construction operations. The vertical profile on the new structure was increased byeight feet tD accommodate boat traffic, thereby requiring intense coordina- tion with utility owners within the right-of-way. Michael and his team provided gbridge development report, Contact, Keith Shores preliminary and final bridge and roadway plans, traffic control Structures Design plans, signing and pavement marking plans, and 8nvinonnOeO- Eng/neer I t@|and USCG permits. M FDOT District 3 850-330~1449 keith.shones@dot.s1ate. fLUS ��vmxnw�mx*U�u�ov+r�ou�wmsymoCaror8ano��a/6ouo�or,u�an�n B. SIMILAR PROJECTS INSPECTION STATE ROAD (SR)415UTILITY EXTENSIONS, CITY OF i Project Data DELTONA-DELTONA,FLORIDA Completion: 2013 Mead & Hunt has alarge construction engineering and Total cost: $3.55 million inspection (CB)division operating out nfthe Port Orange office. Gary VVianievvakisupervises the CEI staff ofnine and Key Staff manages approximately and 10Omillion inconstruction Brad B|ois.PE-Project annually. Manager � GmryVViSniovvski- Arepnaeantativefu||aervinep jootiatheGtedeAoadSR Construction Services 415Utilities project forDe|tona.-[hiSp jectinw3|v*dcnn- Manager otnucting over 9,000 linear feet of potable water main sites 2O-to24-inch.over 1O,0UOlinear feet offorce main sizes Services Provided six- tO20-|noh,and over 11'OOUlinear feet ofreclaimed water wDeai0n main sizes eight- tn24-innhalong 8R-415between Howland mPermitting assistance Boulevard and Doyle Road The ' n Bidding assistance advance ofthe Florida Department ofTransportation (FDOT\ foup|anep ��ot.vvhichpreaontedrnanyoha||engea 'he, ~`_ ^ ' ' ~n �(�onetructioncontract tractor was required to maintain clearances from future storm administration sewer pipe to be installed during the widening project. FOOT � Field inspection services plans were not finalized when the utility project beganao QLH'now Mead & Hunt, was making construction revisions aeFOC)Tdesign changes were boingrnade.The project vvma required to be completed and contractor demobilized within anaccelerated schedule Ofnine months. The C)LHteam tracked the contractor's progress compared tothe approved schedule. Regular coordination meetings and Contact: Matt Doan, PE efficient contractor communication allowed for any changes Public Works Director of CQ~��D tVbemade quickly. E 38-878-8950x8998 � mdoan@de|tonaf|.gov o�x*/r��m�ra �mo�vursan�n�/a/s000/n�rox�/m»x/ M E LU 2 LU LU 0 i LU CL B. SIMILAR PROJECTS STORMWATER MANAGEMENT Project Data ■ Completion: 2009 ® Total project cost (est.): $12.5 million i Key Staff ® Andrew Giannini, PE - Project Manager o Gary Wisniewski - Construction Services Manager Services Provided ® Design ® Permitting assistance ® Bidding assistance ® Funding assistance ® Construction contract administration ® Field inspection services Contact: Lynn Stevens Public Worms Director City of Pair Orange 086-505-5750 Istevens@po'c-orana-e.org CAMBRIDGE CANAL BASIN DRAINAGE IMPROVEMENTS, CITY OF PORT ORANGE - PORT ORANGE, FLORIDA After significant flooding occurred during the tropical storms in 2004, the City of Port Orange retained QLH (now Mead & Hunt) to study the 700 -acre Cambridge Canal basin and recommend improvements. The study recommended a basin -wide approach to solving the problem. QLH greatly improved the drainage by creating two additional outfalls, one in the north and one in the south part of the basin. Two large wet detention ponds and a stormwater pump station were constructed to help offset/mitigate for increase discharge rates during extreme events. The City obtained grant funds through Federal Emergency Management Agency (FEMA), St. Johns River Water Management District (SJRWMD) and Florida Department of Environmental Protection (FDEP) to partly fund the construc- tion. The remainder of the project was funded with State Revolving Fund Loans. The project is also part of a larger Regional Aquifer Management Program (RAMP). The Cambridge Canal and pond system retains normal rainfall runoff which the City can divert into their reclaimed water system. The reclaimed water system includes 175 acres of storage/recharge capac- ity for excess reclaimed water and stormwater. Annually, the stormwater augmentation system contributes over one million gallons per day (MGD) to the water budget. B. SIMILAR PROJECTS COMMUNITY REDEVELOPMENT FLORIDA AVENUE STREETSCAPE IMPROVEMENTS, CITY OF Project Data COCOA-COCOA'FLO R1DA Completion: 2017 (]LH(no�W1e8d&HunUpnov|d8ddeoiQOSen/io�Gfore|| ` ' Totalproject oo�t� $2.92 million of the complete streets improvements. The project scope included complete street improvements along Florida Avenue Key Staff from King St. (SR 520), south ofRosa LJones Drive andthe David King' PE- Project project length was approximately O.4Smiles. The project Manager included roadway reconstruction, new sidewalks, new curb m Gary Wisniewski - and gutter, on -street parallel parking (permeable interlocking Construction Services concrete unit pavenlent)'minor storm water improvements, Manager pedestrian scaled decorative streetlights, thermoplastic strip- ing, stamped asphalt crosswalks, signage, landscaping and Services Provided irrigation. The new sidewalk iS8combination 0ƒconcrete and Desi and redesign brick pavers. Existing driveways were reconstructed tomeet services American's with Disabilities Act's A\O/Ys' requirements along � � Permitting assistance with the new sidewalks. The project wabid and constructed � Bidding assistance project with water maireplacement improvements. m Construction pheSe8S8^oint aen/ioan . The pn4entwas funded with Florida Department of Grant assistance Transpnrtati0O(F[�011LOC8|Ag�ncyProg[8m/LAp\funding ` ' ` ' � �pna-coDStruotiun8ndpoat- construction water no0n|- QLHalso provided bidding services and construction, engi- toringandana|ynim neering'and inspection (CE|) services for the entire project including the water main replacements. 01 Contact: Ed Wegerif, PE Public Works Director City of Cocoa 321-433~8777 | ewvegerif@cmcoaYi.mrg u000us*��oso��ugynmcr�orSon�^�/a/m000/o�/av�/mx� M H B. SIMILAR PROJECTS PARKS AND RECREATION FACILITIES Project Data o Completion: 2015 ® Total project cost (est.): $855,646 Key Staff ® Andrew Giannini, PE - Project Manager ■ Gary Wisniewski - Construction Services Manager Services Provided ® Design ■ Bidding assistance ■ Funding assistance ® Construction phase services Contact: Khalid Beshei€ at, PF Assistant City Manager City of New Smyrna Beach 386-410-2612 kresheidat@cityofnsb.com NORTH CAUSEWAY BOAT RAMP PARK IMPROVEMENT 5, CITY OF NEW SMYRNA BEACH -- NEW SMYRNA BEACH, FLORIDA The City of New Smyrna Beach obtained a Florida Inland Navigation District (F.I.N.D.) Grant to fund improvements to an existing heavily used boat ramp park on North Causeway. The City selected QLH to provide engineering, design, bidding and construction phase services for the project. The project consisted of seawall and sidewalk replacement, wood dock rehabilitation, sidewalk improvements, replace- ment of the restroom building and parking lot pavement with stormwater improvements. Key Facts ® Heavily used existing boat ramp and parking facility was in need of refurbishing ® City of New Smyrna Beach obtained a F.I.N.D. grant ® Project included paving of shell parking area, replacement of restroom building, rehabilitation of seawalls and dock. in Project came in under budget and on -schedule B. SIMILAR PROJECTg City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 SORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 y� FINANCE DEPARTMENT''*''"'",z'�`4 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)�' Term Contractit� 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. Protect #1• Project Name: South Central Regional Wastewater Treatment Facility Expansion Type of Project/Service: Wastewater Treatment Facility Expansion Address: 2262 High Dr Mims FL 32754 Contracting Ag enc /Client: Brevard Countv Contact Name and Phone #: James Helmer 321-633-2089 Contact Email Address and Fax #: 1heimer brevardcount .us 321-433-8708 Contract Amount: $3.33 million Date Work Performed: 2018 Project #2: Project Name:Wiley M. Nash Water Reclamation Facili xpansion and Improvements T e of Pro'ect/ServTce: Address: 1102 South Garfield Avenue Dela RT FL 32721 Contracting Agency/Client: Contact Name and Phone #:Ith R pr 'IRR -RPR -71 Q7 Contact Email Address and Fax #: rl er @deland.or / 386-736-5366 Contract Amount: $559,091 Date Work Performed: 2017 Project #3: Project Name: Bepair of Building Type of Pro'ect/Service:aintenance Address: 189 Marine Streel. Contracting Agency/Client: aC Sonvi e National Uuard Contact Name and Phone #: Brian Williams 904-823-0567 Contact Email Address and Fax #: brian.'.williams9.mil@mail.mil/ 904-823-4749 Contract Amount: $50,625 1 Date Work Performed: Ongoing Project #4• Project Name: M inu emen Causeway btormwater & StreelSCa e m rovemen s Type of Pr2icct/Service: tormwater & btreetsca e m rovements Address: 2 S. Orlando Ave. oeoa eae L 32932 Contracting Agency/Client: It of Cocoa Beach Contact Name and Phone #: Joanie R8 an 321-868-3292 Contact Email Address and Fax #: 're an cit ofcocoabeach.com/321-868-3378 Contract Amount: 450 266 Date Work Performed: 2017 Project #5• Project Name: Lant6rn Park Bridge Keplacement T e of Project/Service: Bridge Replacement Address: 1770 Searave St. South Da tona Florida 32119 Contractin Agency/Client: Contact Name and Phone #: Les Gillis/ 386-322-3080 Contact Email Address and Fax #: Contract Amount: 39 914 Date Work Performed: 2016 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE IP'Failure to submit this form may be grounds for disqualification of your submittal I M M Un 4e"k Ce I 'i SIMILARPROJECTS AWARDS 1 , Our Minuteman Causeway project was featured in the U.S EPA Region 4 newslet- ter. The Minutemen Causeway is the main east to west corridor through downtown Cocoa Beach, located in Brevard County on Florida's east central coast. The corridor runs across the five -block stretch of the Atlantic coastal barrier island. The City of Cocoa Beach designed and permitted the project with state-of-the-art stormwater treatment trains. QLH, now Mead & Hunt, provided construc- tion phase services including construction, administration and inspection for the project. The bid amount was $5.1 million. The City obtained grants from FDEP, SJRWMD, and FDOT through Local Agency Program funds. QLH assisted the City with all grant requirement compliance. The final con- struction cost was $5.24 million. This project represents a small portion of the Mead & Hunt's capabilities providing grant and loan assistance in addition to compliance moni- toring and reporting. We have two grant loan specialists and one compliance specialist on staff in Port Orange. They regularly administer $50 million to $80 million annually and are in constant contact with St. Johns River Water Management District (SJRWMD), Florida Department of Environmental Protection (FDEP) and United States Environmental Protection Agency (USEPA) finance admin- istration and managers. These relationships are critical to getting work done. We have a reputation for managing successful schedule, this is important as timely completion and accurate paperwork is often the benchmark used to determine eligibility for future funding opportunities. m.. r". PROJECT rO errOA INTRODUCTION Mead & Hunt, formerly QLH is a full service engineering firm with deep roots in Central Florida. Quentin L. Hampton Associates, Inc. (QLH) was originally formed by Quentin L. Hampton in 1964 and incorporated in 1967. Quentin pio- neered wastewater treatment in Florida and acquired numer- ous patents for various treatment processes. Under the subsequent leadership of Rick Fernandez and Mark Hampton, QLH continued to innovate tertiary and advanced wastewater treatment facilities in the 1980s and introduced public access reclaimed water systems to Central Florida in the 1990s. As the company matured, expertise was developed in potable water, stormwater, civil, environmental and reclaimed dis- ciplines. Throughout the company's existence, it's primary focus has been personalized and innovative service for municipalities throughout Central Florida. In 2017, QLH merged with Mead & Hunt, a national firm offer- ing comprehensive planning, design and construction engi- neering and inspection services for an array of architectural, engineering and environmental disciplines. The staff's multi- disciplinary skills are available in offices nationwide. As a company, we build relationships first by listening to you and understanding your objectives. Then we apply our depth of experience to anticipate your current and future needs. With more than 30 offices nationwide, we are nearby and equipped to plan, design, and provide engineering, architec- tural and environmental services. From the moment we join you at the project kickoff, our first priority is to remain close at -hand to address and manage whatever needs arise. Your satisfaction is our benchmark for success. Mead & Hunt has assembled an outstanding team to assist the City of Sanford. The Mead & Hunt team has the experi- ence, background, and skills to complete the City's require- ments with a high degree of expertise, on-time delivery and within the budgetary constraints. Mead & Hunt will provide an independent approach to each and every need of the City versus offering "canned designs." Some potential techni- cal approaches to the various project aspects are described below. Quentin L. Hampton, QLH Founder A successful merger between Mead & Hunt and QLH Map of our office locations I CL 0- N Mead & Hunt has assembled an outstand- ing team to assist the City of Sanford. The Mead & Hunt team has the experience, background, and skills to complete the City's requirements with a high degree of expertise, on-time delivery and within the budgetary constraints. Mead & Hunt will provide an independent approach to each and every need of the City versus offering canned designs. Some potential technical approaches to the various project aspects are described below. WORKING RELA71 IONSHIP APPROACH Our niche approach to municipal engineer- ing is to truly work as an extension of City staff. Most firms are task (fee) driven, with every phone call, meeting or other effort needing to be billed to a project account. Our income approach allows us to focus on serving the City and not generating profit for our share holders. This allows us to invest our time working hand-in-hand with the City to address day-to-day challenges, which in turn, gives us a greater working knowledge of the City. The more we know about the City, the better the engineering solutions we can develop. Mead & Hunt regularly helps clients with budgeting, capital improvement plan- ning and similar activities. We even attend department -head staff meetings for some clients because we are considered akin to staff members. TECHNICAL APPROACH Cost Estimating Our long standing position in the East Central Florida marketplace allows us to maintain projects and up-to-date bid schedules. This enables us to prepare accurate budget estimates for long-range planning as well as accurate and detailed cost estimates for con- struction projects. We bid approximately five new projects each month. Our cost estimates have been within eight percent of actual bid costs for the past five years. Asset Management Capital projects for new improvements are a main focus in any city's engineering efforts. But the operation, maintenance and management of existing utility facilities are a vital and continuous effort that our team can also assist with. Asset management and GIS are two tools that can be used. Our team has been a leader in database management, utility inventory and GIS mapping. We are fully capable of supporting AutoCAD, Arclnfo, ArcView and MAP Objects, among other software packages. Our experience also includes data conversion, application development and direct application to GIS - based utility conveyance projects. From GIS -based mapping to utility management plans and utility system inventory, we have incorporated GIS technology in every aspect of utility functions, thus simplifying data updates and report preparation. ADEQUACY OF RESOURCES The team proposed to provide services to the City has ade- quate time available to dedicate to the successful completion of the proposed projects. The chart below illustrates the avail- ability of Mead & Hunt project managers and engineering. GRANT T PRO UREMEi T AND GRANT ADMINISTRATION ISTR TIO SERVICES Mead & Hunt specializes in grant procurement and adminis- tration with dedicated staff for such. Our coordinators seek grants/loans for our clients' projects including facility plans, grant/loan applications, capital finance plans, and other required documentation. The coordinators also assist during the construction and post -construction phases in preparing and monitoring reimbursement requests. The compliance spe- cialist focuses on compliance during construction, including: ® Davis Bacon Wages ® Equal Employment Opportunity (EEO) ® Disadvantaged Business Enterprise (DBE) goals ® American produced steel ® Other federal and state requirements Mead & Hunt has experience in grants and loans from many agencies including: W, LU C M Brad Blais, PE will be the project manager and primary contact for Sanford. The City will not need to contact a network of staff to understand the status of a proj- ect or request information. Ed Balchon, is Mead & Hunt's water/wastewater market leader and will serve as the quality Assurance/Quality Control (QA/QC) manager for this contract. ■ Florida Department of Environmental Protection (FDEP) ■ Water Management Districts (WMDs) ■ Florida Rural Water ® Community Development Block Grants (CDBG) ® Florida Department of Transportation ■ Federal Emergency Management Agency (FEMA) ® Others STATEMENT OF SERVICESPERFORMED The first and foremost priority will be to provide Sanford with the most responsive, effective and professional engineering service to successfully complete assignments, no matter how small or large. To help the team perform to the City's expecta- tions and communicate efficiently and accurately Brad Blais will be your project manager and primary contact. The City will not need to contact a network of staff to understand the status of a project or request information. The City will not be subject to "project manager musical chairs" that often occurs with firms that have considerable staff turnover. It is also the project manager's responsibility to coordinate subcon- sultants and their design efforts. This includes survey work, geotechnical investigations and design activities by design professionals. Ed Balchon, is Mead & Hunt's water/wastewater market leader and will serve as the Quality Assurance/Quality Control (QA/QC) manager for this contract. He has 33 years of experi- ence in the planning, design and construction of water treat- ment facilities, water pumping facilities, water sludge man- agement processes and water distribution systems. After 26 years of consulting in Florida, Ed is very aware of the water resource and supply issues within the state. He has managed several large water and supply issues within Florida. PROJECT T IMPLEi E TATION & MANAGEMENT PLANNING STRATEGIES The quality of the product received by Mead & Hunt's clients is a direct result of the quality controls implemented by our leadership in the early 1990s. These controls were needed in order to manage the numerous projects being constructed during this period. It's a three-step process involving design/ review by the lead project engineer/manager, quality control review by the lag engineer and a constructability review by the director of construction services. The quality assurance plan �.. ,,. ._�.. starts at the kick-off meeting where Mead & Hunt's lead engi- neer and relevant subconsultants ask the probing questions to determine project goals and scheduling needs. Determining that we have the proper subconsultants and staffing onboard is critical to meeting the project goals and objectives. The Mead & Hunt project manager establishes an initial schedule that drives project design, permitting and delivery. A major component of the schedule is the timing for quality control and contractibility reviews. The project schedule is developed during the earliest stages of the project. The client is asked to review and approve the schedule for proper milestones and time of completion. Adjustments are made based on comments from the client. The lead and lag engineer will continually review the project schedule in order to provide timely completion of parallel tasks with critical completion dates. INNOVATIVE CONCEPTS Mead & Hunt uses specific innovative approaches to projects when feasible and advantageous. We identify the need for such during the planning and preliminary design phase and develops the specific approach with City staff. For water and wastewater conveyance projects, the innovative approaches may include trenchless construction techniques, such as directional boring, micro tunneling, pipe bursting and slip lining, and pipe condition assessment techniques like visual inspection, ultrasonic testing, coupon evaluation, video inspection, sonar testing, laser profiling and leak testing. Mead & Hunt also promotes using historical operational records and staff anecdotal information. 1111 c: i D. RFQ SOLICITATION RESPONSE REQUIRED FORMS A. INSURANCE CERTIFICATES A6 - CERTIFICATE OF LIABILITY INSURANCE ioii9i201" 7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 1-800-527-9049 CONTANAME:CT Linda BOmarito Holmes Murphy & ASSOC - WI PHONE ---- ------ - FAX ----- ---- aIVC.Ns.6X11: 309-282-3903 A,.866-501-3.945____ 10 H. Doty Street, Suite 800 rp y.com EADMDRESS: lbomarito®holmesmu h INSURER(S) AFFORDING COVERAGEi NAIC f DAMAGETON I PREMISESEa occurrence S INSURERA: XL SPECIALTY INS CO Madison, WI 53703137885 INSURED INSURER 8: Mead & Hunt, Inc. i --- ------_---- M & H Architecture, Inc. - IN SURER C :--------------------_.__...__.— 2440 Deming Way INSURERD: INSURER E: j INSURER F: Middleton, WI 53562 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WEIR— ----- -----TOOL V11.111— IBR ---- ---- POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/DD MMR)D I LIMITS ACCORDANCE WITH THE POLICY PROVISIONS. COMMERCIAL GENERAL LIABILITY ! AUTHORIZED REPRESENTATIVE I EACH OCCURRENCE $ CLAIMS -MADE `_! OCCUR ! DAMAGETON I PREMISESEa occurrence S h1ED EXP (An one Person) $ PERSONAL & ADV INJURY GEWL AGGREGATE LIMIT APPLIES PER: ! GENERAL AGGREGATE $ POLICY LJ L_a LOC JECT i PRODUCTS -COMP/OP AGG _SPRI OTHER: i $ AUTOMOBILE LIABILITY ! COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO ; f BODILY INJURY (Per person) $ _.._.. � I All OWNED SCHEDULED j AUTOS ;.._ I AUTOS 7 ( BODILY INJURY (P—..dent) $ 7 AUTOSAUTOS _._.....HIRED _ _-INON-OW; r.. (Epi—ident) —__GE C $ UMBRELLA LIAR OCCUR f ! EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE{ ! AGGREGATE $ DED ftE7EMiON$ $ WORIIERSCGMPENSATION H AND EMPLOYERS' LIABILITY Y t N ( STATUTE OR r— ANY PROPRIETORIPARTNEWEXECUTIVE OFFICER/MEMBER EXCLUDED? � N IAE_L EACH ACCIDENT $ (Mandatory In NH) i E.L DISEASE -EA EMPLOYEE_ S It yes describe under � I DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT I S A Professional Liability DPR9918844 10/25/17 110/25/18 ;Hach Claim 5,000,000 (Claims Made) ( )Aggregate 10,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H mora space is required) Pollution Liability Included IJ 79Ct1-ZU14 A(',UKU CUKYUKAI KIN. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD lbomaritowi 51167498 r 0 �.1 . N 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE —FOR PROPOSAL PURPOSES ONLY•* THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE IJ 79Ct1-ZU14 A(',UKU CUKYUKAI KIN. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD lbomaritowi 51167498 r 0 �.1 . N 0 21 LU L,k�l LJl LL, WN . ..�� MEADHU1 ASR'© CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 03/20/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 608-257-3795 700 RegnnJ t., POI ox 259nce Inc 700 Regent St., PO Box 259408 Madison, WI 53725.9408 Phil Hausmann -WcT Phil Hausmann, CIC JIAME;_... PHONE 608 257-3795 1 FAC 608-257-4324 SAIC, No_ExtZ C. No)__—_______-_-_.._._.__._ E-MAIL POIK:Y EFF ! POLICY EXP ' (MWOLIC Y1;_(MM19t2CCYYYJ_i. LIMITS INSURERISI AFFORDING COVERAGE NAIC # INSURER A: Travelers Casualty & Surety 119038 INSURED Mead & Hunt, Inc. M&H Architecture, Inc INSURER B: Travelers Indemnity Company j ----- — - -- -` --_.-_.-_.— Mead & Hunt Companies, Inc. INSURER C INSURER D: ------------ _...----_-._..__..__-- INSURER E: Mead & Hunt International, Inc 2440 Deming Way Middleton, W153562-1562 INSURERF: 12/01/20171 12/01/2018 . DAMAGE TO RENtur arse/_ 3_ 300,000 COVERAGES CFRTIFICATF NIIMRFR- RFVIc10N NnMBER• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR _LTR ___ TYPE OF INSURANCE ADDL 1NSB SUB POLICY NUMBER—._____..._._ POIK:Y EFF ! POLICY EXP ' (MWOLIC Y1;_(MM19t2CCYYYJ_i. LIMITS A )( COMMERCIAL GENERAL LIABILITY�1,000,000 EACH OCCURRENCE C -MS --E OCCUR P630SC656013TIL17 12/01/20171 12/01/2018 . DAMAGE TO RENtur arse/_ 3_ 300,000 _ _ i MED EXP An one rson 10,000 ! PERSONAL& ADV INJURY 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: 2,000,000 GENERAL AGGRE__GATE3.. POLICY L j�O �X LOC I PRODUCTS - COMP/OP AGG S 2,000,000 . OTHER: 1 B AUTOMOBILE LIABILITY 1 COMBINED SINGLE LIMB "000'00g X ANY AUTO P8106C161444COF17 i 12/01/2017112/01/2018 RY Fe_ S OWNED � - SCHEDULED -L -L —j 7Br __-- AUTOS ONLY (_�AUTOSyy Wy X E AUTOS ONLY i—I AUTOS ONLDY DRY(PereW ( I (PerDaca lent) AGE S f � A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 9,000,000 EXCESS UAB j CLAIMS -MADE CUPOK3011011743 12/0112017112101/2018 AG__G_RE__G__A_T_E 9,000,000 _..—__—__t.$ ___—______.. DED X RETENTION $ 0 r 1 A WORKERS COMPENSATION X I PERTUT DTH- ' A AND EMPLOYERS' LIABILITY YIN D�ECUTNE �j PDTBEUBSC67970817 WI 1210112017 12/01/2018 1 1,000,000 E.L. EACH ACCIDENT OFFICEWMEMBEREXC UOE (M—dat-y M NH) �I N/A U68J2154321743E-0TH STAT __�$ 12/01/2017 12101/2018 �( E.L. DISEASE - EA EMPLOYEEI $ 1'000'000 If yes, describe under DESCRIPTION OF OPERATIONS below _____.__— _____,____,__,________ 1,000,000 _— i E.L. DISEASE, _POLICY LIMIT 1 $ 1 I I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER rANrFI I ATInN MASTERC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Master Certificate THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE !L4-111 ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD j.- _,..... ,. ,._,., . D. RFQ SOLICITATION RESPONSE B. Attachment "C" Conflict of Interest Statement A. I am the Vice President of Mead & Hunt with a local office in [Insert Title] Insert Com an Name] Port Orange, Florida and principal office in Mid eton sconsin B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. 1. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attaeh17en onflict of Interest Statement, is truthful and correct at the time of submission. , AFFiANt'S1alqATURE Brad Blair Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF O usia The fore ging instrument was executed before me this 25 day of July 20�, by Bradlais as Vice President of Me—ad & Hunt ally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who i ersonall no kwn o me OR has produced as identification. ERIKA S. LUSTIK • : MY GOMIAISSigN # FF910489 EXPIRES August 18, 2019 ucnisrsa•ss novavm. (Sta oa4l-44LNOTARY PUBLIC, Stte of - on a PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal -'r" i N M 0 0 M M City of Sanford I Finance Department ( Purchasing h clrr or Division nd 300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771 (, '`SXKFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract. TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the Vice President of Mead & Hunt with a local office in [Insert Title] Insert Com an Name] Port Orange, Florida and principal office in Mid eton sconsin B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. 1. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attaeh17en onflict of Interest Statement, is truthful and correct at the time of submission. , AFFiANt'S1alqATURE Brad Blair Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF O usia The fore ging instrument was executed before me this 25 day of July 20�, by Bradlais as Vice President of Me—ad & Hunt ally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who i ersonall no kwn o me OR has produced as identification. ERIKA S. LUSTIK • : MY GOMIAISSigN # FF910489 EXPIRES August 18, 2019 ucnisrsa•ss novavm. (Sta oa4l-44LNOTARY PUBLIC, Stte of - on a PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal -'r" i N M 0 0 M M M U— LU LU I ta_! tt'S CL flen Lij ce Z 0 ts`: 01 I W i C. NON-COLLUSION/LOBBYING CERTIFICATION 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 Mead & Hunt whose business address is ame of emit subm'itin sworn statement] 4401 Eastport Parkwa Port ran e FL 3227 and (if applicable) it's Federal Employer Identification Number (FEIN) is - (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Brad Blais and my relationship to the above is Vice Pr .sid .nt• [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: I. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a member of City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D"„Non-Collusion/Lobbying Certification, is truthful and correct at the time of submission. j � rL,lr I f {tel i, AFFIANT SIGN TURE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF VOIUSia The foregoing instrument was executed before me this 25th da of July 2018, by Brad Bials asVice President of Mead &Aunt — who pe swore or affirmed that he/site is authorized to execute this document and thereby bind the Corporation, and who i ersonally nown tom OR has produced as identification. ERIKA S. •' . • . .UST9tK MY COMMISSIO# 41 OTARY PUBLIC, State of loridaEXPIRESAuVua.219 (stamp);;"a,u PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE `"Failure to submit this form may be grounds for disqualification of your submittal"V City of Sanford I Finance Department I Purchasing Division �' CITY OF 300 N. Park Avenue Suite 243 2n1 Floor, Sanford Florida 32771` Phone: 407-688-5028, or 5030 Fax: 407-688-5021 JAFORD GO CONSULTANTS COMPETITIVE iNA f7d�:E [?EPAr�TNENT NEGOTIATION ACT (CCNA)i�ttr* 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 Mead & Hunt whose business address is ame of emit subm'itin sworn statement] 4401 Eastport Parkwa Port ran e FL 3227 and (if applicable) it's Federal Employer Identification Number (FEIN) is - (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Brad Blais and my relationship to the above is Vice Pr .sid .nt• [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: I. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a member of City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D"„Non-Collusion/Lobbying Certification, is truthful and correct at the time of submission. j � rL,lr I f {tel i, AFFIANT SIGN TURE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF VOIUSia The foregoing instrument was executed before me this 25th da of July 2018, by Brad Bials asVice President of Mead &Aunt — who pe swore or affirmed that he/site is authorized to execute this document and thereby bind the Corporation, and who i ersonally nown tom OR has produced as identification. ERIKA S. •' . • . .UST9tK MY COMMISSIO# 41 OTARY PUBLIC, State of loridaEXPIRESAuVua.219 (stamp);;"a,u PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE `"Failure to submit this form may be grounds for disqualification of your submittal"V D. DRUG FREE WORKPLACE CERTIFICATION City of Sanford I Finance Department I Purchasing Division 71 �SXRFORD 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 FINANCEDEPARTMENT Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES 0 Attachment "E" Drug -Free Workplace Certification Z When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon M employees for drug abuse violations. U C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement 71 specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is _T1 available in the employee's community, by any employee who is so convicted. i� rT 1 r_1 1 F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in 0 1-10 Attac7heat ,"/E",))rug-Free Workplace Certification, is truthful and correct at the time of submission. 71�1 2 - AFFIANT 91614XTURE Brad BWs M Typed Name of AFFIANT Vice President Title --- STATE OF Florida COUNTY OF V QIUSja > The foregoing instrument was executed before me this 25th day of July 2018, by Brad Blais as Vice President f Mead & Hunt —ho 111V swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally known to e )in OR has produced as identification. ERIKA S. LUSTIK UY CO"MISSION 9 FF910A& 9 EXPRESA4QU918,2019 . .... BLIC,State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) E� Lij Ll— I LL_ 0 L:J r LLa E Ll.. W Vn V) LLJ LL `' W W I' i I A i •i I i [91 WA ! R 1 1H kyl MAI 0 1 MCI] 1 ! Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Mead & Hunt Mailing Address: 4401 Eastport Parkway Port Orange, FL 32127 Telephone Number: 386-761-6810 Fax Number: 386-761-3977 E-mail Address:brad.blais@meadhunt. com Brad Blais FEIN: 39-0793822 Authorized Signatory Printed Name Vice President Title STATE OF — Florida COUNTY OF VOIUSia 7/25/2018 Date The foregoing instrument was executed before me this 25th day of July 2018, by Brad Blais as Vice President of —Mead & Hunt who per ally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally nown to a OR has produced as identification. �✓' ' ERIKA S. LUSTIK _ 4M COldMi65JONYfP97_ (Stamp) a..... EXPiRESAUW-4118. NIP tMllC'S3 lCMsuai Z.• . 9 • • • PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford I Finance Department ( Purchasing g Division M sk ('� c1Tv o7a 300 N. Park Avenue Suite 243 2'"' Floor, Sanford Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021�� llORD i FINANCE DEPARTMENT 4 CONSULTANTS COMPETITIVE r NEGOTIATION ACT (CCNA) Term Contract. ., TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Mead & Hunt Mailing Address: 4401 Eastport Parkway Port Orange, FL 32127 Telephone Number: 386-761-6810 Fax Number: 386-761-3977 E-mail Address:brad.blais@meadhunt. com Brad Blais FEIN: 39-0793822 Authorized Signatory Printed Name Vice President Title STATE OF — Florida COUNTY OF VOIUSia 7/25/2018 Date The foregoing instrument was executed before me this 25th day of July 2018, by Brad Blais as Vice President of —Mead & Hunt who per ally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally nown to a OR has produced as identification. �✓' ' ERIKA S. LUSTIK _ 4M COldMi65JONYfP97_ (Stamp) a..... EXPiRESAUW-4118. NIP tMllC'S3 lCMsuai Z.• . 9 • • • PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal' n M PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal' & d,q 'M�S,3� . - '01" City of Sanford I Finance Department I Purchasing Division CITY 111 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 S ARD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FWANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment 11G11 Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): M Addendum No. 1 Dated: 7/5/2018 Addendum No. 2 Dated: 7/11/2018 rri Addendum NO. 3 Dated: 7/20/2018 Addendum NO. 4 Dated: 7/26/2018 Ef 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 ot'submission. Proposer/Contractor Name: Mead & Hunt M Mailing Address: 4401 -Eastport Parkway Port Orange, FL 32127 Telephone Number: 386-761-6810 Fax Number: 386-761-3977 E-mail Address: brad.blais@meadhunt.com > Rrad Rai.-, FEIN: 39-0793822 Authorized'Sigoafb6' Printed Name 0 Vice President 7/26/2018 M Title Date 0 n M PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal' & d,q 'M�S,3� . - '01" LU ._a C E LIJ Lu w 0 Zi 0 W City of Sanford I Finance Department CITY OF Purchasing Division ` 300 N. Park Avenue Suite 236, Sanford,: 407Florida I32771 Email: ADDENDUM l � „[J-"�� Phone: 407fi88-5028 or 50301 Fax: 407-688-5021 � Emnil: FINANCE DEPARTMENT urchasin n inford0. ov IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES CCNA A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "F" Additional Information. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #I to 11713 17/18-33 Professional Consulting Services- (CCNA) Mead & Hunt Name of Firm/Company brad.blais@meadhunt.com Contact Email 4401 Eastport Parkway Port Orange, FL 32127 Street Address City, State, Zip Code Telephone Number Brad Blais Authorized Person Prin,ted Name Authoriz6d Person Signature 386-761-3977 Fax Number Vice President Authorized Person Title 7/25/2018 Date of Signature City of Sanford I Finance Department Purchasing Division CITY OF � � Son N. Park Avenue suite01 F Sanford, Florida 1 Email: ADDENDUM ' Phone: 407-688-5028 or 5030 � Fax- 407-68&50?I � Email: ' Y FINANCE DEPARTMENT urchasin (rdsaniordit, ov #2 RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. Il. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Information. d. GSA Form SF -330 has been broken down in sections, please follow Section 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Mead & Hunt brad.blais@meadhunt.com Name of Finn/Company Contact Email 4401 Eastport Parkway Port Orange, FL 32127 Street Address City, State, Zip Code 386-761-6810 Telephone Number Brad Blais Authorized P rson Printed Name ,6/ ;faA Authorized Verso' gi6ature 386-761-3977 Fax Number Vice President Authorized Person Title 7/25/2018 Date of Signature N 1 - City of Sanford I Finance Department Purchasing Division CITY OF ("{f^\ hon : Park Avenu8-5028 Suite 236, Sonfor 6 Florida1 2771 EmaADDENDUM CID',"1111) '�li►] �/Phone: 407-688-5028 or 5030 1 Faz: 407-688-5021� Email:urchasin 0sanfordll. ov#3 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES CCNA A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 and nowhere else in the proposal? A17. Yes, however, insert in Tab "A" per Section 5. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section 5 for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Mead & Hunt brad. blaisCmeadhunt.com Name of Firm/Company Contact Email 4401 Eastport Parkway Port Orange, FL 32127 Street Address City, State, Zip Code 386-761-6810 386-761-3977 Telephone Number Fax Number Brad Blais Authorized Person P/ri ted Name i Authorized Persson Signature Vice President Authorized Person Title 7/25/2018 Date of Signature o��� SFfJRD firs • DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, 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) Mead & Hunt brad. blaisCmeadhunt.com Name of Firm/Company Contact Email 4401 Eastport Parkway Port Orange, FL 32127 Street Address City, State, Zip Code 386-761-6810 Telephone Number :3k o11 Authorized Person Printed Name Authov ze`d Pets AISignature 386-761-3977 Fax Number Vice President Authorized Person Title 7/26/2018 Date of Signature N {�1 0 rw- rM Vn r� M M ~r. 70 i C� 71 C� r-- m rr, --i I'M N 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 proposalibid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION City of Sanford I Finance Department I Purchasing �4 c,ry ov SORD Division 300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771 Phone: 407-688-5028 Partnership or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE Fr+xNceorrnnrrn Nr NEGOTIATION ACT (CCNA) State of Incorporation Term Contract Principal Place of Business (Enter Address) Mead and Hunt, Inc. 2440 Deming Way I Middleton WI 53562 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 proposalibid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Please place a check mark (✓) next to app licable type X Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Wisconsin Principal Place of Business (Enter Address) Mead and Hunt, Inc. 2440 Deming Way I Middleton WI 53562 Federal I.D. or Social Security Number 39-0793822 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Mead & Hunt Mailing Address: 4401 Eastport Parkway Port Orange FL 32127 Telephone Nymler:, 386-761-6810 Fax Number 386-761-3977 E-mail Address: brad.blais@meadhunt.com Brad Blais FEIN: 39-0793822 Authorized SignAtory Printed Name Vice President 7/25/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 3 `'Failure to submit this form maybe grounds for disqualification of your submittal' RESOLUTION The undersigned, being all members of the Board of Directors of Mead and Hunt, Inc. (Florida Document Number F05000005090), do hereby consent to and approve of the actions set forth in the following resolutions. Each of the undersigned waives notice of any meeting to consider the matters incorporated in the following resolution, and consents to their approval without a meeting as provided under Wisconsin Statutes and the bylaws of the Corporation. BE IT RESOLVED, that Richard E. Plymate, Jr., Registration No. 55674, as Engineer of Record in the State of Florida is hereby designated as manager and is therefore authorized to bind the Corporation in all of its activities which fall within the practice of engineering in Florida as that term is defined in Stat. 471.023 and Rule 61G15-18.011. Rick Plymale, Group Leader, 333 Wellness; Drive, Myrtle Beach SC 29579 943-839-1490, rictolymalelPmeadhuntcom BE IT RESOLVED, that David A. King, Registration No. 506%, is hereby allocated the authority to bind the Corporation in its professional service contracts in the State of Florida. David King, Business Unit Leader, 4401 Eastport Parkway, Port Orange FL 32127 386-761-6810.4vidAjog@mea#_hq �.c, BE IT RESOLVED, that Bradley T. Blois, Registration No. 47130, is hereby allocated the authority to bind the Corporation in its professional service contracts in the State of Florida. Brad Blois, Client Manager, 4401 Eastport Parkway, Port Orange FL 32127 386-761-6810, brjj,bluL,.@m_eadhunt.com Being all of the Board of Directors: Rajan I. Sheth Andrew J. Amy R. Squitieri Russell A. 29 7. , 'i 0, � � - " , � ` - " � C� �" � ", I � :� - '� " � W i t� LL LU Q N D. RFQ SOLICITATION RESPONSE FORMS SUBCONTRACTOR .,. ., O► F NCE rRTMENTe!PA FTT .$ City of Sanford I Finance Department I Purchasing Division 300 N*Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, Attachment "K" Proposed Schedule of Subcontractor Pnrticinatinn ADDENDUM #3 ® No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ Title: Professional Consulting Services (CCNA) Total Project Amount: S APercent(%) Subcontractor Minority Code (ifa licable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Federal ID Dollar Value SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION - - -A Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Mead & Hunt Mailing Address: 4401 Eastport Parkway Port Orange, FL 32127 Telephone Number,. 386-761-6810 Fax Number: 386-761-3977 E-mail Address: brad .blais@meadhunt.corn Brad Blais FEIN: 39-0793822 Authofized Signatory Printed Name Vice President 7/25/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE IP'Failure to submit this form may be grounds for disqualification of your submittal"O &I M M" 0 i0 Volusia County Business Tax Receipt Issued pursuant to F.S. 205 and Volusia County Code of Ordinances Chapter 114-1 by: Volusia County Revenue Division -123 W Indiana Ave, Room 103, Deland, FL 32720 — (386) 736-5938 Account # 198502020070 Expires: September 30, 2019 Business Location: 4401 EASTPORT PARK WAY Business Name: MEAD AND HUNT INC Owner Name: MEAD AND HUNT INC VolusiaCountyMailing Address: 2440 DEMING WAY FLORIDA MIDDLETON, WI 53562 BUSINESS TYPE CODE COUNT TAX Business Service State Lic Req 472 31 $150.00 ■ This receipt indicates payment of a tax, which is levied for the privilege of doing the type(s) of business listed above within Volusia County. This receipt is non -regulatory in nature and is not meant to be a certification of the holder's ability to perform the service for which he is registered. This receipt also does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. The business must meet all County and/or Municipality planning and zoning requirements or this Business Tax Receipt may be revoked and all taxes paid would be forfeited. o The information contained on this Business Tax Receipt must be kept up to date. Contact the Volusia County Revenue Division for instructions on making changes to your account. THIS PORTION OF THE BUSINESS TAX RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS N i" a U-1 LU X U-1 :D 1-n LL LLJ LU Q-1 LI -1 LIJ (=Y LL N MIDDLETON WI 53562 EXPIRATION DATE: September 30, 2018 OWNER NAME: MEAD AND HUNT BUSINESS ADDRESS: 4401 EASTPORT PKWY BUSINESS TAX NUMBER: 18-00025179 CLASSIFICATION: ENGINEER COMMERCIAL COMMENTS: STATE LICENSE NUMBER: 26730 02/28/19 (If Applicable) TOTAL PAID: $50.00 RESTRICTIONS: THIS "TAX RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS, This receipt represents a business tax only. It is not a competency card and is not meant to be a certificate of the holder's ability to perform the service in which he or she is licensed. The issuance of this business tax does not constitute a permit to act in violation of any city codes, regulations or ordinances. The renewal period for Business Taxes starts July Ist and runs through September 30th. We mail the Local Business Tax renewals in July as a courtesy reminder to allow time for processing payments, printing, and mailing renewed Receipts. It is the receipt holder's responsibility to renew before the expiration date to avoid penalties. Should a business fail to pay their business tax before January 31", the pity will enforce payment of the tax with an additional $250.00 fee as stated in Florida Statute 205.053(3): provides any business owner who does not pay the required business tax within 150 days after the initial notice of tax due. and who does not obtain the required Receipt is subject to civil actions and penalties, including court costs, reasonable attorney's fees, additional administrative costs incurred as a result of collection efforts and an additional penalty of up to $250.00. D. RFQ SOLICITATION RESPONSE REQUIRED FORMS 1. PROOF OF LICENSES/CERTIFICATION Is authorized under the prov to the public through a Profi Expiration: 2/28/2019 Audit No. 2282DI902M R were FBPE to I pter 471, Florida Statutes. CA Uc. No: ff m m m T11 C m Z (In m m LU Z LLJ LL 0 LL 0 0 Cl 2 u,J LU CL :A LU tAl 01 LL W State of Florida Department of State I certify from the records of this office that MEAD AND HUNT, INC. is a Wisconsin corporation authorized to transact business in the State of Florida, qualified on August 30, 2005. The document number of this corporation is F05000005090. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on April 25, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirteenth day of April, 2018 S'ecretniy of State Tracking Number: CU1658514983 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/Certifica teAuthentication .-1 D. RFQ SOLICITATION RESPONSE REQUIRED FORMS FORM tuenuTicavion njurnoer it Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid LS backup withholding. For individuals, this Is generally your social security number (SSN). However, for a F reside -it alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities, it is your employer identification number (EIN), If you do not have a number, see Nolo to get a L TIN, later. or Note: If the account is in more than one name, see the Instructions for line 1. Also see What Name and FM - Number To Give the Requester for guidelines on whose number to enter, r— Under penalties of perjury, 1. The number shown on this form is my correct taxpayer identification number (or I am wafting 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 withhold'nT, and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. -'viaSignstore of Here I U.S. person 3. Date 01 75 7 Section references are to the Intemal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to wwwJrsgov1FormW9. An fridivid, tall or entity (Form W-9 requester) who is required to file an ,nformation return with the IRS must obtain your correct taxpayer identification number MN) which may be Your social security number (SSN), Individual taxpayer Identification number (ITIN), adoption taxpayer Ident:fication number (ATIN), or employer IdenVication number (EIN), to report on an informationreturnthe amount paid to you, or other amount reportable on an information return. Examples of nformation retums'nclude, but are not limited to, the following, - Form 1099 -INT (interest eamed or paid) - Form 1099 -DIV (dividends, Including those from stocks or mutual funds) - Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) - Form 1099-6 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. It you do not return Form W-9 to the requester with a 77N, you might be subject to backup withholding. See What is backup withholding. later. Cat No 10231X Form W-9(Rev 11,20171 A W-9 Request for Taxpayer Give Form I. Identification Number Certification to the (Rev. November 2017) and requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ]a, Go to www.irs.gov/FonnVV9 for instructions and the latest Information, 1 Name (as shown on your income tax relum). Name Is required on this line; do not kove this tine blank. Mead and Hunt, Inc. 2 Business nameldisregarded entity name, H different from above <D 3 Check appropriate box for federal tax classficaton of the person whose name is entered on (he 1. Check only one of the 4 Exemptions (codes apply only to 431, M following seven boxes. certain entities, not see CL C ❑ Individuallsote Proprietor Of 0 C CWPOnition D S Colicaraff-ra F1 Partnership ❑ Trust/estate Instructions on page 3): singla-member LLC Exempt payee code (it any) 0 Umiled liability company. Enter the tax cfass:fication (C -.,C corporation, S=S corporation, P=Partnership) a Note: Chock the appropriate box In the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting c 0 c LLC If the LLC isclasaffled as a single -member LLC that Is disregarded from the owner unless the ownerOftheLLC[s another LLC that is not disregarded from the owner for US. federal tax purposes. Otherwise, a single.meanberLLC that l codefilany) CL disregarded Is di arded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see Instructions) I, - I 4AP00, rat Itj 1-4-d ww. Itu u s 5 Address (number, street, and apt. or suite no.) See itistructions. Requester's name and address (optional) In 2440 Deming _ Way 6 City, state, and ZIP coda Middleton, 0 53562 7 Ust account number(s) here (optional) tuenuTicavion njurnoer it Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid LS backup withholding. For individuals, this Is generally your social security number (SSN). However, for a F reside -it alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities, it is your employer identification number (EIN), If you do not have a number, see Nolo to get a L TIN, later. or Note: If the account is in more than one name, see the Instructions for line 1. Also see What Name and FM - Number To Give the Requester for guidelines on whose number to enter, r— Under penalties of perjury, 1. The number shown on this form is my correct taxpayer identification number (or I am wafting 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 withhold'nT, and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. -'viaSignstore of Here I U.S. person 3. Date 01 75 7 Section references are to the Intemal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to wwwJrsgov1FormW9. An fridivid, tall or entity (Form W-9 requester) who is required to file an ,nformation return with the IRS must obtain your correct taxpayer identification number MN) which may be Your social security number (SSN), Individual taxpayer Identification number (ITIN), adoption taxpayer Ident:fication number (ATIN), or employer IdenVication number (EIN), to report on an informationreturnthe amount paid to you, or other amount reportable on an information return. Examples of nformation retums'nclude, but are not limited to, the following, - Form 1099 -INT (interest eamed or paid) - Form 1099 -DIV (dividends, Including those from stocks or mutual funds) - Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) - Form 1099-6 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. It you do not return Form W-9 to the requester with a 77N, you might be subject to backup withholding. See What is backup withholding. later. Cat No 10231X Form W-9(Rev 11,20171 A wIARCHITECT — ENGINEER QUALIFICATIONS i SC)L ICITNTIONI NUf,,IBER :q any RFC ) unt F Q 1,718- 3 PART 11 - GENERAL QUALIFICATIONS Of a 'rnn has branch offices, coripleto for each specific b.raln& officu seeking sork,) 2a. 'RRI'v! (OR BRANCH OFFICEI NAME 3, YEAR ESIADUSHFID 1, UMQUE WITIFY;DENTIFIER Mead & Hunt, Inc. 1900 06-686-2558 2b. s'rRFET 4401 Eastport Parkway a. IYPE Corporation 2c, CITY ac. STATE 2e, CODE ZIP ZIP ODE C 0. SMAI-L BUS11,IESS STATUS Port Orange FL 32127 N/A 6a. POflNT OF CON TAG", NAME AND TITLE 7. NAME OF FIRM (If 5kjck 2a ise biand) af;K:e} Brad T Blais, PE — Vice President Mead & Hunt, Inc. 6b. TELEPHONE NUMBER 6c. E-NIAIL ADDRESS 386-761-6810 brad.blais@meadhunt.com 8a. FORMIR FiRf,11 NAME(S) fif any') 8b. YR. ESTABUSHED 8c. UNIOUE ENTITY IDENTHRER Quentin L. Hampton Associates, Inc. 11967 06-686-2558 9. EMPI-OYFES BY DISC PUKE 70. PROFIt-E OF FIRM _.S EXPERIENCE AND ANN1LJAI_ AVERAGE REVENUE FOR LAS YEARS 0. Discplire CNo. of Ernpicyec-'S L Profi's b. Experience c. RQ.vcnue irdox Numbei 0) FiRt,"I 1( 211 BRANCH Code Isce be r..,) 02 Administrative 39 4 C15 Construction Management 4 08 CADD Technician 54 4 --5-0-4 Design -Build: Preparation of RFPs 2- 12 Civil Engineer 96 5 G04 GIS - Development, Analysis, and 2 Data Collection 15 Construction 42 8 H07 Highways, StreetsAirfield Paving , , — Inspector 7pPairking r Lots 3 16 Construction Pipelines (Cross -Country - Liquid & — Manager 17 2 PO4 Gas) 5 23 Environmental Planning (Site, Installation, and Engineer 7 2 P06 Project) 2 58 Technician/Analyst 7 1 R04 Recreation Facilities (Parks, 2 Marinas, Etc.) 62 Water Resources Rehabilitation (Buildings, Engineer 6 1 R06 Structures, Facilities) 2 Other 385 2 SO4 Sewage Collection, Treatment & 5 Disposal S13 Storm Water Handling & Facilities 5 W02 Water Resources; Hydrology; Ground Water 5 Water Supply; Treatment & W03 5 Distribution Total 653 29 Il 'ANNUAL. AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICEES PLVENULS OF FIRM FOR l_AS-1 1. Dess ihan $100,000 6,.$2 lmi ion fo loss -d,an 35 mill'on 3 YEARS {lnscit revenu: idex number snowratright} 2. 5100,000 to le__ � hat i S250, 000 7- S5 rn.11ion tc) less fl'�m Slonl"Hlon 3. $250o',00 to leh S5010,J00 8. $10 rmlHclti to !."ss 'han S25:"-011ion z_ S500.000 k) Ioss!han $1, millian 9. S25 rni',,`cn �o less thm; S,50 n-,i]llwi 5. $"' infliton to ines'llan S2mllior 10, S501 ni;Hion or greater a, Fed e! a I Work 7 b. 'Non-Fpcie,al '0,,Ionk 10 C. Total "'N"ork 10 D 12, AUTHORIZED RE! RESENTATIVE The fixegcyng is statement <7,f facts. c, NAME Yr,,IF.j T111,E I y Andy Platz, PE — CEO/President " t '. DIii E July 25, 2018 D. RFQ SOLICITATION RESPONSE REQUIRED FORMS X,upFOM �] FINANCE DEPARTMENT 10 SECTION 00452 ^~ [� DISPUTES DISCLOSURE FORM Answer the following questions byanswering "YES''or^NO". |fyou answer "YES''.please explain -- inthe space provided, please add opage(a)ifadditional space iuneeded. 1. Has your firm, orany ufits offioom.received oreprimand ufany nature orbeen suspended by the Department of Pnohaomiono! Regulation or any other regulatory agency or -o professional association within the last five (5)years? N (Y7N) [� wn m 2. Has your firm, or any member nfyour firm, been declared in defau|t, h»nninabad or �o rn removed from a contract orjob related 0othe services firm provides in the regular course ofbusiness within the last five (5)years? (Y/N) 3. Has your firm had filed against iturfiled any requests for equitable od/uatmamd—uuntro�� —provides �o claims orUUgationinthe past five (5)yeomthat iom|a0udtnthe oemioaoyour firm inthe regular course ufbusiness? N (Y/N) Note: |fyes, 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. [7 1 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 ofthe project identified.Mead [� & Hunt �o M '"'''7/25/2018 -n if �71gnature of Authorized Representative Date Printed mTyped Name and Title ofAuthorized Representative END OfSECTION npo1znxaa Consulting Services Due July m.201om2:OOPM CERTIFICATION OF NON -SEGREGATED FACILITIES FORM V0452-1 *TYxmuy�Lux�oov�opuon���a�mcx�o/Son�r�,a,suoo/ • S . # •a ILI] 114 151-113 FAIX 1-111 &199100 ILE 60 ILE 101111 I'M I _ NAMAU NMI, of :�E City of Sanford I Finance Department I Purchasing Division E2 300 N. Park Avenue Suite 236, Sanford, Florida 32771 urr orSPhone: 407-688-5028 or 5030 ( Fax: 407-688-5021 ANFORD FINANCE nkP0.ftihifYi CONSULTANTS COMPETITIVE i� NEGOTIATION ACT (CCNA) Term Contract LU TITLE: PROFESSIONAL CONSULTING SERVICES Section 00435-3 C 71 Florida Public Entity Crimes Statement 0 uA SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. ZD 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) (c), 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 Cbids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or LL 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]. ( sv , A. This swom statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act r (CCNA) Professional Consulting Services. B. This sworn statement is submitted by Mead & Hunt whose business address is `1 ame of entity submitting swom statement] 4401 Eastport Parkway Port Orange, FL 32127 and (ifapplicable) it's Federal Employer Identification Number (FEIN) is JO-07L3t22 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: L! i C. My name is Brad Blais and my relationship to the above is Vice President V^ [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(t)(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 LL with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or 0 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(l) (b), Florida Statutes, means a finding of guilt or `U a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial count 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 t t 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: 0 L A predecessor or successor of a person convicted of a public entity crime; or LU 2. An entity under the control of any natural person who is active in the management of the entity and who has been ce convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, Z 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) (c), 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 Cbids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or LL 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]. ( sv , N The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending City of Sanford I Finance Department ( Purchasing Division -M 10 300 N. Park Avenue Suite 236, Sanford, Florida 32771 1T4 °f 0 Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 'SANFORD 70 fMAhCE DfPARiMEN i CONSULTANTS COMPETITIVE � NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES ---i C Brad Blais X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, 71 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. 3 Title _ 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]. r € _ There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of i rs 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.] ersonally known me OR has produced as identification. U _ 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 ERIK ;p•+''-; ERIKA S. LUSTtK_� 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.] 0 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided 70 in, Public Entity Crimes Statement Section 00453-3, is truthful and correct at the time of submission. E-5 AFFIANT SI NATURE ---i C Brad Blais Typed Name of AFFIANT 71 Vice President Title STATE OF Florida COUNTY OF VOIUSia The foregoing instrument was executed before me this da of ,)Ul)/ 20j$ by �& i rs Brad Blau asVice President of Eunt who perso ore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally known me OR has produced as identification. ERIK ;p•+''-; ERIKA S. LUSTtK_� N A Y PUBL State of Florid—a (stamp) • E A/Y SSION xFF91ME9 •.•, d ,' EXPIRES august 18, 2C19 , uc�i a+ss rwv�ws U^1 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,a r,P'Failure to submit this form may be grounds for disqualification of your submittal" r, OV�-'a u' . �..r... LU a� to p� L. -.i LU Lai LU E ' 1- I yr C� LL C LU LU C4 LU CL LU r kA 01 3 r a f Y =FINANCE DEPARTMENT Ir �'�'8TyY5,r SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Mead & Hunt Name of Bidder Signature'& Authorized Representative Brad Blais/ Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17/18-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM 00450-1 7/25/2018 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM 111:1110,110 Oil 011 W W i 109-01 1 i N Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act 11 (CCNA) 10 Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM r— SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor rM which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" Un 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. M n By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438.1 a rte, C LU Zi LU W �a I IL M LJ CY LU LLJ LU V) Cy LL L.a Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Mead & Hunt Proposer/Bidder of Authorized Representative (Affiant) Date Farad Rlais/ Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Volusia STATE OF FLORIDA On this 25th day of, 201%efore me, the undersigned Notary Public of the State of Florida, personally appeared Brad Blais whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. Q,J& Z'—Ldl' (Notary Pubic in and for the County and State Aforementioned) SEAL My commission expires: August 18, 2019 •• ERIKA S. LUSTIK MY COMMISSION Y FF910469 EXPIRES August 111 2019 HGr)396Cts2 i1n10a`iov 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '3" Failure to submit this form may be grounds for disqualification of your submittal`s 1 194 Oki U9 IN Is i 11401 V.11 im City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771, Phone: 407-688-5028 or 50301 Fax: 407-688-5021 SANFOuD tIaFncE.uevurIraenr CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, x corporation, _trade or fictitious name under which you do business and the address of the principal place of business: Mead and Hunt Inc. 2440 Deming Way Middleton WI 53562 The correct name of the Company is: Mead and Hunt Inc. a. FEI/EIN Number 39-0793822 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation November 20, 1949 b. State of Incorporation Wisconsin c. Chief Executive Officer —Name and Title Andrew J. Platz d. Vice President Name David Mason e. Secretary's Name Russell A. Chesmore f. Treasurers Name Amy R. Squitieri g. Name and address of Florida Resident Agent Cogency Global, 115 North Calhoun St, STE 4. Tallahassee, FL 32301 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? 118 years 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. See Daaes 68 and 69. 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. p I� City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 i CITv 01 Phone: 407-688-5028 or 5030 i Fax: 407-688-5021 LL z . 'SANFOCONSULTANTS COMPETITIVE i 61RANCE�EFAATOT NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS LL 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 ta" 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. r f � •- t Vii:"!�i AFFIANT SIGNATURE Brad Blais LU Typed Name of AFFIANT r Z Vice President Title IA LIJ STATE OF Florida COUNTY OF Volusia I The foregom,instrument was executed before me this nth day of JUly 20ja by Brad Blals as Vice President of Mead & Hunt who personal swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally known me OR has produced as identification. _p :' ERIKA S. LUSTIK - MY COMMISSION S FF910469 NOTARYP013LIC, Sfatti of Florida (Stamp) p EXPIRES August 18. 2019 µC7139EOt5� ibrw.Wi '� � p� r PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE `2'Failure to submit this form may be grounds for disqualification of your submittal`s �._� ,7 if