2206 RFQ 17/18-33 CCNA Consulting Svcs PPM ConsulTOAD
FINANCE DEPARTMENT
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
F-1
Development Order
F-1
Mayor's signature
F-1
Final Plat (original mylars)
F-1
Recording
❑
Letter of Credit
Fj
Rendering
R
Maintenance Bond
M
Safe keeping (Vault)
R
Ordinance
E]
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
F-1 Return originals to Purchasing- Department
❑ Return copies
El
Special Instructions:
L-i�.o(yvy 13ojo-vLzi4w
From
SliarePoint—Finance—Purchasin2�_F-oriiis - 2018.doc
3/4/2020
Date
AGREEMENT BY AND BETWEEN THE CITY OF SANFORD PPM CONSULTANTS,
INC. FOR SOLICITATION NUMBER: RFQ 17/18-33
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
10th day of December, 2018, by and between the City of Sanford, Florida, a Florida
municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North
Park Avenue, Sanford, Florida 32771, and PPM CONSULTANTS, INC., a Louisiana
corporation, (hereinafter referred to as the "CONSULTANT") whose address is 5555
Bankhead Highway; Birmingham, Alabama 35210. The CITY and the CONSULTANT
may be collectively referenced herein as the "parties".
WITNESSETH:
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above recitals are true and form a material part of
this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
Section 3. Scope of Agreement. This Agreement is for the services as
set forth in RFQ 17/18-33 which include the procurement solicitation documents, the
responses thereto from the CONSULTANT (all of which are incorporated herein as if
fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform
services as otherwise directed by the CITY all of such services to include all labor and
materials that may be required including, but in no way limited to, the services provided
by subconsultants as may be approved by the CITY within the amount of compensation
to be paid to the CONSULTANT. In general, services shall be provided as needed by
the City to support of various projects of the CITY, essential services needed by the
CITY and to enhance the facilities of the CITY.
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the parties hereto
and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days
prior to the annual renewal date that it desires to terminate this Agreement; provided,
however, that this Agreement shall terminate after 5 years and shall not be renewed
beyond that date and the parties shall be subject to any additional procurement
activities of the CITY. However, the indemnification provisions and insurance provisions
of the standard contractual terms and conditions referenced herein shall not terminate
and the protections afforded to the CITY shall continue in effect subsequent to such
I 111 -1 a Q
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
21 Pa e
CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's
response to each such request.
(g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT (4.07) 668-5012, TRACI HOUCHIN, CITY CLERK, CLIC,
FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE,
SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire Agreement/Modification. This Agreement, together with all
"Standard Contractual Terms and Conditions", as provided on the City of Sanford's
website, and including, without limitation, the exhibits hereto, constitutes the entire
integrated agreement between the CITY and the CONSULTANT and supersedes and
controls over any and all prior agreements, understandings, representations,
correspondence and statements whether written or oral in connection therewith and all
the terms and provisions contained herein constitute the full and complete agreement
between the parties hereto to the date hereof. This Agreement may only be amended,
supplemented or modified by a formal written amendment of equal dignity herewith.
Section 10. Severability. If any term, provision or condition contained in this
Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the CITY to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the CITY hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
31F,ag0
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. A
Attest.
THE CITY OF,¢AN
a i HoVchki,C1dtC, F RM, City C Jeff Trip
'r
Appro d as�to formand
Legality:
a
L zee
William L. Colbert, Esquire
City Attorney
SIGNATURE BLOCK FOLLOWS:
oZP. 181
41Pa e
Attest:
L. Todd Perry
Secretary
THE CONSULTANT
By: fir
Keith Olyron
Presid6nt
Dated:
February 24, 2020
312 1 MI, IIII,
Contract/Agreement Name:
Approval:
urchasing ManWer
C"i Ittlic '10 9 k,
FinanceADirector
CityAttorney
RFQ 17/18-33 CCNA Engineering Services - PPM
Consultants
Date
—
Date
�
N
V7
to
V'1
V'1
O N
ON
O7
O
N
O
O
N
N
00
�,O
v7
N
00
O
—
M
N
N
00
i.
U
V7
tr)
VI
V')
O
O
O
rA .L"
s,
03
.0
O
U
O
kn
o
M
o
00
a
f,j
a
CU
U
U
tr)
V)
tr)
k
0
0
M
N
N
-
O
c�
A
Olt
�+
M
N
O
w
a✓
O
¢
U
vUi
C�3
Q
cj
O
U
c�
N
r^
z
aj
o
In
o
o�
o
Q.
cu
p
s °G( IL
CITY Of
WS RM X
FORD
FLORIDA Item No.
CITY COMMISSION MEMORANDUM 18.284.B
DECEMBER 10, 2018 AGENDA
TO: Honorable Mayor and Members of the City Commission
PREPARED BY: Marisol Ordonez, Purchasing Manager
SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager
SUBJECT: Award of Professional Consulting Services Contracts - Consultant's
Competitive Negotiation Act
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of designations for new Consultant's Competitive Negotiation Act Master Contracts
with consulting firms indicated by Bid Tabulation Sheet is requested.
FISCALISTAFFING STATEMENT:
Funding for this contract will be designated at the time work orders are executed to perform
projects applicable to the contract.
BACKGROUND:
This individual action is predicated upon the process to provide and maintain established
Consultant's Competitive Negotiation Act Master contracts with professional consultants who,
by virtue of this process, are immediately available to perform and complete tasks and projects
within the broad categories of architecture, engineering, landscaping, surveying, and mapping in
compliance with the Consultants Competitive Negotiation Act, (Section 287.055, Florida
Statutes) and procurement policy of the City.
On July 31, 2018, RFQ 17/18-33 was opened with twenty-four (24) firms responding. As
required by Florida Statutes, the firms were ranked. The scoring and ranking workbook attached,
indicate who is qualified and ranked via a competitive process to receive a Consultant's
Competitive Negotiation Act Master Contract in the specialty area(s) indicated. This process is
expected to provide immediate availability of a complement of professional consultants to the
City. Master Contracts are to provide projected services as needed by the City in support of
various projects necessary, essential services and facilities for the Citizens of Sanford.
LEGAL REVIEW:
Contract documents — will be prepared by the City Attorney.
I
It is staffs recommendation that the City Commission approve the firms indicated on Bid
Tabulation Sheet to receive Consultant.s Competitive Negotiation Act master contracts with the
City.
SUGGeSTF-D MOTION'.
"I move to approve the issuance of new, Consultant's Competitive Negotiation Act Master
Contracts with the firms indicated on the attached Bid Tabulation Sheet."
Scoring and Workbook: Overall scoring by the evaluation team consist of Chris Smith, Robert
Beal, Mack McKenzie, Jeff Davis, and Cedric Coleman.
Attachments: Scoring and Ranking Workbook (5) Committee Members
Solicitation Opening Certification and Minutes
Evaluation Matrix Form (1) A -G
Evaluation Matrix Form (2) G -S
Evaluation Matrix Form (3) S -V
Bid Tabulation Sheet
ATTACHMENT A
SIMPLIFYING THE COMPLEX
750 South Northlake Blvd, Suite 1012 < Altamonte, Springs, Fl. 32701 • tel 407.240,.1127 • www.ppmco.com
July 31, 2018
Marisol Ordonez, Purchasing Manager
City of Sanford Purchasing Division
300 N. Park Avenue, Suite 243, 2nd Floor
Sanford, FL 32771
Re: City of Sanford - Request for Qualifications - Professional Consulting Services
Dear Ms. Ordonez:
PPM Consultants, Inc. (PPM) appreciates the opportunity to submit the enclosed Statement of
Qualifications (SOQ) for professional consulting services (environmental) to support the City of
Sanford. We are thoroughly familiar with the City having an active contract under the United States
Environmental Protection Agency Brownfield Assessment Grant for the past three years performing
Phase I and Phase 11 Environmental Site Assessments (ESAs). The attached SOQ presents our
experience and expertise in providing environmental related services to municipalities.
PPM is an environmental consulting and engineering firm that has provided professional services in
Florida for over 23 years. In 1994, our firm was founded with two flagship offices (Mobile, Alabama,
and Monroe, Louisiana) specializing in the assessment and remediation of contaminated sites. PPM
has achieved steady growth and success by providing common-sense and cost-conscious solutions
to our clients' environmental issues. PPM currently employs over 100 professionals comprised of
engineers, geologists, toxicologists, biologists, and environmental scientists. We currently operate
seven office locations in the Southeast and numerous service centers throughout the country.
A map showing all PPM office locations is provided below. PPM's local offices locations are as
follows:
PPM — Altamonte Springs
750 South Northlake Blvd, Ste. 1012
Altamonte Springs, FL 32701
Phone: 407.240.1127
PPM — Pensacola
95 Baybridge Drive, 2nd Floor
Gulf Breeze, FL 32561
Phone: 850.898.1320
PPM — Mobile
30704 Sergeant EI Boots Thomas Dr.
Spanish Fort, AL 36527
Phone: 251.990.9000
1
PPM has matured into the ranks of one of the 200 largest environmental firms in the country
according to Engineering News Record (ENR 200). We also have the honor of being repeatedly
been named one of the 50 fastest growing engineering and environmental firms in the country by
ZweigWhite Associates. In addition, Inc. Magazine has named PPM to the list of 500 fastest-
growing companies in the country.
PPM has a flat and efficient organizational structure consisting of principals, managers, field staff,
and support personnel. This approach ensures minimal overhead and allows for more efficient
operations while accomplishing the firm's mission of "simplifying the complex". We believe our
achievements are based on our unwavering commitment to exceed client expectations in every
facet of service that we offer, and we recognize that the success of PPM is inherently tied to the
success of our clients. PPM's achievements can be contributed to our dedicated employees who go
the extra mile to provide quality service with a caring, enthusiastic attitude.
PPM staff members have significant knowledge and experience of the geology of Central Florida,
and have long standing working relationships with the Florida Department of Environmental
Projection and St. John's Water Management District. We have collectively conducted over 2,000
Phase 1 ESAs in accordance with the ASTM standards and thousands of Phase 11 ESAs/subsurface
investigations throughout Florida. As one of the largest underground storage tank consultants in
the southeastern United States, we offer innovative and cost effective approaches to bringing
environmental problems to expeditious closure. PPM is well versed in FDEP Standard Operating
Procedures (FDEP-SOP-001/01) and field sampling techniques.
This contract with the City will be managed by Amy Guilfoyle, District Manager of PPM's Altamonte
Springs office. Ms. Guilfoyle reports directly to me to allow for seamless communication under this
contract and allow for full access to all company resources. PPM is committed to the City and will
be responsive and available to exceed your expectations on the project. We will successfully
complete the scope of services under this contract in a timely and cost efficient manner that is well
within the contract budget. We have the available staff to start this project immediately.
On behalf of this project team, thank you for your consideration of PPM. We look forward to
serving the City in all its environmental needs. Please feel free to contact me with any questions or
comments at (800) 761-8673.
Sincerely,
PPM Consultants, Inc.
Keith D. Pyron
Principal -in -Charge
750 South Northlake Blvd, Suite 1012 • Altamonte, Springs, FL 32701 o tel 407.240.1127 • www.ppmco.com
2
z<Qualifications and Experience
B. INDIVIDUALS AND QUALIFICATIONS
PPM Consultants, Inc. is excited about the opportunity to present our qualifications to the City
of Sanford for assisting with
successful professional Ppm, sexpemseincludes:
consulting services for *Brownfield Management *Remedial Implementation
OEnvironmental Due Diligence 0 Compliance Audits
environments! projects. PPM #HydrogeologicalInvestigations #Regulatory Compliance
has assembled a highly -skilled, *Remedial Design *Hazardous waste Management
experienced project team *Underground Storage Tank Management #Storm water Management
committed to providing
excellence to the City of
Sanford under this contract. Our proposed team, shown below, includes a range of
experienced engineers, geologists, environmental scientists, toxicologists, and economic
development professionals. Our team members have extensive knowledge of and experience
with a wide range of environmental sites, and a thorough understanding of the technical,
managerial, and health and safety aspects of environmental projects.
All key personnel assigned to this project have a minimum of 5 years of experience in the
environmental field. The team has redundancy of personnel incorporated into every key
position to ensure that projects can be spread among qualified personnel, thereby preventing
personnel from becoming overloaded with tasks under this contract. In total, our team is
comprised of over 70 employees who can assist with tasks associated with this contract. The
experience of key assembled personnel is described below:
Array Gullfoyle, will serve as Project Manager and primary point of contact for
this project and will oversee all field activities, scheduling, and regulatory
communication. Ms. Guilfoyle is the District Manager and a Senior Scientist for
PPM's Altamonte Springs, Florida office. She has a B.S. in Biology and 17 years
of professional experience as an environmental scientist. Ms. Guilfoyle's site
experience has included petroleum and hazardous waste site assessments;
Phase 1/II ESAs; remedial system installation/operation; NPDES permitting and
compliance; and field sampling per FDEP Standard Operating Procedures. Ms. Guilfoyle has
also been involved in preparing field training manuals and implementing the associated training
to in-house personnel. Ms. Guilfoyle reports directly to Mr. Pyron to allow for seamless
communication under this contract. She will ensure outstanding project performance and client
satisfaction and act as the primary point of contact for the City.
Her responsibilities as the Project Manager include:
® Primary point of contact
O 100 percent responsibility for contract performance and execution
• 100 percent contract and program authority
City of Sanford SOQ 3
0COUSULTA
Professional Consulting Services - Environmental
RNI.
i'QualificationsM,Experience
Plawntom
• Contract/Task Order signature authority
• Full subcontractor management authority
• Full purchasing authority
• Full human resources authority
• Full backing/support of PPM Board of Directors
• Responsibility for client/FDEP communications
• Responsibility to ensure schedule and budget is achieved
• Senior review responsibility for all deliverables
Keith Pyron, P.G., will serve as the Program Manager for the City under this
J project. Mr. Pyron, P.G., is a Principal and founder of PPM and serves as
r�
Principal -In -Charge of PPM's Altamonte Springs, Florida office. As such, he has
authorization to legally bind PPM and may discuss all issues regarding the Terms
and Conditions with the contract. Mr. Pyron, a Professional Geologist
registered in Florida, has a BS in Geology and 30 years of environmental
consulting experience. Mr. Pyron will be responsible for overseeing all project
activities, reviewing proposals and reports, assisting the Project Manager with tasks as
necessary, and ensuring the quality of work provided by the team exceeds the expectations of
the City.
His responsibilities as the Program Manager include:
• Negotiate contract documents
• 100 percent contract and program authority
• Contract/Task Order signature authority
• Full human resources authority (hire/fire, salary/incentives)
• Full backing/support of PPM Executive Board
• Responsibility to ensure schedule and budget is met
• Any corrective action needed toward project execution
Under the guidance and direction of Mr. Pyron and Ms. Guilfoyle, each project will be carried
out by various Task Managers and support personnel including Roy Therrien, P.G., Greg Sattler,
P.E., Austin Smyth, E.1, and Adam Miranda. Mr. Therrien is a Professional Geologist in the State
of Florida, has a BS in Geology, a MBA, and 27 years of professional experience. Mr. Therrien
will assist with phase I environmental site assessments (ESAs), permitting, and compliance
tasks. Mr. Sattler, a Professional Engineer in Florida, has a BS in Engineering and has been
overseeing remediation projects for the last 15 years. Mr. Sattler will oversee any remediation
tasks, construction projects, permitting, and compliance tasks. Mr. Smyth and Mr. Miranda
each have two years of experience with assessment and remediation of contaminated sites.
They will be collecting field data and assisting with data processing. Mr. Mike McCown will
assist the contract managers with data quality assurance and quality control while Ms. Jeri
Thrasher will oversee the health and safety of the employees under this contract. For
goCity of Sanford SCQ 4
Professional Consulting Services - Environmental
A - Firm Qualifications and Experience
777Ib 'L j
complicated technical matters, Mr. Greg Stover may be consulted. He worked as a geologist for
an oil field service company for seven years and has been an environmental consultant for the
last 27 years with specialized experience in property transfer assessments and subsurface
investigations. Mr. Charles Ray will assist as needed with community outreach and
engagement.
The key project team personnel listed in this RFQ have the availability required to fulfill the
workload obligations associated with this contract. Our team routinely analyzes project
workloads and prepares detailed workload projections to ensure that qualified staff members
are available for assignment. We are confident that the proposed management team will
deliver the service and technical skill needed to accomplish the mission directives.
Project Team Location
Ms. Guilfoyle, Mr. Therrien, Mr. Sattler, Mr. Smyth, Mr. Miranda and Mr. Ray can be reached in
the Altamonte Springs Office:
PPM Consultants, Inc.
750 South Northlake Boulevard
Suite 1012
Altamonte Springs, FL 32701
Phone: 407-240-1127
Mr. Pyron and Mr. Stover can be reached at the Mobile Office:
PPM Consultants, Inc.
30704 Sergeant E.I. Boots Thomas Drive
Spanish Fort, AL 36527
Office: 251-990-9000
Mr. McCown is located in the Birmingham Office:
PPM Consultants, Inc.
5555 Bankhead Highway
Birmingham, AL 35210
Direct: 205-836-5650
Ms. Thrasher is located in the Monroe Office:
PPM Consultants, Inc.
1600 Lamy Lane
Monroe, LA 71201
Direct: 318-323-7270
Subcontractor Team
Our team routinely analyzes project workloads and prepares detailed workload projections to
City of Sanford SOQ 5
Professional Consulting Services - Environmental
CCt=LTAU m
A Qualifications
IT
CONSULTANTS
ensure that qualified staff members are available for assignment. We are confident that the
proposed management team will deliver the service and technical skill needed to accomplish
the mission directives. Figure 1, Organizational Chart of Proposed Team and resumes are
provided following D. Financial Information.
• Southern Research Laboratories, Inc., a Florida -certified MBE located in Orlando, will
perform laboratory analyses of air, soil, and groundwater. SRL was founded in 1991 to
provide state of the art environmental analytical services to consulting companies,
government entities, and industrial businesses. All analyses undertaken in accordance with
their rigorous internal quality control and National Environmental Laboratory Accreditation
Program procedures are backed by first class customer service.
• Ambient Technologies, Inc., along with its subsidiaries, are a Florida -certified MBE located
in St. Petersburg. ATI Companies will perform drilling while GeoView will perform
geophysical surveys. PPM and ATI have worked together on projects under the City of Plant
City Brownfield Assessment and Cleanup Grant Contracts and the City of Sanford Brownfield
Assessment Grant Contract.
• Petroleum Resources and Development, Inc., is an 8A certified small socially and
economically disadvantage business located in Merritt Island. They will perform
remediation, construction, and tank removal services.
• Clark Environmental, Inc., located in Mulberry, Florida, will assist with hazardous,
petroleum, or other waste disposal services. Clark is a Florida Certified Women owned
Business Enterprise (WBE) and a disadvantaged business enterprise. PPM and Clark have
worked together on multiple sites throughout Florida. PPM will work directly with Mr. Jim
Clark, CHMM for disposal coordination.
• American Environmental Consulting (AEC), a Florida- certified WBE located in Windermere,
will support PPM with Phase I and II ESAs. PPM will work directly with Ms. Kelly Eger -Smith,
President.
As needed, additional subcontractors may be utilized for specialized services under this
contract. Every opportunity will be afforded to the minority and women owned business
enterprises under this contract. If schedules do not allow or more complicated services are
needed, PPM will utilize TestAmerica Laboratories, Inc. for soil and groundwater analysis and
Groundwater Protection for drilling services.
C. LITIGATION
No past or pending litigation or disputes relating to the work described herein occurred within
the last five years.
D. FINANCIAL INFORMATION
See letter on next page.
City of Sanford SOQ 6
Professional Consulting Services - Environmental
Origin
Member FDIC
lad, 37,2=
24M fbmydm Avenue • Lowsimm 71201 • : (318) 807-4554 • Fwc (31 S) 847-4556 •
7
I
I
0)
c 0
-7
m IL
.0
muj
9)
co c
co
(A LZ
0
0 CL)
43j 4�
u c:
0
c 0 m
u
r to
=
0 S- Ln
al
43io
E u
bD
m Q)
C
QJ cu
E
E E
0
0 r- 0 C
4)
L-
>
UJ LU
C
m
mu
•>
CL
Ln
C
u
20 W2
> LZ
0d CL
E C L
0
m
0
m
Q
CL m
knN
V
tu
Ln
c
bO
m
m
0)
d
N co
U W 0 �
Cc E
+E
0
.0
O
>
cu a; cu
m L
.0 ac
Go
at
E >
00
E
u Ln
w
(U
w m a)
O
Ln
LU Q O
Ur
0
.41 E
m
in
m
al
0
C: a
m m
NO
CA >
aiZ 0
Cc
16.
Iv c
fA d
<
:3
0
m U
1
Ln a
LU v
0
V)
E .2
u
C cu
CU
m
< *0
0 w
tz
0
uo
ARCHITECT - ENGINEER QUALIFICATIONS
PART I - CONTRACT -SPECIFIC QUALIFICATIONS
1. TITLE AND LOCATION (City and State)
PPM Consultants, Inc., Altamonte Springs, Florida
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
06/29/2018 IRFQ 17/18-33
B. ARCHITECT -ENGINEER POINT OF CONTACT
4. NAME AND TITLE
Keith D. Pyron, President
S. NAME OF FIRM
PPM Consultants, Inc.
6. TELEPHONE NUMBER 17. FAX NUMBER 18. E-MAIL ADDRESS
407-240-1127 1407-240-1130 ikeith.pron@ppmco.com
C. PROPOSED TEAM
(Complete this section for the Drime contractor and all kev subcontractors.)
D. ORGANIZATIONAL CHART OF PROPOSED TEAM Q (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016)
(Check)
1,Z81
9. FIRM NAME
10. ADDRESS
11. ROLE IN THIS CONTRACT
a
Q�
am
PPM Consultants, Inc.
750 South Northiake Boulevard
Prime
Suite 1012
a.
✓
Altamonte Springs, FL 32701
❑ CHECK IF BRANCH OFFICE
b.
❑ CHECK IF BRANCH OFFICE
C.
❑ CHECK IF BRANCH OFFICE
d.
❑ CHECK IF BRANCH OFFICE
e.
CHECK IF BRANCH OFFICE
f.
❑ CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM Q (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016)
G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
26. NAMES OF KEY
PERSONNEL
(From Section E, Block 12)
27. ROLE IN THIS
CONTRACT
(From Section E, Block 13)
28. EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in Example Projects Key" section below before completing table.
Place W under project key number for participation in same or similar role.)
1
2
3
4
5
6
7
8
9
10
Keith Pyron, P.G.
Program Manager
X
X
X
X
X
X
X
X
X
X
Amy Guilfoyle
Project Manager
X
X
X
X
X
X
X
X
X
Mike McCown
QA/QC Manager
X
X
X
X
X
X
X
X
X
X
Greg Stover, P.G.
Senior Technical Advisor
X
X
X
X
X
X
X
X
Jeri Thrasher, CSP
Health & Safety Manager
X
X
X
X
X
X
X
X
X
X
Charles Ray
Community Outreach
X
X
X
X
X
Roy Therrien, P.G.
Phase I ESAs/Permitting
Compliance
X
X
X
X
X
X
X
Austin Smyth
Phase 11 ESAs/Investigations
X
X
X
Adam Miranda
Phase 11 ESAs/Investigations
X
Greg Sattler, P.E.
Permitting Compliance/
Remediation & Construction
X
X
X
X
29. EXAMPLE PROJECTS KEY
VUMBER
TITLE OF EXAMPLE PROJECT faw Section F
NUMBER
TITLE OF EXAMPLE PROJECT From Section F
1
City of Sanford, Florida
6
City of Pensacola, Florida
2
City of Plant City, Florida
7
City of Orlando, Florida
3
City of Eustis, Florida
8
Commercial Metals Company
4
Treasure Coast Regional Planning Council
9
FDEP PRP Sites
5
Murphy Terminals
10
Punta Gorda
STANDARD FORM 330 (REV. 8/2016) PAGE 4
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
Additional Information Provided in Statement of Qualifications (Attached)
I. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
31. SIGNATUREZ) 32. D
33. NAM"NO TITLE
Keith D. Pyron, President
STANDARD FORM 330 (REV. 8/2016) PAGE 5
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Ia. TOTAL Ib. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Orlando, Florida
16. EDUCATION (DEGREE AND SPEC)AL)ZAT/ON)
University of South Alabama
B.S. Geology, 1980
7. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
Professional Geologist, Florida
PG0001594
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Florida Brownfields Association
Registered Professional Geologist in AL,TN,KY,MS,MO,NC
19_ RFt_FVANT PRt)JFCTS
end
it
STANDARD FORM 330 (8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Young Rainey STAR Facility, Largo, FL
PROFESSIONAL SERVICES
CONSTRUCTION(If app/icable)
2007
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
a'
Program Manager for remediation at a DOE & Brownfields designated site
impacted by chlorinated solvents. Dual Phase Vacuum Extraction (DPVE) was
used with electrical heating and steam injection. $2,700,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants Pensacola, FL
PROFESSIONAL SERVICES
(1fapplicable)
Current
1CONSTRUCTION
b.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE I X1 Check if project performed with current firm
EPA Brownfields Program Manager for City of Pensacola to assess 22 sites a
remediate the CMP site. Served as liaison between city, state, and EPA.
(Project 6). $1,250,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, St. Petersburg, FL
PROFESSIONAL SERVICES
CONSTRUCTION(Ifapplicable)
2004
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE —UgCheck if project performed with current firm
C.
Program Manager for multiple Brownfields sites including historic Mercy
Hospital site. Duties included Phase I/II ESAs, UST removals,pilot tests, is
RAP preparation for DPVE cleanup. $57,190
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Eustis, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
2012
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
d.
Program Manager for Phase II/III ESAs and GPR surveys conducted under EPA
Brownfields Program at an active gas station and convenience store (Project
3). $215,058
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants, Plant City, FL
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
2014
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
e-
Program Manager for EPA assessment and remediation grants. Conducted severe
Phase I ESAs,source area removal of petroleum at one site and arsenic and
benzo(a)pyrene at two sites. (Project 2) $1,400,000
end
it
STANDARD FORM 330 (8/2016) PAGE 2
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
42
14. YEARS EXPERIENCE
b. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
--
PPM Consultants, Inc., Altamonte Springs, Florida
16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
University of Central Florida
B.S. Biology, 2001
10. U I riot rttUtt,JIUNAI UVALINUA 1IUNS WULVICattonS, organizations, Training, Awards, etc.)
Central Florida Association of Environmental Professionals, Florida
Association of Environmental Professionals; Florida Brownfields Association
19. RFI FVANT PRn.IFCTS
STANDARD FORM 330 (8/2016) PAGE 2
Ig
is
A
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants, Plant City, FL
PROFESSIONAL SERVICES ICONS RUCTION (If applicable)
2014
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
a'District
Manager responsible for staffing, coordination, and client contact
for city's EPA assessment and remediation grants (Project 2). $1,400,000
(1) TITLE AND LOCATION (City and Statel
(2) YEAR COMPLETED
EPA Brownfields Grant, Eustis, FL
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
2012
I
b.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE I X1 Check if project performed with current firm
District Manager responsible for staffing, coordination, and client contact
for Phase II/III ESAs under city's EPA Brownfields Program. (Project 3)
$215,058
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Cocoa, FL
PROFESSIONAL SERVICES 1CONSTRUCTION (It applicable)
2012
c•
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE I X1 Check ifroject performed with current firm
Program Manager responsible for QAPP preparation, conducting and supervisi:
Phase I/II ESAs,and reporting under city's Brownfields Assessment Grant.
$8,250
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Contamination Assessments, Sanford, FL
PROFESSIONAL SERVICES
2012
CONSTRUCTION (If applicable)
d•
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
Contract Manager responsible for program management; soil and groundwater
sampling; preparation of contamination assessment report, bid specificatio)
and RAP; and regulatory correspondence. $30,350
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Sanford, FL
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
Current
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
e'
Program Manager responsible for QAPP preparation, conducting and supervisil
Phase I/II ESAs,and reporting under city's Brownfields Assessment Grant.
(Project 1). $400,000
STANDARD FORM 330 (8/2016) PAGE 2
Ig
is
A
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
a• b. WITH CURRENT FIRM
MI MCCOWN A C MANAGER 28 24
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Birmingham, Alabama
18. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
University of South Alabama Professional Geologist, Alabama 207
B.S. Geology, 1983
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Registered Professional Geologist in Mississippi (158) & Tennessee (TN3453)
19. RELEVANT PROJECTS
STANDARD FORM 330 (8/2015) PAGE 2
ive
we
7
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Young Rainey STAR Facility, Largo, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
2007
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
a.
QA/QC Manager for remediation project at a U. S. DOE site impacted by
chlorinated solvents. Dual Phase Vacuum Extraction (DPVE) was used with
electrical heating and steam injection. $2,700,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Eustis, FL
PROFESSIONAL SERVICES
CONSTRUCTION (lfapplicable)
2012
b.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
QA/QC Manager for Phase II/III ESAs under EPA Brownfields Program at an act
gas station and convenience store. (Project 3)$215,058
(1) TITLE AND LOCATION (C)ty and State!
(2) YEAR COMPLETED
EPA Brownfields Grants,Plant City, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicab/e)
2014
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
C'QA/QC
Manager for EPA remediation grants for three sites. Currently prepari
RAP for long-term phyto -remediation. (Project 2) $1,400,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Jackson, MS
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
2010
d.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
QA/QC Manager prepared corporate QAPP for conducting Brownfields
Investigations that was approved by the MDEQ and EPA. Provided QA/QC for 2
Phase I/II ESAs. $400,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Mobile, AL
PROFESSIONAL SERVICES
2012/2017
CONSTRUCTION(Ifapplicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
e.
QA/QC Manager for Phase I/II/III ESAs, QAPPs, and ABCAs involving 17 sites
under the city's two EPA Assessment Grant. $800,000
STANDARD FORM 330 (8/2015) PAGE 2
ive
we
7
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 114. YEARS EXPERIENCE
TOTAL Ib. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Monroe, Louisiana
16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
University of Louisiana at Monroe
B.S. Toxicology, 1997
M.B.A. Business Administration 2005
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.
19. RELEVANT PROJECTS
PA
t
Les
STANDARD FORM 330 (812016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Young Rainey STAR, Largo, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
2007
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
a.
Provided Health & Safety oversight for remediation project at DOE site in
Largo, Florida impacted by chlorinated solvents. $2,700,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants, Pensacola, FL
PROFESSIONAL SERVICES
(If applicable)
2016
1CONSTRUCTION
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
b.
Provided Health & Safety oversight for EPA Brownfields assessment and
remediation.(Project 6)$1,250,00
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, St. Petersburg, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
2004
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Provided Health & Safety oversight for the assessment and remediation of
multiple EPA Brownfields sites including historic Mercy Hospital site.
$57,190
(1) TITLE AND LOCATION !City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant,Eustis, FL
PROFESSIONAL SERVICES
CONSTRUCTION Of applicable)
2012
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
d.
Provided Health & Safety oversight for Phase II/III ESAs conducted under E
Brownfields Program at an active gas station and convenience store (Projec
3). $215,058
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Plant City, FL
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
2014
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
e.
Provided Health & Safety oversight for assessments and remediation activit:
for several sites under the city's EPA Brownfields grants (Project 2).
PA
t
Les
STANDARD FORM 330 (812016) PAGE 2
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Ia. TOTAL b. WITH CURRENT FIRM
ROY THF'.RRTV.M PNAGR T F'.RAc/PRPMTTTTM(t 24 1 10
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Altamonte Springs, Florida
6. EDUCATION (DEGREE AND SPECIAL04T10N1 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
Edinboro University B.S. Geology, 1978, Professional Geologist, Florida
Palm Beach College A.S. Land Surveying, PGO001119
1988, M.B.A. University of Florida 1997
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Professional Land Surveyor in Colorado (27619). Geological experience includes
6 years in oil and gas exploration.
19. RELEVANT PROJECTS
a
ten
's,
�n
STANDARD FORM 330 (8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Sanford, FL
PROFESSIONAL SERVICES
CONSTRUCTION 1/1'applicab/el
in progress
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
a.
Team Leader for Phase I and Phase II ESAs performed under the city's EPA
Brownfields Grant. To date PPM has completed or initiated 14 Phase I ESAE
and 8 Phase II ESAs under the grant. (Project 1) $400,000.
(1) TITLE AND LOCATION (City and Statel
(2) YEAR COMPLETED
Environmental Services, Orlando, Florida
PRPFESSIONAL SERVICES
CONSTRUCTION(/fapp/icab/e)
in progress
b.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X I Check if project performed with current firm
Team Leader for Phase I and Phase II ESAs for a site acquisition being made
by the City. (Project 7) $25,000.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Murphy USA No. 6845, Brooksville, FL
PROFESSIONAL SERVICES
2014
1CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
Project Manager responsible for planning, implementation, oversight, and
reporting of ozone remediation project (Project 5). $166,378
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Eustis, FL
PROFESSIONAL SERVICES
(If applicable)
2012
1CONSTRUCTION
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE x Check if project performed with current firm
d.
Project Manager responsible for Phase I/II/III ESAs and GPR surveys for se,
sites. Prepared Generic and site-specific QAPPs and assisted the City with
quarterly reporting and ACRES reporting. (Project 3)$215,058
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Plant City, FL
PROFESSIONAL SERVICES
CONSTRUCTION (Ifapplicable)
2014
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
e.
Project Manager for Phase I & II ESAs, source area removal work plans, ACB2
and QAPPs, source area excavation at Telco site, and future phytoremediati(
for GroMor Fertilizer and Stock Lumber (Project 2). $1,400,000
a
ten
's,
�n
STANDARD FORM 330 (8/2016) PAGE 2
12. NAME
GREG SATTLER, P.E.
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
SENIOR ENGINEER
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Altamonte Springs, Florida
16. EDUCATION (DEGREEAND SPECIALIZATION)
University of Central Florida
B.S. Environmental Engineering, 2033
14. YEARS EXPERIENCE
'OTAL b. WITH CURREN
15 1 2
7. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE/
Professional Engineer, Florida No.
76934
wards, etc.)
19. RELEVANT PROJECTS
STANDARD FORM 330 (8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Sanford, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
In progress
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
a.
Phase II Team Leader for eight brownfields sites to date and also was the project engineer
for the Catalyst Site Source Removal project. (Project 1) $400,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Environmental Services, City of Orlando, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
In progress
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE t X I Check if project performed with current firm
b'
Project Engineer for the 2016-2018 Continuing Professional Services for Environmental
Assessment, Testing, and Remediation contract. Prepared an engineering control plan for Z
possible police station site. (Project 7). $25,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Murphy Oil USA, Retail and Distribution Terminals
PROFESSIONAL SERVICES
CONSTRUCTION /lfapplicable)
In progress
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
C.
Project Engineer responsible for producing, reviewing, and approving SPCC plans for the
Tampa and Freeport Terminals and storm water permits and RAPS for Murphy USA stores in
Florida (Project 5)
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
FDEP PRP Sites
PROFESSIONAL SERVICES
CONSTRUCTION (It applicable)
In progress
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE I X1 Check if project performed with current firm
d'
Project Engineer responsible for managing 20 leaking UST sites under the FDEP PRP program
Have prepared and implemented 7 cleanup plans for technologies including AS/SVE, chemical
injection, ozone sparging, and monitored natural attenuation (Project 9).
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
e.
STANDARD FORM 330 (8/2016) PAGE 2
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME
15. FIRM NAME AND LOCATION (City and State)
PPM Consultants, Inc., Mobile, Alabama
16. EDUCATION (DEGREE AND SPECIALIZATION)
Auburn University
B.S. Geology, 1979
14. YEARS EXPERIENCE
b. WITH CURRENT FIRM
7. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
Professional Geologist, Florida
P00000509
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
American Institute of Professional Geologists, MEM -1437; ASTM International
E50 Subcommittee Member; Registered PG in AL,AR,MS,LA
14 RFI FVANT PR(1.iFCTG
STANDARD FORM 330 (8/2016) PAGE 2
zg .
R
M
M,
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Police Shooting Range, Fort Walton Beach, FL
PROFESSIONAL SERVICES
2002
CONSTRUCTION(lfapplicab/e)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE -INCheck if project performed with current firm
8.
Project Manager responsible for Phase I/II ESAs, Site Investigation, RAP,
remediation by excavation of 1,344 tons of lead impacted soil, and reporti
Redeveloped as city's solid waste transfer station (see photos). $404,285.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants, Pensacola, FL
PROFESSIONAL SERVICES
1CONSTRUCTION(/fapplicabie)
in progre
s
b.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
QA/QC Manager responsible for the preparation of QAPPs and senior review c
22 Phase I and 8 Phase II reports and 1 ABCA for CMB site. (Project 6)
$1,250,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Monroe County, AL
PROFESSIONAL SERVICES
CONSTRUCTION Of applicable)
2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IX I Check if project performed with current firm
C.
Project Manager responsible for 10 Phase I ESAs, 4 Phase II ESAs, and 4 AB(
including quarterly reports, WBE/MBE reports, and ACRES database $400,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
City of Mobile, EPA Brownfields Grant
PROFESSIONAL SERVICES 1CONSTRUCTION
(If applicable)
2012/2017
d.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE JXJ Check if project performed with current firm
Project Manager responsible for 16 Phase I ESAs, 12 Phase II ESAs with 2 GF
surveys for abandoned USTs, QAPPs, ABCAs, remediation grant applications,
quarterly reports, WBE/MBE reports, and ACRES database $800,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grants, Plant City, FL
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
in progress
I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
e
Project Manager responsible for source area removal excavations arsenic and
benzo(a)pyrene at GroMor Fertilizer and Stock Lumber. Provided excavation
oversight of petroleum excavation at Telco site (Project 2). $1,400,000
STANDARD FORM 330 (8/2016) PAGE 2
zg .
R
M
M,
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Ia. TOTAL Ib. WITH CURRENT FIRM
9
15, FIRM NAME AND LOCATION (City and Statel
PPM Consultants, Inc., Apollo Beach, Florida
16. EDUCATION (DEGREE AND SPECIALIZATION] 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE]
Wesley Theological Seminary, Theology
Albany State, Business Administration
E
Florida Brownfields Association Board Member
19. RELEVANT PROJECTS
STANDARD FORM 330 (8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Plant City, FL
PROFESSIONAL SERVICES
2014
CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE LX Check if project performed with current firm
a.
Brownfields Specialist assisting city with grant preparation, community
outreach, and brownfields program development (Project 2). $1,400,000
(1) TITLE AND LOCATION (City and Statel
(2) YEAR COMPLETED
EPA Brownfields Grant, Eustis, FL
PROFESSIONAL SERVICES
2012
CONSTRUCTION Ofappficab/e/
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.1 AND SPECIFIC ROLE I X1 Check if project performed with current firm
b.
Brownfields Specialist assisting city with grant preparation, community
outreach, and brownfields program development. (Project 3)$215,058
(1) TITLE AND LOCATION (City and Statel
(2) YEAR COMPLETED
EPA Brownfields Grant, St. Petersburg, FL
PROFESSIONAL SERVICES
2006
1CONSTRUCTION Of applicablel
13) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
C'Program
Manager for Brownfields Program from the inception in 1997 to 2006.
Obtained $5,750,000 in Brownfields funding and facilitated several businesE
expansion and relocation transactions.
(1) TITLE AND LOCATION (City and Statel
(2) YEAR COMPLETED
EPA Brownfields Grant, Mobile, AL
PROFESSIONAL SERVICES
CONSTRUCTION (Ifappficable)
2012/2017
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.] AND SPECIFIC ROLE X Check if project performed with current firm
d'
Brownfields Specialist assisting city with grant preparation, community
outreach, and brownfields program development. $388,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
EPA Brownfields Grant, Jackson, MS
PROFESSIONAL SERVICES
2010
1CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE X Check if project performed with current firm
e
Brownfields Specialist assisting city with grant preparation, community
outreach, and brownfields program development. $400,000
STANDARD FORM 330 (8/2016) PAGE 2
ATTACHMENT B
Projects
A summary of relevant environmental project experience with municipalities and other government
related non-profit organizations is provided in the following table. Detailed examples of representative
projects which demonstrate our experience with projects similar to Sanford's proposed scope of work
are also provided. The City of St Petersburg, PPM, and the associated development team won a
prestigious Phoenix Award from the EPA in 2015 for "Outstanding Redevelopment Proiect". These
awards are given out to one project per region per year based on the positive impact on the
environment, conservation, and the projects general and long-term economic and/or social impacts.
City of Sanford SOQ 26
Professional Consulting Services - Environmental
mitres
V. cnnmra.c 1 Q VlnlLn ==Q 1 ILLY.? 1 RR I C !'RVA VJCIJ 1 cHm 0 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each Droiect.) 1 1
EPA Brownfields Assessment Grant, Sanford, Florida
of Sanford, Florida
22. YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (if applicable)
SIP
23. PROJECT OWNER'S INFORMATION
POINT OF CONTACT NAME
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
688-5086
The City of Sanford owns three downtown blocks, comprising approximately 5.25 acres, located between Lake Monroe and
First Street, including brownfield properties that operated as an auto -sales and service facility, a laundry, and printing facility.
A Phase II ESAs conducted by PPM Consultants on four parcels in 2016 identified contamination related to petroleum
compounds, gasoline additives, and lead requiring cleanup. In 2017, PPM oversaw the excavation and proper disposal of
over 3,000 tons of contaminated soils. After backfilling, 1,700 cubic yards of clean fill were used to backfill the excavation to
grade followed by resurfacing.
In 2014, the City Commission formally recognized the potential and value of this property by designating it the Waterfront
Catalyst Site. Rather than a short-term sale to the highest bidder, the City sought to leverage the strategic location of this
downtown waterfront site for the development of a new downtown/waterfront neighborhood. The City desired a residential/
mixed-use development that would e(or 88%)mbody the great history and character of Sanford while also improving
downtown economic activity and increasing home values throughout the City. Using funds from an EPA Brownfield
Assessment grant, the City hired PPM Consultants to assess the site and develop a Remedial Action Plan (RAP). Using
another funding source, the City had PPM oversee the cleanup, disposal, and follow-up verification sampling.
Heritage Park will fulfill a long-standing City goal and establish a new downtown/waterfront neighborhood which should
serve as a catalyst for additional investment and redevelopment in Downtown and throughout the City of Sanford and
Seminole County. Proximity to walkable downtown centers and navigable waterways are highly sought after residential
amenities. The development of Heritage Park on the City's designated catalyst site will establish a new downtown
neighborhood and establish a desired downtown form and pattern as the neighborhood grows over time and more people
call Downtown Sanford "home".
Under the current EPA Brownfields Grants PPM has completed or initiated fourteen Phase I ESAs and 8 Phase If ESAs,
including one asbestos survey. A total of $351,183 of the $400,000 grant (or 88%) has been expended to date.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, Florida
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and state)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
t. CAAMYLt I'KVJt:U I a VVM[t;fl t[ts I ILLUb I KA I t YKVrV=L) 1 tAM'7 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Cornolete one Section F for each oroiect.) 2
21. TITLE AND LOCATION (City, and State)
PROFESSIONAL SERVICES CONSTRUCTION (lfappNcable)
EPA Brownfields Assessment Grant, Plant City, Florida 1 2014
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
City of Plant City, FL Karen Collins 1813-659-4232
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
PPM provided technical assistance to the City of Plant City in writing a grant application for a Community Wide US EPA
Brownfield Assessment Grant for $400,000 (BF -95441809). After winning the grant, the City of Plant City contracted PPM
to provide environmental consulting services as the prime contractor from 2009 through 2012 under their US EPA
Brownfield Assessment Grant for petroleum products. PPM conducted assessments on six sites for the City of Plant City
including a former police station, former gas stations, an automotive repair facility and a restaurant. The six sites are
discussed further below.
PPM conducted a Phase I ESA on the former police station property identifying registered underground storage tanks and
fuel pumps on the site. In addition, de minimus conditions were identified including former welding operations, medical
waste generation, photo lab effluent generation, fire truck washing, fire foam storage, small gasoline container storage, paint
storage, and fluorescent light bulb usage. No recognized environmental conditions (RECs) were identified and PPM
recommended no further investigations.
PPM conducted a Phase I ESA on an unoccupied commercial property formerly utilized as a restaurant. Two adjacent
properties were identified as RECs in connection with the subject property. One of the stated RECs was Former Hydraulic
Hose/Telco Gas Station.
(additional information provided in Section G - Similar Projects)
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (Cityand State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
r . cnnnrLc rnv.ica. 10 TinI%.n oca 1 1Lt-1J.7I rtA I C I-MVf VOCU t CAM 0 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each oroiect.) 1 3
21. TITLE AND
EPA Brownfields Assessment Grant, Eustis, FL
PROFESSIONAL SERVICES 1 CONSTRUCTION (Nappficable)
2012
23. PROJECT OWNER'S INFORMATION
a. VKwEc I QWNEK b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
City of Eustis, Florida Dianne Kramer 352-483-5460
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
The City of Eustis contracted PPM to provide environmental consulting services as the prime contractor from 2009 through
2012 under their US EPA Brownfield Assessment Grant for $400,000 (BF -95442009). PPM conducted assessments on
seven sites for the City of Eustis including a gas station, a golf course, and other commercial properties. The seven sites
are discussed further below. PPM conducted a Phase I ESA, Phase 11 ESA, Site Specific QAPP, and Health and Safety Plan
on the Former Healing Waters World Outreach Church. The chemicals of concern associated with the subject property
were dry cleaning solvents and fuel oil. A GPR survey was conducted to locate any buried underground storage tanks or
boilers. Soil and groundwater samples were collected at the site. No impacts were identified and no further assessment
was recommended.PPM conducted a Phase I ESA, Phase II ESA, Site Speck QAPP, and Health and Safety Plan on the
Generations Restaurant. The subject property operated as a gas station through the late 1960s and as a grocery store
through the mid-1970s. Due to the previous use of the property, a GPR survey was conducted to locate any buried
underground storage tanks. A GPR anomaly at the former tank and dispenser area at was found to be a probable steel tank
at a depth of 1.9 feet below ground surface. Soil and groundwater samples were collected at the site. No impacts were
identified and no further assessment was recommended. PPM conducted a SSQAPP, Phase II ESA, Phase III ESA, and
Natural Attenuation Monitoring Plan for the Phillips 66 Food Mart. This site was identified by the City of Eustis as a priority
for redevelopment because groundwater contamination from this site was known to have affected at least four city blocks of
commercial and residential properties along a major business corridor. Groundwater samples were collected from PPM
recommended the installation of seven shallow monitoring wells and one deep monitoring well delineating the horizontal and
vertical extent of dissolved hydrocarbons. PPM negotiated on the behalf of the City and the property owner to implement a
Natural Attenuation Monitoring Plan. PPM conducted a Phase I ESA, Phase 11 ESA, Site Specific QAPP, and Health and
Safety Plan on the Former Pine Meadows Country Club. Phase 11 ESA included soil and groundwater assessment
surrounding the former putting green east of the clubhouse and the former 9th green area southwest of the clubhouse.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (Cityand State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
t. rAAMYL= YKVJ=%; I b YYt71VM CStb I ILLUb I KA I t YKUYUbCU 1 CAM'b 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each aroieck) 4
PROFESSIONAL SERVICES ICONSTRUCTION (/fapplicabte)
EPA Brownfields Assessment Grant, West Palm Beach, Florida 1 2016
23. PROJECT OWNER'S INFORMATION
Treasure Coast Re
Coun
b. POINT OF CONTACT NAME
24. BRIEF DESCRIPTION OF PROJECTAND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
-4060
PPM was retained by Treasure Coast Regional Planning Council (TCRPC) in 2013 to conduct Phase I and Phase II ESAs
on brownfields sites on a task order basis. A total of three task orders were awarded for the Beriro sites (5 parcels), the
Loxahatchee-Westgate sites (2 parcels), and the Westgate Avenue -Renaissance sites (11 parcels). All of the sites were in
West Palm Beach. The Westgate Avenue -Renaissance sites were 11 neighboring parcels (Cl through C11) that were
planned to be redeveloped by the Westgate/Belvedere Homes Community Redevelopment Agency as Renaissance Mixed
Use -Phases 1 and 2. The work was conducted for TCRPC under their United States Environmental Protection Agency
Brownfield Program Assessment Grant No. BF -95482011. Seven of the 11 parcels were vacant grass covered lots. The
other parcels included two single-family residences (Parcels C4 and C5), an office building occupied by a church group
(Parcel C1), and a used car sales lot (Parcel C7). The subject parcels were located in a mostly residential area between the
Palm Beach County Airport to the south and Okeechobee Boulevard to the north (a major east -west thoroughfare. Available
historical documentation indicated that all of the developed parcels had single-family residential usage except for Parcels C1
and C7. Parcel C1 was originally an apartment building, converted to office space in the 1980s. Parcel C7 was first
developed in 1994 as a used car sales lot. Since then it operated as a used car sales lot with use as a towing company in
the early 2000s. The historical and current uses of the parcels as residential properties were not considered to represent a
recognized environmental condition in connection with the subject property except for a 55 -gallon drum containing used oil
located at the southwest corner of Parcel C7. The drum was not being maintained and used oil leaking out of a bung hole on
top of the drum had impacted the soil around the drum. The drum was subsequently removed by a licensed waste hauler.
During the Phase II ESA, heavy vegetative material around the drum was removed to allow access to the surficial soils.
After removal of the used -oil impacted soil, it was determined that the impacted area was approximately 2.0 feet long by 1.5
feet wide and no deeper than 1.0 feet below ground surface. Approximately 2.3 cubic feet of used -oil impacted soil was
containerized in a 55 -gallon steel drum along. Eight soil borings and one temporary monitoring well were installed and
sampled to assess the soil and groundwater quality. Groundwater analytical results indicated no impacts above Chapter
62-777, Florida Administrative Code, Table 1, Groundwater Cleanup Target Levels for the contaminants of concern. In
addition, the soil assessment did not indicate the presence of additional used -oil impacted soil at or around the location of
the former used oil drum. Groundwater assessment results indicated no impacts to the groundwater from the chemicals of
concern. The discharge of used oil from the drum did not meet the criteria in 62-780.210(5)(b)(2), FAC, Contamination
Reporting for a reportable discharge and was deemed a de minimus condition.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 812016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, Florida
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 812016) PAGE 3
1% CAAMt'LC YKUJCt+ I b VVMIL;M tiCa I ILLU, I KA I C 1'KUt UStU I CAM'S 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each Project.) 1 5
USA Terminals, Southeast United States & Florida
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable)
2018
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Murphy Oil USA, Inc. Harry Lewis 870-864-6520
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
PPM has been providing environmental consulting services to Murphy USA since 1994. Murphy has been one of our
longest and largest clients since our inception. PPM has provided our services to Murphy's refinery, distribution terminal,
and commercial retail departments throughout the southeastern United States. Our relationship began with the Spur -
branded commercial retail stores in North Caroline, South Carolina, Florida, Alabama, Mississippi, Georgia, and Louisiana.
Services provided for commercial retial facilities have included Phase I and Phase II Environmental Site Assessments (ESA)
for property acquisitions and divestitures, UST closures, site investigations, groundwater monitoring, corrective action, and
risk assessments. Most of these original sites have since received no further action (NFA) status, but PPM is currently
conducting environmental work at 33 Murphy commercial sites, with 28 of these sites located in the State of Florida. Of the
active sites in the Orlando region, 5 are currently undergoing assessment, 12 are undergoing corrective action, 5 are
undergoing monitoring, and 4 are awaiting approval of NFAs. For the majority of the corrective action sites, PPM conducted
the site investigations, conducted groundwater monitoring, designed the remediation systems, prepared the remedial action
plans (RAP), installed the remediation systems, and conducted the operations and maintenance (O&M programs).
Remedial technologies used at these sites have included dual-phase vacuum extraction (DPVE), air sparge with soil vapor
extraction (AS/SVE), ozone sparge, natural attenuation monitoring (NAM), and excavation.
PPM is also providing environmental consulting services at eight distribution terminals, with three in Alabama (Montgomery,
Sheffield, and Anniston), one each in Mississippi (Meridian) and Louisiana (Jonesboro), and three in Florida (St. Marks,
Freeport, and Tampa). PPM began working at the St. Marks Terminal (adjacent to St. Marks refinery) in 2005. Prior to
initiating fieldwork, PPM reviewed all available documents to construct a chronology of environmental activities conducted
over the previous 14 years by various consulting firms. Relevant data from these activities were compiled into summary
tables and put into context to determine what data was still relevant and usable. PPM discovered several discrepancies
associated with monitoring well IDs that significantly impacted previous conclusions and actions. PPM corrected these
discrepancies and conducted additional investigations (85 soil borings, 8 shallow monitoring wells, 4 deep wells, and 5
temporary wells) that led to a better understanding of site conditions and to completely delineate the plumes. Two distinct
discharges to soil and groundwater occurred from the loading rack and from the tank farm areas. The loading rack release
was the larger of the two releases, and was originally deemed eligible for cleanup reimbursement under the FDEP Early
Detection Incentive (EDI) program. The tank farm release was not deemed eligible for this coverage; however, the two
releases have comingled. Iln 2009, PPM helped Murphy negotiate with FDEP to enter into a Site Rehabilitation Funding
Allocation Agreement (SRFAA) to share costs whereby the FDEP would be responsible for 91 % of the cleanup costs and
Murphy 9% in the event remediation is ever required.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
9 . GM(i1rLG r nv.,c..1 191 VVFII%.n ow 111Aw0 i F%M I c rMVruxv i CAM a 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specked.
Complete one Section F for each aroiect.) 1 6
21. TITLE AND
City of Pensacola, Florida
PROFESSIONAL SERVICES (CONSTRUCTION (Ifapplicable)
Current
23. PROJECT OWNER'S INFORMATION
TELEPHONE
of Pensacola, FL
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
PPM was retained by the City of Pensacola to provide programmatic environmental services for their EPA Brownfields
Assessment Grant that was awarded in 2013. PPM completed 22 Phase 1 environmental site assessments (ESAs) and 8
Phase II ESAs. PPM coordinated with the FDEP to develop a streamlined Phase II ESA Work Plan to complete the
assessment as quickly and efficiently as possible while providing sufficient detail to reach cleanup decisions. At two sites,
Phase I and Phase 11 ESAs were completed within the 60 day due diligence period of a real estate contract. A Phase 11 ESA
was completed on a 35 -acre submerged parcel located adjacent to the Community Maritime Park (CMP). The CMR includes
offices, a city park, retail development outparcels, an amphitheater, and Admiral Fetterman Field the home of the Pensacola
Blue Wahoos Minor League Baseball team, and the City has a permit for the future development of a public access day use
marina attached to the CMP. The CMP was developed on land previously used as a bulk storage facility, and commercial
shipping hub. Through the first half of the 20th century, four commercial piers extended from the south side of the property
into the submerged parcel owned by the City. Overtime, three of the piers either collapsed or were dismantled, while the
largest pier (Pier No. 2) was destroyed by fire in 1966. Since then, a number of pilings of the firmer remain protruding above
the surface. Visible pilings and unknown hazards just below the surface pose a naviga on hazard to future users of the
City's planned day use marina. The Phase 11 ESA that included a side -scan sonar (SSS) survey and sediment sampling
assessed hazards to navigation and the environment posed by plans to remove the creosote pilings and associated pier
debris. Results of the Phase II delineated the number and extent of navigation hazards, and detected PAHs in sediment
around the pilings at concentrations above preliminary screening levels. PPM assisted the City of Pensacola in preparing
and submitting an application for cleanup grants to remove creosote pilings and associated debris from the area. A
$200,000 EPA Cleanup Grant, a $250,000 subgrant from the West Florida Regional Planning Council's Revolving Loan
Fund, and a $400,000 grant from the State of Florida were awarded to the City in October 2017.
In the early phases of the cleanup grant, to augment the SSS Survey, a bathymetric survey was completed using an R2
sonic 2020 multi -beam bathymetry system with an Applanix POS MV Wavemaster GPS and motion unit mounted aboard a
24 -foot survey vessel. A Pensacola -based, commercial diving firm was also engaged to visually survey the study area and
provide an informal description and inventory of pilings and debris. The marine contractor process has been completed and
cleanup activities will begin after the final permits from the US Army Corps of Engineers are obtained.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Pensacola, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (Cityand State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (CityandState)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
r. cAAMrL.c rKuicL, i -z YYnR.n Ccl 1 ILLUi)1 KA 1 c rKurU0CU 1 CAM 0 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each proiect.) 7
22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable)
Environmental Testing, Assessment & Remediation, Orlando, Florida I Curr
23. PROJECT OWNER'S INFORMATION
of Orlando, Florida I Roger Cooper 1407-246-2291
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (lndude scope, size, and cost)
PPM was responsible for managing and executing all aspects of the scope of services including: preparing cost proposals;
conducting/preparing site assessment deliverables such as Phase I ESAs, Phase 11 ESAs, and Contamination Assessment
Report; overseeing GPR and well installation activities; conducting soil and groundwater sampling; and managing well
abandonment. PPM conducted assessment activities at three sites: Fire Station 6, Amelia Court, and DeSalvia Way. Phase
II ESA activities were conducted at Fire Station 6 to address two RECs, one HREC, two onsite buried debris areas, and one
adjoining contaminated property. Phase li ESA activities included a geophysical (GPR) survey, excavation of buried debris,
groundwater sampling of four existing and one new monitoring wells, and soil assessment at each of the areas of concern.
Based on the results of the Phase II ESA, both RECs has been re-evaluated and are no longer considered to represent
RECs. Soil and groundwater assessment conducted to address the HREC indicated no SCTL or GCTL exceedances in soil
and groundwater samples. No negative environmental impacts were found to be associated with the two buried debris
areas or from the west adjoining former manufacturing facility. Concentrations of benzo(a)pyrene equivalent compounds
exceeding SCTLs were found in soil borings located in front of the warehouse building in an area between the former UST
pits. The impacted soil extends no deeper than 2 feet BGS with the total amount of impacted soil estimated at 163 cubic
feet. PPM recommended excavation of benzo(a)pyrene equivalent compound impacted soil with disposal at a landfill or
thermal treatment facility. The estimated total volume of soil to be removed was 709 cubic feet. The purpose of the Phase II
ESA assessment at Amelia Court was to determine if there was an offsite source for the petroleum groundwater impacts
observed at the subject property. A possible offsite source was suspected to be former petroleum USTs at International Car
Wash which is located upgradient of the subject property. To determine if there was an offsite source, four temporary wells
were installed in the grass median of North Parramore Avenue between the subject property and the International Car Wash
property. Groundwater data from the four temporary wells indicated high concentrations of dissolved hydrocarbons in three
of the four temporary monitoring wells. The groundwater data at the subject property, the results of the groundwater
sampling of the temporary wells on North Parramore Avenue, and the reported northeasterly groundwater flow direction
suggest an offsite source for the dissolved hydrocarbons observed at the subject property with the most likely source the
former USTs at the International Car Wash site. PPM is currently collecting multiple soil samples to delineate metal and
PAH impacts at DeSalvia Way. Assessment and remediation of this property is important as this land is slated to be used
for police horse paddocks.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, Florida
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and Sta(e)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PR0P05ED TEAM'S 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
COmoiete one Section F for each oroiect) 8
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (tfappiicable)
Commercial Metals Company, Locations throughout Southeast 1 2012
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELtPHONt NUMUtK
Commercial Metals Company I Alan Gillespie 1 205-966-1623
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
PPM has completed multiple phase I/11 environmental site assessments (ESAs) on various residential and commercial
properties surrounding the Birmingham Plant. Phase I ESAs were conducted in accordance with ASTM standards and
included review of historical records, such as aerial photographs, city directories, fire insurance maps, and property
appraiser information; collection of information from interviews, regulatory database reviews, and onsite inspections. Phase
II ESAs consisted of soil boring advancement, temporary well installation, and soil and groundwater sampling. PPM also
maintains Spill Prevention, Control and Countermeasure Plans to help prevent discharges of oil into navigable waters or
adjoining shorelines in accordance with Federal regulations promulgated on January 10, 1974 [Code of Federal
Regulations, Title 40, Part 112 (40 CFR 112)] and revised on July 17, 2002. These plans were completed and are updated
regularly for the following facilities:
Orlando, FL;
Ocala, FL;
Tampa, FL;
Birmingham, AL; and
Chattanooga, TN (2 facilities).
In addition, PPM assisted CMC with Toxic Substances Control Act (TSCA) reporting and disposal requirements for a facility
having polychlorinated biphenyls. TSCA, passed in 1976 under President Gerald Ford, it is our nation's main law aimed at
regulating chemicals used in everyday products.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (Cityand State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (8/2016) PAGE 3
F. EICAMFLE t KUJt:U I, V0111W1 bib I ILLUb 1 KA 1 C YKUI'UWtU I tAM'b 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 1 9
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (Ifappficable)
FDEP, PRP Sites, Florida 2018
a.
23. PROJECT OWNER'S INFORMATION
NAME
FDEP I Stan Warden
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
Under the Florida Department of Environmental Protection's Petroleum Restoration Program, PPM has conducted multiple
contamination assessments and remediation projects at petroleum facilities throughout the State of Florida. Assessment
tasks included the installation of monitoring wells, advancement of soil borings, collection of soil/groundwater samples, and
data analyses. Remediation tasks include the installation and maintenance of air sparging/soil vapor extraction (AS/SVE),
ozone, dual phase extraction systems; injection of bioremediation products; and management of source removals. Staff is
experienced in the Standard Operating Procedures for Field Activities (DEP-SOP-001/01).
PPM is an Agency Term Contractor (ATC) authorized by the Florida Department of Environmental (FDEP) to conduct work
under the FDEP's Petroleum Restoration Program. There are less than 80 ATCs authorized to work in this program.
Contractors must have specific qualifications to work for the FDEP including work history, office location, pricing, and personal
qualifications.
Under the Petroleum Restoration Program, PPM has been assigned over 35 projects by the FDEP since the Petroleum
Restoration Program began in 2013. PPM's technical staff works closely with FDEP site managers in Tallahassee and
Local County Programs to execute this projects to successful completion. PPM has worked on petroleum cleanup sites
throughout the state of Florida within the South, Central, and North Florida Contracts.
Project tasks have included contamination assessments, source removals, groundwater monitoring, and active remediation.
Assessment and monitoring tasks included the installation of monitoring wells, advancement of soil borings, collection of soil/
groundwater samples, data analyses, and reporting. Types of source removals included free product recovery and soil
excavation. Types of active remediation included installation and maintenance of air sparging/soil vapor extraction (AS/SVE),
ozone sparging, dual phase extraction systems; and injection of bioremediation products.
Work is authorized by the FDEP through My Florida Marketplace. PPM is very experienced in working under My Florida
Marketplace procurement protocols, State of Florida Cleanup Rules, FDEP technical guidance documents, and FDEP
administrative procedures.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
I-. LAAMI'Lt 1'KUJtG i l WMIGFi bt:b 1 ILLUS I KA I t rKUt'U.9tU I tAM'b 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 10
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (lfapp(icable)
The City of Punta Gorda, Florida 1 2010
a.
of Punta Gorda
23. PROJECT OWNER'S INFORMATION
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
941-535-5030
The City of Punta Gorda is one of the fastest growing areas in the state. With this growth comes an added burden on their
water supply and recreational waterways. A major contributor to contamination of waterways was polluted stormwater. The
City of Punta Gorda falls under Phase II of this permitting procedure.
PPM provided environmental consulting services to the City of Punta Gorda related to their existing stormwater system.
These services included preparation of a National Pollution Elimination Discharge Elimination System (NPDES) permit and
an Annual Report.
The Annual Report covered the period of operation from February 2009 through January 2010 and provided a summary of
the best management practices (BMPs) included in the permit, the progress made towards achieving measurable goals for
the BMP, recommended changes for the BMP and a summary of the activities planned for the next reporting cycle.
There were numerous recommendations that were submitted to the Florida Department of Environmental Protection (FDEP)
for improvements in the BMPs. Most all of these recommendations were approved by the FDEP.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
PPM Consultants, Inc.
Altamonte Springs, FL
Prime
(1) FIRM NAME
(2) FIRM LOCATION (CityandState)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
STANDARD FORM 330 (REV. 8/2016) PAGE 3
ATTACHMENT C
PPM is qualified to provide professional environmental consulting services for the City of
Sanford. These specific services include Phase I ESAs, Phase II ESAs, contamination
assessments, monitoring well installation, sampling tasks, remedial action planning, and
correspondence with regulatory personnel.
PHASE I AND II ESA EXPERIENCE
PPM has extensive experience performing Phase I ESAs for property transactions. PPM
personnel have collectively conducted over 2,750 Phase I ESAs in accordance with the ASTM
standard E1527-13, "Standard Practices for Environmental Site Assessments: Phase
Environmental Site Assessment Process" for commercial real estate and standard E2247,
"Standard Practices for Environmental Site Assessments: Phase I Environmental Site
Assessment Process for Forestland or Rural Property". Many of the Phase I ESAs were
performed for local lending institutions in Florida such as Community Bank, Compass Bank, The
Peoples Bank, TD Bank, SunTrust Bank, Hancock Bank, Regions Bank, Wachovia Bank, and
Whitney National Bank.
PPM personnel have performed thousands of subsurface investigations in Florida and are
thoroughly familiar with the geology of this region. These investigations include Phase II ESAs
performed to assess recognized environmental conditions identified by Phase I ESAs and site
investigations under enforcement action by the FDEP and the Brownfields Redevelopment
Program. Phase II ESA activities include Hollow -stem Auger (HSA) and Direct -push Technology
(DPT) soil borings, temporary and permanent monitoring wells, associated sampling and
groundwater flow direction determination.
The PPM team understands that prompt and consistent reporting is essential for all project
completions. The reports have to convey site data in a manner that reinforces the purpose of
the overall project. With this in mind, PPM has developed many in-house tools to ensure that
all reports produced by PPM are completed with the highest degree of quality. To ensure this
quality, the PPM team will utilize a company -wide Intranet that links all the offices' computer
systems into a centralized system. This Intranet consists of a file sharing system that essentially
allows all PPM personnel quick access to all reports that PPM has produced since the inception
of the company, thus, allowing quick and consistent preparation of any deliverable that PPM
has produced in the past. The purpose of this Intranet is to provide a consistent format and
wording of the many deliverables that PPM produces. The PPM team uses a variety of
Microsoft Access databases to assist in the analysis of all data produced by field and office
personnel, and to aid in the production of the reports. Many of these databases are equipped
with a feature that alerts the PPM Project Manager when a concentration exceeds the
regulatory limit or quality control issues are violated. Also, analytical data can be received by a
laboratory in a flat file and imported directly into the databases, thus, reducing the chance for
human error during the data entry process.
City of Sanford SOQ 32
Professional Consulting Services - Environmental
M=LTANM
C - Project Approach
PPM has the dedicated personnel, equipment, and supplies necessary to oversee Phase I and II
ESAs in conjunction with the stated subcontractors. PPM staff members that are qualified to
conduct Phase I and li ESAs include Amy Guilfoyle, Roy Therrien, P.G., Greg Staller, P.E., Austin
Smyth, E.I., Adam Miranda, and Greg Stover. PPM will be prepared to initiate project work
within two weeks of Notice to Proceed dependent on subcontractor availability.
CONTAMINATION ASSESSMENTS
PPM's assessment experience in Florida encompasses work performed in over 50 counties from
the panhandle to Miami. These projects have consisted of site assessments, contamination
assessments, emergency free product recovery, treatability studies, and soil/groundwater
monitoring. The key personnel assigned to this project are experienced in conducting
assessments at sites involving quantification and delineation of metals, volatile organic
compounds, semi -volatile organic compounds, and other contaminants.
The PPM team will exercise a rigorous review process that all deliverables have to follow.
Subsequent to finalizing a report, the report must first be peer reviewed. The peer review
process involves the confirmation of all analytical data, review of all figures and maps, and
review of all text for wording and correctness. Following the peer review, PPM's clerical staff
then formats the report before being submitted for senior review. During the senior review one
or more senior personnel and/or a PPM principal reviews the report. The senior review process
involves careful review of the report for wording, technical issues, format relevance of the
findings, and conclusions that address the project objectives. The report is then reformatted by
clerical staff and again reviewed by senior personnel before being submitted to the client for
review. PPM has also developed certain standards for all reports. These standards are
compiled into one document that is readily available in each office. All PPM personnel strictly
follow these Standardization Guidelines. This in turn assures the client of a quality and
consistent document regardless of which PPM office prepared the deliverable. Each of these
steps allows PPM to produce a variety of high quality deliverables in a time.
PPM has the dedicated personnel, equipment, and supplies necessary to oversee
contamination assessments in conjunction with the stated subcontractors. PPM staff members
that are qualified to conduct contamination assessments include Amy Guilfoyle, Roy Therrien,
P.G., Greg Staller, P.E., Austin Smyth, E.I., and Adam Miranda. PPM will be prepared to initiate
project work within three weeks of Notice to Proceed dependent on subcontractor availability.
MONITORING WELL INSTALLATION AND SAMPLING
PPM is one of the most experienced consultants when it comes to installation of monitoring
wells and conducting groundwater sampling. PPM has been performing the activities since our
inception. Since that time, PPM has supervised the installation of thousands of monitoring
wells. These wells have been installed in every conceivable geologic environment using a
variety of different drilling techniques such as hollow stem auger, mud rotary, sonic drilling and
City of Sanford SOQ 33
Professional Consulting Services -Environmental
CONSULTANTS
C - Project Approach
direct push technology. On average, PPM is installing at least 10 monitoring wells per week
somewhere within the southeast.
PPM typically performs sampling on almost every monitoring well that our firm supervises the
installation of. Some of this sampling occurs on a quarterly to semi-annual basis during the
length of the projects, which sometimes can last up to five years or longer. PPM is currently
performing quarterly sampling on over 80 different sites. Our firm is experienced with a wide
variety of sampling techniques including low flow sampling techniques, which is required for
sampling projects in Florida. All of our staff involved in groundwater sampling are also very
familiar and experienced with following FDEP sampling protocols and standard operating
procedures.
PPM has the dedicated personnel, equipment, and supplies necessary to oversee monitoring
well installation and sampling tasks in conjunction with the stated subcontractors. PPM staff
members that are qualified to conduct monitoring well installation and sampling tasks include
Amy Guilfoyle, Roy Therrien, P.G., Greg Staller, P.E., Austin Smyth, E.I., and Adam Miranda.
PPM will be prepared to initiate project work within three weeks of Notice to Proceed
dependent on subcontractor availability.
REMEDIAL ACTION PLANING
PPM has initiated over 500 remediation projects, with many of these sites being in Florida.
PPM evaluates the unique characteristics of each site to determine the best remedial method,
and develops a remedial action plan specific to the geologic and physical setting of the location.
Throughout the remedial design and implementation process, PPM's focus is to bring a site to
closure as rapidly as possible. PPM has also helped pioneer innovative technologies such as
ozone sparging that work very well in subsurface environments similar to Sanford.
The remediation experience of PPM's staff encompasses dry cleaning facilities, industrial and
government sites contaminated with chlorinated solvents, Superfund sites, petroleum
USTs/ASTs, pipelines, refineries, bulk fuel terminals, chemical plants, shooting ranges, schools,
residential, and various commercial and industrial sites. The PPM project team approach
utilizes the individual technical talents of engineers, geologists, and environmental scientists to
enhance remedial design efforts, streamline project efforts, and shorten the time required to
complete cleanup.
PPM has experience with a wide array of remedial technologies and has made significant
technological advances in many categories due to our extensive field experience with
remediation. PPM has performed hundreds of remediation projects at sites throughout the
southeast. This experience has resulted in significant design advances that have solidly
established PPM as a leader in remediation. At many sites, PPM has been able to achieve
remedial cleanup goals in less than two years and some as little as six months. PPM would use
City of Sanford SOQ 34
Professional Consulting Services - Environmental
C - Project Approach
our extensive knowledge of remediation to develop an RAP, which would provide the most cost
effective remedial technology for addressing contaminated sites under this contract.
PPM has the dedicated personnel, equipment, and supplies necessary to oversee remediation
in conjunction with the stated subcontractors. PPM staff members involved with remediation
efforts will include Amy Guilfoyle, Roy Therrien, P.G., Greg Staller, P.E., Austin Smyth, E.I., and
Adam Miranda. PPM will be prepared to initiate project work within three weeks of Notice to
Proceed dependent on subcontractor availability.
COORDINATION WITH VARIOUS REGULATOY AND GOVERNMENTAL AGENCIES
PPM has been performing environmental work in the state of Florida for over 23 years. As a
result, we have gained experience working with almost every environmental agency in the
state. Over the years, we have formed great working relationships and know most of the
regulatory personnel on a first name basis. These relationships become important when it
comes to negotiating scopes of work for projects for our clients because it can save our clients
tens of thousands of dollars over the life of a project. These relationships have to be formed
over time, which allows the various agencies to trust PPM's technical judgement. We have
learned that smooth project completion hinges on sufficient communication with these
agencies and that buy -in from the beginning in much better than attempting to get buy -in
sometime during the project. The proposed Project Manager will contact regulatory agencies
as needed with the prior approval of the City.
ATTACHMENT D
City of Sanford I Finance Department I Purchasing
Division
CITY OF 300 N. Park Avenue Suite 243 2"a Floor, Sanford Florida 32771
SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
AttnrhmPnt "R" incnranra Raniiiramnntc l
Contract Exceeds
Contract does not Exceed
Contract does not Excee
COVERAGE REQUIRED
$500,000,180 days and
$500,000,180 days and
$25,000,30 days and no
unusual hazards exist
no unusual hazards exist
unusual hazards exist
Workers' Compensation
Employers Liability
Employers Liability
Employers Liability
$1,000,000.00
$500,000.00
$500,000.00
*Certificates of exemption are not
Each Accident
Each Accident
Each Accident
acceptable in lieu of workers
$1,000,000.00
$500,000.00
$500,000.00
compensation insurance
Disease
Disease
Disease
$1,000,000.00
$500,000.00
$500,000.00
Commercial General Liability
shall include- Bodily Injured Liability
$3,000,000.00 Per
$1,000,000.00 Per
$500,000.00 Per
and Advertising Injuring Liability
Occurrence
Occurrence
Occurrence
Coverages shall include: Premises/
Operations; Products/Completed
$3,000,000.00 General
$1,000,000.00 General
$500,000.00 General
Operations; Contractual Liability;
Aggregate
Aggregate
Aggregate
Independent Contractors, Explosion;
Collapse; Underground. When required
by the City, coverage must be provided
for Sexual Harassment, Abuse and
Molestation.
Comprehensive Auto Liability,
$ 1,000,000 Combined
$ 1,000,000 Combined
$ 500,000 Per Occurrence
CSL, shall include "any auto " or
Single Limit
Single Limit
shall include all of the following:
$ 1,000,000 General
$ 500,000 General
owned, leased, hired, non -owned
$ 1,000,000 General
Aggregate
Aggregate
autos, and scheduled autos.
Aggregate
Professional Liability (when required)
$1,000,000.00
$1,000,000.00
$1,000,000.00
Minimum
Minimum
Minimum
Builder's Risk (when required) shall
include theft, sinkholes, off site
100% of completed
100% of completed
100% of completed
storage, transit, installation and
value of additions
value of additions
value of additions
equipment breakdown. Permission
and structure
and structure
and structure
to occupy shall be included and the
policy shall be endorsed to cover the
interest of all parties, including the
City of Sanford, all contractors and
subcontractors.
$3,000,000 Aggregate:
$1,000,000 Aggregate:
$500,000 Aggregate:
Garage Keepers (when required)
No per vehicle
No per vehicle maximum
No per vehicle maximum
maximum preferred
preferred
preferred
$3,000,000 Combined
$1,000,000 Combined
$500,000 Combined
Garage Liability (when required)
Single Limit
Single Limit
Single Limit
$3,000,000 General
$1,000,000 General
$500,000 General Aggreg
Aggregate
A e ate
City of Sanford I Finance Department I Purchasing
Division
CITY OF 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined
below as may be determined by the project, conditions and exposure
➢ Certification Terms and Conditions
It is noted that the City has a contractual relationship with the named vendor, contractor or provider
(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or
other form of commitment by the City of Sanford, whether in writing or not and has no such contractual
relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure
that they have the insurance coverage specified by the City to meet all contractual obligations and
expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor
and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or
alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is
understood that the Contractor may satisfy relief to the City for such damages either directly or through
its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief
from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by case basis.
d. In the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 days prior to said expiration date.
e. All limits are per occurrence and must include Bodily Injury and Property Damage.
f. All policies must be written on occurrence form, not on claims made Form, except for
Professional Liability.
g. Self -Insured retentions shall be allowed on ggy liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy
as a cancellation notice recipient. Should any of the above described policies of Sanford
in accordance with the policy provisions.
i. All insurers must have an A.M. rating of at least A -VII.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and
after and are the responsibility of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be approved by the City of
TITLE: PROFESSIONAL CONSULTING SERVICES
Sanford, Risk Manager.
1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue);
Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax
407.688.5021.
in. All certificates of insurance, notices etc. must be provided to the above address.
n. In the description of the certificate of insurance please also add the solicitation number and
project name.
AFFIAN SIGNATURE
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
STATE OF
COUNTY O
The f regoimen was ecuted before me this da of 20 by
D 0- who
personally swore or affirmed that he/she 's uthorized to execute this document and thereby bind the Corporation, and who is personally
known to me OR has produced as identification.
Mlohelle L Adams "
NOTARY PU13UC
STATE OF FLORIDA NA4PU)<lC, State f(stamp)ivExpires&6/M
Comm# FF964249(d
The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation
or subsequent thereto.
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
lv'Failure to submit this form may be grounds for disqualification of your submittal'
A� & CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/DD/YYYY)
TYPE OF INSURANCE
7/10/2018
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(les) 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 Stephens Insurance, LLC
111 Center Street, Suite 100
Little Rock, AR 72241
CONTLT Ma Hall
PHONE 888 731-3832 »e
all,
ADDRESS: mart.hall ste hens.com
INSURERS AFFORDING COVERAGE MAIC #
www.stephens.COm
INSURER A: Starr Surplus Lines Insurance Company 13604
INSURED
PPM Consultants, Inc.
5555 Bankhead Hwy.
Birmingham AL 35210
INSURERS: Amerisure Insurance Company 19488
INSURERC:
INSURER D:
INSURER E :
INSURER F:
COVERAGES CERTIFICATE NUMBER' d90 A05AR RPVICInAI M111,11a CD.
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
POLICY NUMBER
POLICY EFF YYYYI
MMMU DY EXP fYYYyI
LIMITS
A
�/ COMMERCIAL GENERAL LIABILITY
1000066843181
2/11/2018
2/11/2019
EACH OCCURRENCE $1000000
AMAG : TO RENTED
PREMISES Ea occurrence) $300,000
CLAIMS -MADE F,/� OCCUR
MED EXP (Any one person) $5,000
PERSONAL & ADV INJURY $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY[Z] JE O- � LOC
GENERAL AGGREGATE $ 2,000,000
PRODUCTS - COMP/OP AGG $2,000,000
$
OTHER:
B
AUTOMOBILE
LIABILITY
CA 21078330001
2/11/2018
2111/2019
E° BINEDtSINGLE LIMIT $1000000
�/
ANY AUTO
BODILY INJURY (Per person) $
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY P
(Per accident) S
✓
HIRED NON -OWNED
AUTOS ONLY ✓ AUTOS ONLY
PROPERTY DAMAGE $
Per. accident
$
A
UMBRELLA LIAR
,/
OCCUR
1000337238181
2111/2018
2/11/2019
EACH OCCURRENCE $5,000,000
✓
EXCESS LIAR
CLAIMS -MADE
AGGREGATE $ $ 000 OOO
DED I I RETENTION $
$
B
WORKERS CMPENSATIONAND EMPLOYE RS' LIABILITY Y / N
ANYPROPRIETOR/PARTNERIEXECUTIVE
OFFICER/MEMBEREXCLUDED? Q
NIA
WC 21078340001
2/11/2018
2/11 /2019
STATUTE ERH
E.L. EACH ACCIDENT $1,000,000
_
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
(Mandatory in NH)
If yes, describe under
D
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $1,000,000
A
Contractor Pollution Liability
1000066843181
2/11/2018
2/1112019
$1,000,000 each Occurrence
$2,000,000 shared General Aggregate
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space Is required)
RE: Solicitation Number: RFQ17/18-33
City of Sanford
Finance Department- Purchasing Division
300 N. Park Avenue Suite 243
2nd Floor
Sanford FL 32771
ACORD 25 (2016103)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Stan Pavne
(c) 1988-2D15 AC[)Rn CARPARATI()M All rinhtc raaarvarl
The ACORD name and logo are registered marks of ACORD
43049586 1 18-19 Acord 25 1 Harty Hall 1 7/30/2018 6:50:41 AM (COT) I Page 1 of 2
Professional Liability -Errors and Omissions
PPM Consultants, Inc.
Carrier:
Starr Surplus Lines Insurance Company
Policy #
1000066843181
Effective:
February 11, 2018
Expiration:
February 11, 2019
Policy Trigger:
Claims Made
Limit of Insurance
$1,000,000 Each Occurrence subject to Package General
Aggregate Limit
$2,000,000
43049586 1 18-19 Acord 25 1 Marty Hall 1 7/10/2018 6:50:41 AM (CDT) I Page 2 of 2
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "C"
Conflict of Interest Statement
A. I am the Principal -in -Charge of PPM Consultants, Inc, with a local office in
[Insert Title] [Insert Company Name]
Altamonte Springs and principal office in Monroe, Louisiana
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/Dep artment/Office.
I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected
for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the
City in writing.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attaclynjmt "C", Conflict of Inert Statement, is truthful and correct at the time of submission.
AFFIANT SIGNATURE "
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
STATE OF
COUNTY OF �,
h ore m stru ent was a ut d efore this da o y 20 by
., as 1 ire ..f ..l - I who
personally swore or affirmed that—he/ sh i uthorized to execute this document and thereby bind the Corporation, and who is personally
known to me OR has produced as identification.
Mme® L. Adams
NOTARY PUBLIC
STATE OF FLORIDA
Comm# FF964249 UNOTA4R4ZV1C, State f , C
(stamp) ivExpires302M
�..�
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
`V'Failure to submit this form may be grounds for disqualification of your submittal`10
City of Sanford I Finance Department I Purchasing "6�I
Division
CITY or 300 N. Park Avenue Suite 243 2°1 Floor, Sanford Florida 32771
SANFORD 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 "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 Keith D. Pyron whose business address is
[Name of entity submitting sworn statement]
750 S Northlake Blvd, Suite 1012, Altamonte Springs FL 32701 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 72-1256279 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
C. My name is Keith D. Pyron and my relationship to the above is Principal -in -Charge.
[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:
1. 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-Collusio bying Certification, is truthful and correct at the time of submission.
AFPIAA SIGNATURE
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
Y
STATE OF
COUNTY OF
T e , ore m tru ent was a cuted befor a this day of E '' 20116by
as .� of ��`i. °� .- who
personally swore or affirmed that he/she i thorized to execute this document and the bind the Corporation, and who is ersonally
known has producedl as identification.
NOTARY PUSUC
STATE OF FLORIDA
249 NOTARY IC, State
Comm# FF984
(stamp) WAM
LMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal"O
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "E" Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFQ response.
In order to have a drug-free workplace program, a business shall:
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations
of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace,
any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement
specified in the first paragraph.
D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or
contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is
available in the employee's community, by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "E", Drug -Free lace Certification, is truthful and correct at the time of submission.
AFFIA T SIGNATURE
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
STATE OF
COUNTY OF
T e f re ing i rumept was e e to efore m tis da of 20 % b
i as i i A- Y o
who
ersonally swore or affirmed that he/she i a horized to execute this document and there bind the Corpo tion, and who is personally
known to meh odu L„ as identification.
NOTARY C
STATE OF FLORIDA
m"" ° t
com# FF964249 NOTARY P IC, Stite f _
(stamp) Expires, 3/61= _
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable)
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "F"
Price Proposal and Acceptance of Proposal Terms and Conditions
I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and
referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions
presented in the RFQ document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of
the RFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees
to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda,
if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Price Proposal and
Acceptance of Proposal Terms and Conditions. The signature(s) below 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: PPM Consultants, Inc.
Mailing Address: 750S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701
Telephone Number: 407.240.1127
4��'o'��',
P,
AtithoNed Signatory
Principal -in -Charge
Title
4Aem,,, STATE OFCOUNTY O
Fax Number:
Keith D. Pyron
Printed Name
ate
E-mail Address: keith.pyron@ppmco.com
FEIN: 72-1256279
%_7mt.
rt was *uted before this day of 2 by
as — a`�,r, I who
personally swore or affirmed that he/jhea horized to execute this document an ther d the Cor on, and who is personally
known to me OR has produced " as identification.
Mchelle L Adams -
NOTARY PUBLIC
"rr �
STATE OF FLORIDA NOTARY t LIC, Stat of d
(stamp) Comm# FF964249 � "P
Expires 3/6/2020
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
`2'Failure to submit this form may be grounds for disqualification of your submittal`O
CITY of
RD
FINANCE aEPART�T
City of Sanford I Finance Department I Purchasing
Division'��
300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
f '
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "G"
Addendum Receipt Acknowledgement Certification
The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each):
Addendum No. #1
Addendum No. #2
Addendum No. #3
Addendum No. #4
Addendum No.
Dated: June 5, 2018
Dated: July 11, 2018
Dated: July 20, 2018
Dated: July 26, 2018
Dated:
By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission.
Proposer/Contractor Name: PPM Consultants, Inc.
Mailing Address: 750 S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701
Telephone Number: 407.240.1127
Authorimed Signatory
Principal -in -Charge
Title
Fax Number: 407.240.1310 E-mail Address: keith.pyron@ppmco.com
Keith D. Pyron FEIN: 72-1256279
Printed Name
b 0
_—_ e
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
4P"Failure to submit this form may be grounds for disqualification of your submittal`10
f �
FINANCE DEPARTMENT
Cyt 4h
City of Sanford I Finance Department j
Purchasing Division
304 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5034 ( Fax: 447-688-5021 I Email:
IFB 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN
DATE: June 5, 2018
TO: All Bidders/Proposers
FROM: MarisolOrdonez
City of Sanford Purchasing Division
SUBJECT: IFB 17/18-33 Professional Consultiniz Se
ADDENDUM
#1
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum is
incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any
bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. QUESTIONS AND ANSWERS (Q&A)
The City has received the following question(s) concerning the solicitation:
QI. Would you be hiring architect as a prime consultant to manage all disciplines or is the City going
to hire each discipline separately?
Al. The City reserves the right to hire approved CCNA vendors for different task associated with the
same project.
Q2. , Is there a pre -proposal meeting associated with the above referenced RFQ?
A2. No.
Q3. Section 1.04 Minimum Requirements States that the City is seeking to establish and or update
Master Contracts for the acquisition of Professional Consulting Services. If a consultant currently
has an existing continuing contract with the City of Sanford will that consultant be required to
submit a proposal to have the Master Contract updated?
A3. No.
Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified
pursuant". How do we become pre -certified?
A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified
vendors.
Q5. For the RFQ 17/18-33 Professional Consulting Services, should proposers' responses follow the
order as outlined on page 9 (Section 2, D. Submission Deliverables, 1) or as outlined beginning
on page 16 (Section 5, 5.02 through 5.07)?
A5. Please follow page 16 Section 5. Page 9 Section 2, D. Submission Deliverables Sub Section 1,
CITY OF
Skz40RD
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email:
IFB 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
ADDENDUM
#1
A through F included in Tab A, Firms Qualifications and Experience; and G through L include in
Tab "F" Additional Information.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #1 to 11713 17/18-33 Professional Consulting Services- (CCNA)
PPM Consultants, Inc. keith.pyron@ppmco.com
Name of Firm/Company Contact Email
750 S Northlake Blvd, Suite 1012
Street Address
407.240.1127
Telephone Number
_ Keith D. Peron
Authorized Person Printed Name
Altamonte Springs, FL 32701
City, State, Zip Code
Fax Number
Principal -in -Charge
Authorized Person Title
Auth t
ized Person Sign ure Date 6f Sign ture
0 M L
( yr AFINANCE DEPARTMENT` !
DATE: June 11. 2018
TO: All Bidders/Provosers
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: 407-68&50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN,
FROM: MarisolOrdonez
City of Sanford Purchasing Division
SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #2
ADDENDUM
#2
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum is
incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any
bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. QUESTIONS AND ANSWERS (Q&A)
The City has received the following question(s) concerning the solicitation:
Ql. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each
discipline or may we combine into one?
Al. Combine into one.
Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you
confirm how many pages each section is to contain/how many pages the overall proposal is to be?
A2. Overall 50 pages.
Q3. Are we to sign and submit Attachment F?
A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the
proposal.
Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified
pursuant". How do we become pre -certified?
A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified
vendors, also based on the committee's evaluation of proposals.
Q5. Can you define soil for me? And if we qualify more than service do we have to submit a
proposal for each services?
A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field
please include in the proposal where it's required on Section S of the proposal.
Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master
Contract for architectural, engineering and surveying and mapping services?
A6. A list of contractors will be provided separately.
CITY OF
S,®12.D
FINANCE DEPARTMENT
City of Sanford ( Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
ADDENDUM
#2
Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I
just submit our qualifications for the project? If there are precert forms, can you direct me to
them? I'm not finding them on your website.
AT No additional documents to process for pre -certification. The committee will evaluate each
proposal based on the qualifications.
H. CLARIFICATIONS:
a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted
as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA.
b. Attachment "F" has been revised please complete and process with the proposal.
c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as
Additional Information.
d. GSA Form SF -330 has been broken down in sections, please follow Section S for instructions.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
PPM Consultants, Inc.
Name of Firm/Company
750 S Northlake Blvd, Suite 1012
Street Address
407.240.1127
Telephone Number
Keith Pyron
Authorized Person Printed Name
-5ee wl
Auth ized Person Sign ure
keith.pyron@ppmco.com
Contact Email
Altamonte Springs, FL 32701
City, State, Zip Code
Fax Number
Principal -in -Charge
Authorized Person Title
7/23/18
Date of Signature
I TITLE: PROFESSIONAL CONSULTING SERVICES
Issuance I Release Date: June 29, 2018
Legal Advertisement Date: Friday, June 29, 2017 (Orlando Sentinel)
To: All Prospective Proposers
From: Marisol Ordonez — Purchasing Manager
Dear Potential Proposer:
The City of Sanford, Florida, a municipal corporation existing under the laws of the State of Florida, herein after
also referred to as the "City", does hereby announce that it is accepting written proposals from all qualified firms
or individuals interested in providing the services generally described herein and as specified in the "Scope of
Services" of this Request for Qualifications (RFQ) document. The successful proposer(s) must demonstrate by
his/hers qualifications, experience, availability, approach, and work plan that he/she will best serve the overall
needs of the City.
If you are interested in preparing a response to this RFQ, please read requirements carefully and complete the
proposal in the manner as set forth in this RFQ document. Your response is considered a binding offer to perform
in the manner described in the proposal response and shall remain a firm offer for a period not to exceed one
hundred eighty (180) days from public opening. Also please be aware that, under the competitive proposal
process, the stipulations set forth herein are fully binding on the proposer to the extent that you confirm acceptance
by your signature on Attachment "F", Acceptance of Proposal Terms and Conditions.
There will not be a pre -proposal conference held for this project. Questions regarding this solicitation must
be received in writing at the address above no later than Tuesday, July 24, 2018 at 5:00 P.M. Local Time.
Responses to those questions considered material to the solicitation shall be distributed via formal addenda and
posted to the City of Sanford website: http://www.myvendorlink.com.
All proposers are advised that under Chapter 119, Florida Statutes, all responses are deemed a public
record and open to the public as provided for in said statute.
The City welcomes your response to this RFQ document. Proposals should be prepared in accordance with the
RFQ instructions and will be evaluated by the City as stated in the evaluation section 5 of this document. The
City reserves the right to waive any formalities, to reject any or all proposals or to re -advertise for proposals for
these services. The City may withdraw all or part of this RFQ at any time to protect the interests of the City. All
proposers are asked to be thorough yet concise in their response. Failure to provide the response in the manner
prescribed herein may be grounds for disqualification. Thank you for your interest in doing business with the
City of Sanford, Florida.
City of Sanford, Florida I Purchasing Division
City of Sanford I Finance Department I Purchasing
Division
C CITY of 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
SECTION 5. PROPOSAL RESPONSE, CRITERIA, AND EVALUATION POINT VALUES.
5.01 EVALUATION CRITERIA.
5.02 FIRM QUALIFICATIONS AND EXPERIENCE — TAB "A" (35 POINTS).
A. Letter of Transmittal. Provide a letter of transmittal, no longer than two (2) pages, signed by an
authorized representative of the proposer, including a brief description of your firm's location,
organization structure, and philosophy. (This section is not included in the overall proposal fifty
(50) page count)
B. Experience of Key Personnel. Identify and include qualifications of specific individuals to be
assigned to the project (include names, contact information, and resumes) and specify which
services each of the individuals will provide to the City.
C. Ability to Service the City and use of Sub -Contractors or Other Firms. List all prime and key
subcontractor firms.
D. NOTE: In order to provide the necessary information as requested pursuant to Section
5.02(B) and (C) above; please include GSA Form SF -330, Part I, Sections A, B, C, D, and E
under Tab "A" of your solicitation response.
E. Litigation. Please list any past and/or pending litigation or disputes relating to the work described
herein that your firm has been involved in within the last five (5) years. The list shall include each
project name and the nature of the litigation.
F. Financial Information. Provide an official letter from the proposer's financial institution
detailing the financial status of the proposer. The letter shall include a contact name, address,
phone number, and fax number. The failure to produce financial requirements may be grounds for
disqualification of your proposal response. Additional credit information, including but not
limited to; audited financial statements, pro forma issues, or annual reports may be requested from
the top-ranked proposers at the sole discretion of the City.
Evaluation Criteria
Tab Assignment
Category
Maximum Points
A
Firm's Qualifications and Experience
35
B
Similar Projects/References
25
C
Project Approach
25
D
RFQ Solicitation Response Required Forms
15
E
Additional Information
0
MAXIMUM TOTAL POINTS
100
5.02 FIRM QUALIFICATIONS AND EXPERIENCE — TAB "A" (35 POINTS).
A. Letter of Transmittal. Provide a letter of transmittal, no longer than two (2) pages, signed by an
authorized representative of the proposer, including a brief description of your firm's location,
organization structure, and philosophy. (This section is not included in the overall proposal fifty
(50) page count)
B. Experience of Key Personnel. Identify and include qualifications of specific individuals to be
assigned to the project (include names, contact information, and resumes) and specify which
services each of the individuals will provide to the City.
C. Ability to Service the City and use of Sub -Contractors or Other Firms. List all prime and key
subcontractor firms.
D. NOTE: In order to provide the necessary information as requested pursuant to Section
5.02(B) and (C) above; please include GSA Form SF -330, Part I, Sections A, B, C, D, and E
under Tab "A" of your solicitation response.
E. Litigation. Please list any past and/or pending litigation or disputes relating to the work described
herein that your firm has been involved in within the last five (5) years. The list shall include each
project name and the nature of the litigation.
F. Financial Information. Provide an official letter from the proposer's financial institution
detailing the financial status of the proposer. The letter shall include a contact name, address,
phone number, and fax number. The failure to produce financial requirements may be grounds for
disqualification of your proposal response. Additional credit information, including but not
limited to; audited financial statements, pro forma issues, or annual reports may be requested from
the top-ranked proposers at the sole discretion of the City.
TITLE: PROFESSIONAL CONSULTING SERVICES
5.03 SIMILAR PROJECTS — TAB "B" (25 POINTS).
A. To demonstrate experience and success in conducting similar work, the proposer shall complete
and submit GSA Form SF -330, Part I, Section F, G, and H concentrating only on those projects
completed with the last three (3) years. Please provide a minimum list of five (5) projects, where
multiple team members worked together, if possible, illustrating the proposed teams qualifications
for performance pertaining to this project. The City does not request nor require an amount greater
than ten (10) projects be submitted. Your firm will not be penalized if more than ten (10) project
are provided as part of your response; however, submitting more than ten (10) projects will not
provide your firm an advantage during the evaluation process.
1. Client name, address, phone, fax number and email address;
2. Description of all services provided;
3. Performance period; and,
4. Total annual amount of contract.
5. References: Proposers must list five (5) references resulting from projects which were
performed within the last three (3) years. Proposers shall complete and submit with their
response Attachment "I", References.
B. Describe any significant or unique awards received or accomplishments made in previous, similar
projects.
NOTE: Please do not include projects completed or currently underway with the City of Sanford.
5.04 PROJECT APPROACH — TAB "C" (25 POINTS).
A. State your firm's technical approach to the project and the interpretation of the scope of services
required.
B. Define the adequacy of resources, including personnel, labor, equipment and supply resources,
and other requirements to provide the requested services.
C. Provide a clear statement of the specific services and tasks to be performed. Include information
concerning each task and staff committed to accomplish each task.
D. Provide a typical response time and/or project implementation schedule for proposed services
including any management and planning strategies.
E. Provide information regarding any proposed innovative concepts that may enhance the value and
quality of the services to be performed.
5.05 _RFQ SOLICITATION RESPONSE REQUIRED FORMS — TAB "D" (15 POINTS).
Proposers shall include all applicable and duly executed forms under this section.
A. Insurance Certificates. Provide copies of your current liability and workers' compensation
Certificates of Insurance. The successful proposer(s) will be required to provide Certificate(s) of
TITLE: PROFESSIONAL CONSULTING SERVICES
Insurance evidencing coverage as required in Attachment "B", Insurance Requirements within
five (5) business days of the notification of intent to award. Note: Policies other than Workers'
Compensation shall be issued only by companies authorized to conduct business in the State of
Florida, with active certificates of authority issued by the State of Florida, Department of
Insurance.
B. Conflict of Interest. Proposers must provide disclosure of any potential conflict of interest due
to any other clients, contracts, or property interests for this project only. Proposers must complete
and submit with their response Attachment "C", Conflict of Interest Statement and have it
notarized certifying that no member of your firm ownership, management, or staff has a vested
interest in any aspect of this solicitation or any department within the City of Sanford.
C. Non-Collusion/Lobbying Certification. Proposers must complete and submit with their response
Attachment "D", Non-Collusion/Lobbying Certification and have it notarized.
D. Drug Free Workplace Certification. If applicable, Proposers must complete and submit with
their response Attachment "E", Drug Free Workplace Certification and have it notarized.
E. Acceptance of RFQ Terms and Conditions. Proposers shall complete Attachment "F"
Acceptance of Proposal Terms and Conditions Certification and have it notarized. An
authorized signatory shall sign [page 7 of the Addendum #2] attesting to knowledge of scope of
services, committing to the prices as negotiated, and acceptance of the terms and conditions. This
form must be notarized. As stewards of public funds, the City maintains all adopted budgetary
parameters in the performance of its contracts. The ability of the successful proposer to maintain
a sense of fiscal responsibility shall be favorably considered in the evaluation of proposals.
F. Addenda Acknowledgement. If applicable, Proposers must complete and submit with their
response Attachment "G", Addendum Acknowledgement.
G. Corporate Standing and Authorized Signatories. Proposers must provide a copy of the State
Certificate of Good Standing/Articles of Incorporation listing the officers of the company. Please
complete and comply with Attachment "H", Organizational Information and provide one of
the forms of evidence of Signatory Authority listed in Section III, (I) Corporate Standing and
Authorized Signatories.
H. Local Business Tax Receipt. Provide a copy of your Local Business Tax Receipt. In accordance
with section 205.065, Florida Statutes, a current Department of Professional Regulation certificate
may be provided in lieu of a Local Business Tax Receipt, with a copy of the corresponding
Occupational License of the home state, county, or city.
I. Proof of Licenses/certification. Please include copies of applicable licensure/certification,
including; but not limited to:
1. Provide proof of proper State of Florida business licensure and professional
certification(s)/registration(s) in the State of Florida.
2. Provide proof of corporate registration to operate in the State of Florida by the Department
of State, Division of Corporations. Information concerning certification can be obtained
at: http://dos.myflorida.com/sunbiz/. Please note: certification must be on active status
only
J. W-9 Form. Proposers that have not done business with the City or have not provided a W-9 within
TITLE: PROFESSIONAL CONSULTING SERVICES
the last two (2) years must submit a W-9 with their proposal.
K. GSA SF -330 Form- Proposer shall complete GSA -SF -330 Form as outlined in the solicitation
document and submit with their response. However, please include GSA Form SF -330- Part II
under Tab "D" of your solicitation response. Non-inclusion of this form completed shall deem
your proposal as non-responsive and as such will be removed from further consideration.
5.06 ADDITIONAL INFORMATION — TAB "E" (0) POINTS.
Proposers may include a section for appendixes including promotional material or supporting
documentation not otherwise requested herein. Please clearly designate this section in your response.
This will be for informational purposes only.
THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK
MASTER AGREEMENTS
ARC
Master Agreement on File
Roof Design
Ardaman and Associates
Master Agreement on File
Geo, Engineering
GeoData
Master Agreement on File
Engineering, Geotech
SMW GeoSciences, Inc
Master Agreement on File
Env., en g ser, geo, land dev
Universal Engineering
Services
Piggyback- plans review
Env., eng ser, geo, land dev
Prequalified -items indicated
AVCON
Master Agreement on File
Full Service
CPH Engineering, Inc
Master Agreement on File
Full Service
Neel Schaffer, Inc
Master Agreement on File
Full Service
Woolpert, Inc.
Master Agreement on File
General
Reiss Engineering
Master Agreement on File
General
GAI
Master Agreement on File
Engineering, Landscape Arch
Brown and Caldwell
Master Agreement on File
Utility, Water Resource
Hazen and Sawyer
Master Agreement on File
Water and Wastewater Eng
PSI -Professional Service
Industry
Master Agreement on File
Water supply, env,
hydrogeological
HHI Design
Master Agreement on File
Landscape Architecrtural
Burke, Hogue and Mills
Master Agreement on File
Architectural and Engine2rin
GLE Associates
Master Agreement on File
Architectural
DJ Design Services
Master Agreement on File
Architectural, Planning
Littlejohn Engineers
Master Agreement on File
General, Planning
Southeastern Surveying &
Mapping Corp
Master Agreement on File
Surveying and mapping
AECOM
Full Service
Applied Sciences
Srmwtr,env,civil, geo
ARC
Master Agreement on File Roof Design
Ardaman and Associates
Master Agreement on File Geo, Engineering
AVCON
Master Agreement on File Full Service
Pre Qualified Firms
AECOM
Full Service
Applied Sciences
Srmwtr,env,civil, geo
Barnes, Ferland &
Associates, Inc BFA
Surveying and mapping
BCC Engineering, Inc
Planning
Chen Moore & Associates
Full Service
Cribb Philback Weaver
Group CPWG
Surveying and mapping
Dewberry
Full Service
En land Thims & Miller, Inc
Environmental Consulting &
Technology, Inc ECT
Srmwtr,env,civil, geo
E -Sciences
Srmwtr,env,civil, geo
Graef
Plannin
HSA Golden Engineering
Environmental Solutions
Env., eng ser, geo, land dev
Kadrmas, Lee & Jackson, Inc
KLJ
Water sup, hydrogeological
Lunzt Prebor Fowler
Architects
Architectural
PPM Consultants
Srmwtr,env,civil, geo
Terracon
Srmwtr,env,civil, geo
Tindale Oliver Desig n
Planning
TLP Engineering Consulting
Services, Inc
Drainage, Utilities
Universal Engineering
Services
Env., eng ser, geo, land dev
Vanasse Hangen Brustlin, Inc
VHB
Planning
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "F"
Acceptance of Proposal Terms and Conditions
I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions
stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide
by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in
Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding
and acceptance of all the terns and conditions set forth in this RFQ document or as otherwise agreed to between the parties
in writing.
Proposer/Contractor Name: PPM Consultants, Inc.
Mailing Address: 750S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701
Telephone Number: 407.240.1127 Fax Number:
A thor ed Signatory
Principa in -Charge
Title
Keith D. Pyron
Printed Name
7-23-18
Date
E-mail Address: keith.pyron@ppmco.com
FEIN: 72-1256279
STATE OF P
COUNTY OF
f g before t 's of�Lk
20 by
T � ojmg n e t was e t d .w -P-- who
personally swore or affirmed that he/she i horized to execute this document and there bind the EorpAora'n, and who is personally
known to me OR has produced as identification.
AAIc L AdamNOTARY PUBLIC &_.-
STATE OF FLORIDA NOTARY PUBLIC, State of r
(stamp) Cama FF984?49
Ex0r9s 3I61M
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'Failure to submit this form may be grounds for disqualification of your submittal`1'
ILFINANCE DEPARTMENT
DATE: July 20, 2018
TO: All Bidders/Proposers
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES
FROM: MarisolOrdonez
City of Sanford Purchasing Division
SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #3
ADDENDUM
#3
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum is
incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any
bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. QUESTIONS AND ANSWERS (Q&A)
The City has received the following question(s) concerning the solicitation:
Q1. Request for Clarification- is the letter of interest limited to 2 pages (5.02A) or 3 pages (2.01 D. La)?
Al. 2 pages per section 5.02A only.
Q2. Request for Clarification- Are the total number of pages limited to 50 pages (3.07) or 30 pages
(5.02A)?
A2. This answer was posted on Addendum #2, 50 page count is not including the attachments or the
letter of interest.
Q3. Request for Clarification- is the standard form 330 to be included as attachment, or should the
entire response be formatted as an SF330? If it is to be included as an attachment, will it be
included in the page count.
A3. SF 330 is part of the 50 page count read Section 5 for instructions.
Q4. Can you please share who is on the selection committee?
A4. No, the City has not selected the committee members.
Q5. Are the SF330 forms included in the 50 page count limit?
A5. Yes.
Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel?
A6. Yes. Included in Tab "A" (read addendum #1 question #5).
Q7. Are the required forms- Tab D included in the 50 page count limit?
A7. No. The attachments are not part of the 50 page count.
City of Sanford I Finance Department
Purchasing Division
CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM
Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: ORD
urchasin unfordfl. ov #3
FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
Q8. Could you please share who are the incumbents with current contract with the City for these
services?
A8. See addendum #2 a master contract list has been provided.
Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the
submittals, or would those services be provided under separate City contracts on a project
specific basis?
A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process
will the proposal.
Q10. Section 2.01A states that "It is noted there are a number of disciplines listed in which related
services will not be needed or used by the City at a level which predicates the need for
establishment of a Master Contract. Therefore, since preparing a response requires time and
effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at
407.688.5028 for guidance or information regarding applicability of their firm's specialty(s) to
the needs of the City. " Can the City please confirm whether a Master Contract will be needed or
used for the following listed disciplines: storm -water, environmental, and solid waste?
A10. Yes, please process your proposal if you are interested in providing the above services.
Q11. If applicable in consideration of the answer to the previous question, can the City provide budget
information and/or capital project plans for projects expected for the Storm -water,
Environmental and Solid Waste categories?
A.11 Please click on the link to review the proposed budget for FY 2019
http://www.sanfordfl. og v/departments/fiinance/budget-information/2019-buds
Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A
(3.08A) or Tab D (5.05 A and H)?
A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go
under Tab A- The City Attachment "B" Insurance Requirement form should be place in Tab D
per Section S.05.
Q14 Request for Clarification - Is the Standard Fonn 330 to be included as an attachment, or should
the entire response be formatted as an SF330? If it is to be included as an attachment, will it be
included in the page count?
A14. Yes, included in the page count. Read Section 5 for instructions.
Q15. I read addendum Q3 & A3; however, I'd like to verify if our contract does or does not require us
to resubmit for this RFQ?
A15. If you have an existing contract with the City you do not have to resubmit. However, if the
contract has an expiration date and has not been renewed recommendations are to resubmit a
proposal.
Q16. If we will be proposing for more than one service and the City wishes that we combine those
disciplines into one proposal, could the City outline how that proposal should be organized?
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN.
ADDENDUM
#3
A16. Please use Tab "F" Additional Information to add the additional disciplines.
Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1
and nowhere else in the proposal?
A17. Yes, however, insert in Tab "A" per Section S.
H. CLARIFICATIONS:
a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been
provided, please review and executed and process with the proposal.
b. Read Section S for special instructions on SF 330 form.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
PPM Consultants, Inc. keith.pyron@ppmco.com
Name of Finn/Company Contact Email
750 S Northlake Blvd, Suite 1012
Street Address
407.240.1127
Telephone Number
Keith D. Pyron
Authorized Person Printed Name
Altamonte Springs, FL 32701
City, State, Zip Code
Fax Number
Principal -in -Charge
Authorized Person Title
o.7 1-311Zg
Auth6lized Person Si ture Date of Signature
<,kc)
CITY OF
,= .,
�►, # rFINANCE DEPAUMENT,
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN,
Attachment "K"
Pronosed Schedule of Subcontractor Particination
ADDENDUM
#3
0 No Subcontracting (of any kind) will be utilized on this project.
Solicitation Number: RFQ 17/18-33
Title: Professional Consulting Services (CCNA)
Total Project Amount: $
Subcontractor Minority
Code (if applicable)
Company Name
Address Phone, Fax, Email
Trade, Services or
Materials portion to be
subcontracted
Percent (%) of
Scope/Contract
Federal ID
Dollar Value
H
59-2639733
Ambient Technologies, Inc. Phone: (727)209-2334
4610 Central Ave. Fax: (727) 328-2477
St. Petersburg, FL 33711-1042
Driller, GPR
3%
$15,000
W
45-5554283
American Environmental Consulting
9009 Terrace Oak Ct. Phone: (407) 718-880
Windermere, FL 34786 Fax: (407) 957-9237
Phase I ESAs
1%
$5,000
W
59-3061371
Clarknvironmenta , Inc. one:
755 Prairie Industrial Pkwy. Fax: (863) 425-2854
Mulberry, FL 33860
Soil and groundwater disposal
1%
$5,000
27-0996498
Groundwater Protection Phone: (407) 426-788EDriller,
2300 Silver Star Rd. Fax: (407) 426-7586
Orlando, FL 32804
DPT
1%
$5,000
SDVBE
20-1387597
Petroleum Resources and Development, Inc.
2460 N. Courtenay Pkwy., #112 Phone: (321) 986-6026
Merritt Island, FL 32953 Fax: (321)Q86-6036
Construction, reradiation,
tank removal
1
5%
$25,000
PERCENTAGE
TOTALS FOR SUBCONTRACTOR
PARTICIPATION
1 11%
PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION
1 $55,000
Minority Code
Code Description
Minority Code
Code DeseqtionAA
African American
NA
Native AmericA
Asian/Pacific Islander
W
Woman
H
His anic
SDVBE
Service Disabl
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: PPM Consultants, Inc.
Mailing Address:
750 South Northlake Boulevard, Suite 1012 Altamonte Springs, Florida 32701
(407) 240-1127
Telephone Number: �--� Fax Number:
(407) 240-1310 E-mail Address: Keith.pyron@ppmco.com
, Keith D. Pyron
Auth 'zed Signatory
Principal -in -Charge
Printed Name
July 31, 2018
FEIN: 72-1256279
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal"O
CITY OF
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN.
Attachment "K"
Pronnsed Schedule of Subcontractor Particination
ADDENDUM
#3
No Subcontracting (of any kind) will be utilized on this project.
Solicitation Number: RFQ 17/18-33
Title: Professional Consulting Services (CCNA)
Total Project Amount: $
Subcontractor Minority
Code (if applicable)
Company Name
Address Phone, Fax, Email
Trade, Services or
Materials portion to be
subcontracted
Percent (%) of
Scope/Contract
Federal ID
Dollar Value
AA
Southern Research Laboratories, Inc.
2251 Lynx Lane, Suite 1 Phone: (407) 522-7100
Orlando, FL 32801 Fax: (407) 522-7043
Laboratory
3%
59-3066868
$15,000
23-2919996
TestAmerica Laboratories Phone: (813) 885-7427
6712 Benjamin Rd., #100 Fax: (813) 885-7049
Tampa, FL 33634-4403
Laboratory
1%
$5,000
PERCENTAGE
TOTALS FOR SUBCONTRACTOR PARTICIPATION
4%
PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION
1 $20,000
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: PPM Consultants, Inc.
Mailing Address: 750 South Northlake Boulevard, Suite 1012, Altamonte Springs, Florida 32701
Telepbone Number: (407 127 Fax Number: (407) 240-1310
9�4� Keith D. Pyron
Authbt*zed Signatory Printed Name
Principal -in -Charge July 31, 2018
E-mail Address: Keith.pyron@ppmco.com
FEIN: 72-1256279
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
O'Failure to submit this form may be grounds for disqualification of your submittal` O
FINANCE DEPARTMENT
DATE: July 26, 2018
TO: All Bidders/Pronosers
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
FROM: MarisolOrdoiiez
City of Sanford Purchasing Division
SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #4
ADDENDUM
#4
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum is
incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any
bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. QUESTIONS AND ANSWERS (O&A)
The City has received the following question(s) concerning the solicitation:
Q1. Disputes Disclosure Form- Section 00452, Florida Statutes on Public Entity Crimes Section
00435-3, Certificate of Non -Segregated Facilities Section 00450, Compliance with the Public
Record Law Section 00438,
Al. Please include the additional documents in Tab "D" with the attachments.
Q2. Tab `D" F Addendum Receipt Form acknowledges receipt of all addenda. Should we also include
copies of each Addenda signed.
A2. Yes, each addendum must be included and executed as acknowledging addendums, include in Tab
«D„
Q3. Please provide Clarification: Per Section 5.02 D "Financial Information", an official letter from
the proposer's financial institution detailing the financial status of the proposer is required. Is this
letter to be obtained from the proposer's Bank? If so, what sort of information would qualify as
"detailing the financial status"? A3. SF 330 is part of the 50 page count read Section S for
instructions.
A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order
and/or no delinquent accounts etc., (see sample page three (3) below);
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email:
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)
PPM Consultants, Inc.
Name of Firm/Company
750 South Northlake Boulevard, Suite 1012
Street Address
(407) 240-1127
Telephone Number
Keith D. Pyron
Authorized Person Printed Name
Au orized Person S' ature
Keith.pyron@ppmco.com
Contact Email
Altamonte Springs, Florida 32701
City, State, Zip Code
(407) 240-1310
Fax Number
Principal -in -Charge
Authorized Person Title
July 30, 2018
Date of Signature
Bank
Date:
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCN,
Bank Reference Letter Format (Sample)
To,
State Administration of Industrial & Commerce,
We are hereby confirm that
bank.
ADDENDUM
#4
(company name) is a valued customer of our
Our relations has been entirely satisfactory. We consider the client to be respectable.
This information is given in strict confidence and without any responsibility, howsoever arising, on the part of
the Bank or its officers.
Yours faithfully,
Print name of officer:
Authorized Signature
The letter should be
1. In its original format
2. Singed by a responsible member of the bank
3. Bank letterhead
4. Name, address, fax and telephone number of the institutional bank
Wording of bank reference letter must be mentioned things like: good standing, satisfactory, or respectable
etcetera.
3
Altomonie Springs
City of Altamonte Springs
225 Newburyport Avenue
Altamonte Springs, Florida 32701-3697
407-571-8116
PPM CONSULTANTS INC
ROMAN DIXON
750 NORTHLAKE BLVD 1012
ALTAMONTE SPRINGS FL 32701
Altomonte Springs
BUSINESS TAX RECEIPT
Provision: Ordinance No. 1570-07
Business Control 0031730
No.:
Business Name: PPM CONSULTANTS INC
ROMAN DIXON Expires: September 30, 2 018
Business 750 NORTHLAKE BLVD 1012
Address:
ALTAMONTE SPRINGS FL 32701
RECEIPT NO.
CLASS DESCRIPTION
FEE
PENALTY
18-00118441
ADMINISTRATIVE OFFICE
$ 90.30
$ 0.00
18-00118442
SEMINOLE COUNTY REGULATED
$ 45.00
$ 0.00
Restrictions:
a44
City Clerk
WARNING: THIS DOCUMUT IS PAINTED ON SECURITY WATE D RAPER AND CONTAINS 6ECURTTY FIBERS.
DO NOT ACCEPT WITHOUT VEREFYING THE PRESENCE OP T11E WAT
w THE DOCUMENT FACE CONTASNS A SECURITY BACKGROUND. TWE FACE CONTAINS A SPEC(AL LINE
MRH TEXT `C4TY OF ALTAMONTE SPRINGS'.
ctat v/jirlctl trcPx' of f"Jortelo iaeInip,
QeePartment of State / Division of Corpor i s / Search Records / tail y pocument Numbat /
Foreign Profit Corporation
PPM CONSULTANTS, INC.
EM09 Information
Document Number
F99000003205
FEI/EIN Number
72-1256279
Date Filed
06/17/1999
State
LA
Status
ACTIVE
Last Event
CANCEL ADM DISS/REV
Event Date Filed
10/15/2007
Event Effective Date NONE
Principal Address
5555 Bankhead Highway
Birmingham, AL 35210
Changed: 04/26/2016
Mailing Address
5555 BANKHEAD HIGHWAY
BIRMINGHAM, AL 35210
Changed: 10/15/2007
Registered gent Name & Address
COGENCY GLOBAL INC.
115 North Calhoun St.
Suite 4
Tallahassee, FL 32301
Name Changed: 05/03/2012
Address Changed: 07/07/2015
Officer/Director Detail
Name & Address
Title President
PYRON, KEITH
30704 SARGEANT E.I. BOOTS THOMAS DRIVE
Spanish Fort, AL 36527
MCCOVVN.MICHAEL D
555580NKHB0HIGHWAY
BIRMINGHAM, AL35210
Title Secretary
PERRY, L. TODD
1OODU\MYLANE
MDNROE.LA71201
Title Treasurer
Plummer, Charles
18UULamy Lane
Monroe, LA 71201
Annual pDAx
Report Year
Filed Date
2016
04/28/2016
2017
04/26/2017
2018
04/25/2018
Document Images
04/2512018 —ANNUAL REPORT
View image in POF format
04/2612017 — AbINUAL SEPOR
View image in PDF format
04/26/2016 — ANNQALjJEEgBT
View image in PDF format
View image in PDF format
OA/0712
View image in PDF format
0311 9f2013 — ANNUAIJY=
View image in PDF format
05/0312012 — R , gent Cho ge
View image in PDF format
03/28=1 2 — ANNUAL REPORT
View image in PDF format
02/2812011 —ANNUAL REPQRT
View image in PDF format
9211512919—A�NUAL REPORT
View image in PDF format
04/1M009 —ANNUAL REPQRT
View image in PDF format
QMa/2008 —ANNUAL REPORT
View image in PDF form at
10/15/2007 — REINSTATEMENT
View image in PDF format
01/31L2Q06 —ANNUAL REPOR
View image in PDF format
01/2012005 —ANNUAL REPORT
View image in PDF format
08/23/2004 — ANNUAL REPORT
View image in PDF format
91/2412003 — ANhWALREF-M
View image in PDF format
QZ2W2Q2Z--6NNUALBR=
View image in PDF format
04/1212001 — ANNUAL REPORT
View image in PDF format
96/07/2000 — Ngmq—Qbwge
View image in PDF format
00/0712000 — R . gent Cha g2
View image in PDF format_
07/2Q12000 — ANNUA� REPORT
View image in PDF format
06/17/1999 — Fo n Profit View image in POF format
-CITY OF
A
FINANCE DEPARTMENT
Q
�o �n
SECTION 00452
DISPUTES DISCLOSURE FORM
Answer the following questions by answering "YES" or "NO". if you answer "YES", please explain
in the space provided, please add a page(s) if additional space is needed.
Has your firm, or any of its officers, received a reprimand of any nature or been suspended
by the Department of Professional Regulation or any other regulatory agency or
professional association within the last five (5) years? N (Y/N)
2. Has your firm, or any member of your firm, been declared in default, terminated or
removed from a contract or job related to the services your firm provides in the regular
course of business within the last five (5) years? N (Y/N)
Has your firm had filed against it or filed any requests for equitable adjustment, contract
claims or litigation in the past five (5) years that is related to the services your firm provides
in the regular course of business? N (Y/N) Note: If yes, the explanation
must state the nature of the request for equitable adjustment, contract claim or litigation,
a brief description of the case, the outcome or status of suit and the monetary amounts or
extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement
or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further
consideration of the project identified.
PPM Consultants, Inc.
Iir
e of Authorized Kepresentative D e
Keith D. Pyron, Principal -in -Charge
Printed or Typed Name and Title of Authorized Representative
END OF SECTION
RFQ 17118-33 CCNA-Professional Consulting Services
Due July 31, 2018 at 2:OOPM
00452-1
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
I TITLE: PROFESSIONAL CONSULTING SERVICES
Section 00435-3
Florida Public Entity Crimes Statement
SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN
THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act
(CCNA) Professional Consulting Services.
B. This sworn statement is submitted by PPM Consultants, Inc. whose business address is
[Name of entity submitting sworn statement]
750 S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 72-1256279 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
C. My name is Keith D. Pyron and my relationship to the above is Principal -in -Charge
[Please print name of individual signing]
D. I understand that a "public entity crime" as defined in section 287.133(I)(g), Florida Statutes, means a violation of any state or
federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or
with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
E. I understand that "convicted" or "conviction" as defined in section 287.133(l) (b), Florida Statutes, means a finding of guilt or
a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record
relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or
entry of a plea of guilty or nolo contenders.
F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means:
A predecessor or successor of a person convicted of a public entity crime; or
An entity under the control of any natural person who is active in the management of the entity and who has been
convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by
one person of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one
person controls another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an
affiliate.
G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity
organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which
bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or
applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this
sworn statement. [Please indicate with a check mark (✓) which statement applies].
Rev 03/2018
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
0CITY OF Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021
�/f FINANCEl V1TMENT CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
TITLE: PROFESSIONAL CONSULTING SERVICES
X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public
entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies].
_ There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of
Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did
not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.]
_ The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court
of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The
final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate
from the convicted contractor list. [Please attach a copy of the final order.]
_ The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending
with the State of Florida, Department of Management Services.]
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided
in, Public Entity Crimes Statement Section 00453-3, is truthful and correct at the time of submission.
AF IA T SIGNATURE
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
r
STATE OF
COUNTY OF
e f reggigg men was ase cuted before a this day of (A.. 2016by
I 'i B0- �, ° of who
personally swore or affirmed that he/she is auth >. ed to execute this document and thereby bin the Corporation, and who is
personally known to me OR has produced. as identification.
M theft L Adams
NOTARY PUSUC
STATE OF FLORIDA
(stamp) Comm# FF9642`'l9 NO' Y P IC, State Of
i Expires 316/2020
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
`IP" Failure to submit this form may be grounds for disqualification of your submittal" O
Rev 03/2018
License Menu (login.licenseMenu)
/�. a� � t r
� � e' � •
i / � ilk !
f[ �
License Issued To
PPM CONSULTANTS, INC.
D
License Status:
Page 1 of 1
Main Menu I Update Profile I LoporfI Contact Us
of Authorization #8314 Logged in as Plummer, Charles Richard
License Menu
Select the function you wish to perform.
License Issued To
PPM CONSULTANTS, INC.
Press "Back" to return to the main menu.
License Status:
Current
Originally Licensed On:
09/10/1999 (mm/dd/yyyy)
Expires On:
02/28/2019 (mm/ad/yyyy)
Modifiers:
Corporation
_.,_..___... _ ..... _ _ __._.
09/10/1999 (mm/dd/yyyy)
_ ... _
Functions
Address Chanoe
Remi2ye This t 1cense From My Account
Back
The State of Florida is an WEED employer. Coo -plat 2007-2n 'Vii pf Florida Priv�tamont
Under Florida law, email addresses are public records. If you do not want your e•mall address released In response to a public -records request, do not send electronic mall to this entity. Instead, contact the office by phone
or by tradltional mall. If you have any questions, please contact 850.487.1395. -pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the
Department with an email address If they have one. The emalls provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal
address, please provide the Department with an email address which can be made available to the public.
Please see our Chaptar 455 page to determine If you are affected by this change.
https://www.myfloridalicense.com/datamart/licenseMenuFLDBPR.do?index=0 3/6/2017
City of Sanford I Finance Department I Purchasing
Division
CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771
SANFORD 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 "H" Organizational Information
The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers.
In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing
this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include:
A. A copy of the Articles of Incorporation listing the approved signatories of the corporation.
B. A copy of a resolution listing the members of staff as authorized signatories for the company.
C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company.
TYPE OF ORGANIZATION
(Please place a check mark (✓) next to ap icabletype)
X
Corporation
Partnership
Non -Profit
Joint Venture
Sole Proprietorship
Other (Please specify)
State of Incorporation
Louisiana
Principal Place of Business
(Enter Address)
750 S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701
Federal I.D. or Social Security
Number
72_1256279
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: PPM Consultants, Inc.
Mailing Address: 750 S Northlake Blvd, Suite 1012, Altamonte Springs, FL 32701
Tele h e Number: 407.240Al 27 Fax Number: E-mail Address: keith.pyron@ppmco.com
D_
I. Keith Pvron FEIN:72-1256279
Author ed Signatory Printed e
T62
Principal-in-Charge
Title ate
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal`s
CITY OF
Ski4FORD
FINANCE DEPARTMENT
SECTION 00450
CERTIFICATION OF NON -SEGREGATED FACILITIES FORM
The Bidder certifies that no segregated facilities are maintained and will not be maintained
during the execution of this contract at any of its establishments.
The Bidder further certifies that none of its employees are permitted to perform their services at
any location under the Bidder's control during the life of this contract where segregated facilities
are maintained.
The Bidder certifies further that it will not maintain or provide for its employees any segregated
facilities at any of its establishments, and that he will not permit his employees to perform their
services at any location, under his control, where segregated facilities are maintained.
As used in this certification, the term "segregated facilities" means any waiting rooms, work
area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race, creed, color or national origin,
because of habit, local custom, or otherwise.
The Bidder agrees that (except where it has obtained identical certification from proposed
subcontractors for specific time periods) it will obtain identical certifications from proposed
subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such
certifications in its files.
PPM Consultants, Inc.
Keith D. Peron, Principal -in -Charge
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
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act
(CCNA)
Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM
SECTION 00438
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
1. If and when the City of Sanford transmits records to the ContractorNendor
which are exempt from public disclosure, the ContractorNendor shall execute an
"Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard"
which will be provided with the exempt records. A sample form is attached for the
bidder/proposer's information.
11. Upon award recommendation or 30 days after opening, it is understood that all
submittals shall become "public -records" -and shall be subject to public disclosure
consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the
Constitution of the State of Florida, and other controlling law (collectively the "Public
Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to
a competitive solicitation and provides notice of its intent to reissue the solicitation, the
replies remain exempt from disclosure until the City provides a notice of intent to award
or withdraws the reissued solicitation. If no award is made, responses are not exempt
for longer than 12 months after the initial notice rejecting all responses.
Proposers/Bidders must invoke the exemptions to disclosure provided by law as
applicable to the response to the solicitation, must identify the data or other materials to
be protected, and must state the reasons why such exclusion from public disclosure is
necessary. The submission of a proposal authorizes release of your firm's credit data to
the City.
If a Proposer/Bidder submits information exempt from public disclosure, the
Proposer/Bidder must specifically and in detail identify with specificity which
pages/paragraphs of their bid/proposal package are exempt from the Public Records
Laws, identifying the specific exemption under the Public Records Laws that applies to
each. The protected information must be submitted to the City in a separate envelope
marked accordingly.
By submitting a response to this solicitation, the Proposer/Bidder agrees to defend,
indemnify and hold the City harmless in the event the City litigates the public records
status of the Proposer's/Bidder's documents this provision including the obligation to
pay the full legal costs of the City including, but not limited to, attorney's fees, court
costs, and any and all other charges, regardless of what level of trial or appeal.
00438-1
Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act
(CCNA)
Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM
PPM Consultants, Inc.
Proposer/Bidder
Sigrfatuliq of Authorized-Replsentative (Affiant)
Keith D. Pyron, Principal -in -Charge
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF 1 A
STATE OF FLORIDA
On this -= day of, 20, bef r , t un red otary Public of the
State of Florida, personally appeared
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
produced, as identificatio,p., _ 1,
(Notary Public in
I seal. He/she is personally known to me or has
for tie County an¢ State Aforementioned)
0
ALmd,ellleL.Adams My commission expires:_
NOTARY PUBLIC
STATE OF FLORIDA
Comm# FF964249
Expires 31612020
00438-2
END OF SECTION
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
IV* Failure to submit this form may be grounds for disqualification of your submittal"w
� � W
um ,
d
Florida Board of Professional Engineers
269 North Monroe Street, Suite'B-172
Tallahassee, FL 32303-5268
i
i
PPM Consultants, Inc.
750:SOUTH NORTHLAKE BLVD STE 1012 .
ATTN: ROMAN DIXOZ`]
ALTAMONTE SPRINGS, TL 32701
a
r
Each licensee is solely responsible -for notifying the 'Florida Board of Professional Engineers
in writing thelicensee's,current address.
, a
Name changes require legal documentation showing.name change; An original, a`certified`
copy,,or a duplicate of an original or certified` copy of a document which shows the, legal name
change wit be, accepted' unless there is a question about the authenticity of the document
raised on itstface, or because the genuineness of the document is uncertain, or because of
another matter related to the application.
At least 90 days prior to'the expiration date shown on this license, a notice of renewal will be
sent to your last known address. Ifyou,have not yet receiged.your notice 60 days prior to the
expiration date, please call (850) 521-4500, or write, Florida Board of Professional Engineers,
2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail:
board@fbpe.org." Our website address is http://wwwfbpe.org
City of Sanford I Finance Department ( Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771 CITY OF Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT III
SORD 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:
The correct name of the Company is: PPM Consultants, Inc.
a. FEI/EIN Number 72-1256279
b. Trade Mark Name PPM Consultants, Inc.
2. If offeror is a corporation or LLC, answer the following:
a. Date of Incorporation December 11, 1993
b. State of Incorporation Louisiana
c. Chief Executive Officer—Name and Title Keith D. Pyron, Principal and President
d. Vice President Name Michael McCown
e. Secretary's Name L. Todd Perry
f. Treasurers Name Roman Dixon, CFO —
g. Name and address of Florida Resident AgentAm_y Guilfoyle, 750 S Northlake Blvd Suite 1012, Altamonte Springs,
FL 32701
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? 25
7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the
Proposal/Bid. Please attach certificate of competency and state registration.
Included
8. Complete Attachment "J" Reference form and submit with the Proposal as reference.
THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS
QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH
INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT
MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO
REJECT THE BID OR PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT.
— A�W' 0.
AF IA SIGNATURE
Keith D. Pyron
Typed Name of AFFIANT
Principal -in -Charge
Title
r
STATE OF
COUNTY OF
T oreg o' f =t was e
as
persona ly swore or affirmed that he/she is
personally known to me OR has produced _
Mkt L Adams
NOTARY PUBLIC
(stamp) STATE OF FLORIDA
Comm# FF964249
Expires 3/M20
to execute this document and thereby bind the Corporation, and who is
as identification.
ms'µ
NOTARY PUMLIC, Stat of
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`V'Failure to submit this form may be grounds for disqualification of your submittal`s
1. SOLICITATION NUMBER (Ifany)
ARCHITECT -ENGINEER QUALIFICATIONS
RFQ 17/18-33
PART 11- GENERAL QUALIFICATIONS
(If a finn has branch offices_ cmmnlete far each snarifir. hranrh of *rP sPPkinn wnrk I
2a. FIRM (or Branch Office) NAME
PPM Consultants, Inc.
3. YEAR ESTABLISHED
1994
14. UNIQUE ENTITY IDENTIFIER
1959441817
2b. STREET
750 South Northlake Boulevard, Suite 1012
5. OWNERSHIP
a. TYPE
Corporation
2c. CITY
Altamonte Springs
2d. STATE 12e.
FL
ZIP CODE
32701
b. SMALL BUSINESS STATUS
None
6a. POINT OF CONTACT NAME AND TITLE
Keith D. Pyron, President
7. NAME OF FIRM (HBiock 2a is a Branch Office)
jPPM Consultants, Inc.
6b. TELEPHONE NUMBER
407-240-1127
6c. E-MAILADDRESS
ikeith.pyron@ppmco.com
8a. FORMER FIRM NAME(S) (Ifany)
8b. YEAR ESTABLISHED
8c. UNIQUE ENTITY IDENTIFIER
Mechanical Engineer
se below
02
16
9. EMPLOYEES BY DISCIPLINE
2
10. PROFILE OF FIRM'S EXPERIENCE
23
Environmental Engineer
2
2
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
b. Discipline
• Number of Employees a. Profile
b. Experience c. Revenue Num`ndex
Code
28
(1) FIRM (2) BRANCH
Code
Mechanical Engineer
se below
02
Administrative
30 2
E09
I Environmental Impact Study
8
08
CADD Technician
2
E12
Environmental Remediation
9
10
Chemical Engineer
2
E13
Environmental Testing
8
12
Civil Engineer
4
H03
Hazardous, Toxic, Waste, Remedia
5
16
Construction Manager
2
W02 Water Resources, Groundwater 3
23
Environmental Engineer
2
2
24
Environmental Scientist
15
1
30
Geologist
28
1
42
Mechanical Engineer
1
2• $100,000 to less than $250,000
48
Project Manager
3
3. $250,000 to less than $500,000
50
Risk Assessor
3
4. $500,000 to less than $1 million
58
Technician/Anal st
9
1
59
Toxicologist
3
12. AUTHORIZED REPRESENTATIVE
Other Employees
Total
104 7
11. ANNUAL AVERAGE PROFESSIONAL
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
1. Less than $100,000
6.
$2 million to less than $5 million
(Insert revenue index number shown at right)
2• $100,000 to less than $250,000
7.
$5 million to less than $10 million
a. Federal Work 3
3. $250,000 to less than $500,000
8.
$10 million to less than $25 million
b. Non -Federal Work 8
4. $500,000 to less than $1 million
9.
$25 million to less than $50 million
c. Total Work 8
5. $1 million to less than $2 million
10.
$50 million or greater
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. TORE
b. DATE y�
c. NAVE AND TITLE
Keith D. Pyron, President
STANDARD FORM 330 (REV. 8/2016) PAGE 6
ATTACHMENT E
X01 " E N
PROFESSIONAL SERVICES
Description Rate
Principal .................................................
$187.00
Sr. Project Director/Consultant ..............$175.00
DAILY
Project Director/Consultant ....................$164.00
Description
Senior Project Manager .........................$152.00
RENTAL
Project Manager III.................................$146.00
$29.00
Project Manager II..................................$140.00
Hand Auger
Project Manager I ...................................$135.00
$84.00
Senior Engineer .....................................$135.00
$79.00
Engineer V .............................................$124.00
METERS AND INSTRUMENTS
Engineer IV... ................ _ ........... ........
_$112.00
Engineer 111 ............................................$100.00
Description
Engineer 11 ...............................................$88.00
RENTAL
Engineer I ................................................$78.00
$16.00
Senior Geologist/Chemist/Toxicologist/
Environmental Specialist ...................$129.00
$26.00
Geologist/Chemist/Toxicologist/
Conductivity/TDS/Temp Meter
Environmental Specialist V ...............$118.00
$128.00
Geologist/Chemist/Toxicologist/
$26.00
Environmental Specialist IV... ...........
$106.00
Geologist/Chem ist/Toxicolog ist/
$672.00
Environmental Specialist 111 .................$94.00
$158.00
Geologist/Chemist/Toxicologist/
Photo -Ionization Detector (PID)
Environmental Specialist II..................$83.00
$316.00
Geolog ist/C hem ist/Toxicolog ist/
$79.00
Environmental Specialist I ...................$72.00
Interface Probe
Environmental Analyst 11 ..........................$65.00
$148.00
Environmental Analyst I ...........................$60.00
$32.00
Field Supervisor.......................................$72.00
Manometer
Senior Technician ....................................$65.00
$64.00
Technician II ............................................$55.00
$26.00
Technician I .............................................$48.00
pH/Conductivity Meter
Laborer ....................................................
$37.00
Senior AutoCAD/
Graphic Designer................................$83.00
DAILY
AutoCAD/Graphic Designer III .................$72.00
Description
AutoCAD/Graphic Designer II ..................$60.00
RENTAL
AutoCAD/Graphic Designer I ...................$55.00
$29.00
Senior Administrator ................................$72.00
Hand Auger
Administrative Assistant II ........................$65.00
$84.00
Administrative Assistant I .........................$60.00
$79.00
Secretary III .............................................$55.00
METERS AND INSTRUMENTS
Secretary II ..............................................$48.00
DAILY
Secretary I ...............................................$42.00
Description
TRANSPORTATION
Vehicles ....................Current IRS rate plus 10% per mile
OUTSIDE SERVICES/REIMBURSABLE
EXPENSES
Invoice cost plus 15% (or per specific proposal)
4 City of Sanford SOQ
CONSULTAUM professional Consulting Services- Environmental
STANDARD EQUIPMENT, SUPPLIES, ETC.
SAMPLING DEVICES
DAILY
WEEKLY
Description
RENTAL
RENTAL
Drager Pump
$29.00
$116.00
Hand Auger
$21.00
$84.00
Sampling Pump
$79.00
$316.00
METERS AND INSTRUMENTS
DAILY
WEEKLY
Description
RENTAL
RENTAL
Anemometer
$16.00
$64.00
Conductivity Meter
$26.00
$104.00
Conductivity/TDS/Temp Meter
$32.00
$128.00
Dissolved Oxygen Meter
$26.00
$104.00
Hermit Data Logger
$168.00
$672.00
Flame Ionization Detector (FID)
$158.00
$632.00
Photo -Ionization Detector (PID)
$79.00
$316.00
Combustible Gas Indicator
$79.00
$316.00
Interface Probe
$37.00
$148.00
Transit, Tripod, Rod
$32.00
$128.00
Manometer
$16.00
$64.00
ORP Meter
$26.00
$104.00
pH/Conductivity Meter
$26.00
$104.00
pH Meter
$16.00
$64.00
Temperature Probe
$16.00
$64.00
pH/Cond/Temp/DO/Turbidiry Meter
$89.00
$356.00
Vacuum Pump
$32.00
$128.00
Water Level Meter
$16.00
$64.00
SUPPLIES
COST
UNITS
Description
PER
UNIT
2" Bailer
$16.00
each
3" Bailer
$36.00
each
Disposable Bailer
$8.00
each
Sampling Jars
$13.00
case
Sample Kit
$23.00
each
Sample Gas Bags
$16.00
each
Face Shield
$3.00
each
Respirator Cartridges
$18.00
each
Tyvek Apron
$2.00
each
Tyvek Sleeves
$2.00
pair
T vek Suit
$5.00
each
Copies and Prints
COST
UNITS
Description
PER
UNIT
Color Prints - 24"X36"
$16.00
each
Black & White Prints - 24"X36"
$6.00
each
Copies
$0.11
each
Color Copies
$0.45
each
Tabs
$0.30
each
Binders - 1" to 2"
$7.00
each
Binders -> 2"
$16.00
each
Sheet Protectors
$1.50
each
ATTACHMENT F
ENVIRONMENTAL TESTING, ASSESSMENT, AND REMEDIATION
PPM conducted assessment activities at Fire Station 6, Fire Station 11, Amelia Court, DeSalvia Way,
Relax Grill Lift Station, and Orange Center Boulevard Apartments. PPM was responsible for managing
and executing all aspects of the scope of services including: preparing cost proposals; conducting/
preparing site assessment deliverables such as Phase I ESAs, Phase II ESAs, and Contamination
Assessment Report; overseeing ground penetrating radar (GPR) and well installation activities;
conducting soil and groundwater sampling; and managing well abandonment.
Phase II ESA activities were conducted at Fire Station 6 to address recognized environmental
conductions, two onsite buried debris areas, and one adjoining contaminated property. Phase 11 ESA
activities included a GPR survey, excavation of buried debris, groundwater sampling of monitoring
wells, and soil assessment at each of the areas of concern. No negative environmental impacts were
found to be associated with the two buried debris areas or from the west adjoining former
manufacturing facility. Concentrations of benzo(a)pyrene equivalent compounds exceeding SCTI.s
were found in soil borings located in front of the warehouse building in an area between the former
UST pits. PPM recommended excavation of benzo(a)pyrene equivalent compound impacted soil with
disposal at a landfill or thermal treatment facility. The estimated total volume of soil to be removed
was 709 cubic feet.
The purpose of the Phase II ESA at Amelia Court was to determine if there was an offsite source for
the petroleum groundwater impacts observed at the subject property. A possible offsite source was
suspected to be former petroleum USTs at International Car Wash which is located upgradient of the
subject property. Four temporary wells were installed in the grass median of North Parramore
Avenue between the subject property and the International Car Wash property. Groundwater data
from four temporary wells indicated high concentrations of dissolved hydrocarbons in three of the
four wells. The groundwater data at the subject property, the results of the groundwater sampling of
the temporary wells on North Parramore Avenue, and the reported northeasterly groundwater flow
direction suggest an offsite source for the dissolved hydrocarbons observed at the subject property
with the most likely source the former USTs at the International Car Wash site.
PPM is currently collecting multiple soil samples to delineate metal and PAH impacts at DeSalvia
Way. Assessment and remediation of this property is important as this land is slated to be used for
police horse paddocks.
Phase I ESAs were conducted at Fire Station 11 and Orange Center Boulevard Apartments while a
dewatering permit was submitted on behalf of the City for the Relax Grill Lift Station.
AMY O E E
CONSULTANTS Project Manager
PROFESSIONAL SUMMARY
Ms. Guilfoyle has 17 years of professional experience as an environmental scientist
and serves as the District Manager in PPM's Orlando, Florida, office. Ms. Guilfoyle's
site experience has included petroleum and hazardous waste site assessments;
Phase 1/II Environmental Site Assessments (ESAs); remedial system
installation/operation; National Pollution Discharge Elimination System (NPDES)
permitting; compliance; and field sampling per Florida Department of Environmental
Protection (FDEP) Standard Operating Procedures (SOPS). She has managed large,
high-profile contamination assessments and remedial implementations at gas
stations; commercial and industrial businesses; agricultural properties; and roadway
projects. Ms. Guilfoyle brings significant experience assisting municipalities with the
Florida and Environmental Protection Agency (EPA) Brownfields programs by
providing grant writing assistance, technical oversight, and program management.
RELEVANT EXPERIENCE
City of Sanford, Florida: Brownfields Program and Environmental Services
Contracts. Project Manager responsible for assisting the City of Sanford with the
submittal of a brownfield community -wide assessment grant application. Upon the
City winning, Ms. Guilfoyle also oversaw the implementation of the grant including
project planning, community engagement, implementing environmental justice
policies, CLAPP preparation, ACRES reporting, Phase 1/II ESAs, and communication
with the City, County, and EPA. Phase If ESAs consisted of ground penetrating radar
surveys (GPR), soil boring advancement, monitoring well installation, and
soil/groundwater sampling. In addition, oversaw the assessment and remediation of
the former Police Station site and the Catalyst site.
City of Orlando, Florida: Contract Manager for Continuing Professional Services for
Environmental Assessment, Testing and Remediation. Projects have included Phase
1/II ESAs and contamination assessments. Site activities included installation of
monitoring wells, advancement of soil borings, groundwater/soil sampling, and
reporting.
City of Plant City, Florida: Brownfields Program. Technical Advisor for three City of
Plant City, Florida, Brownfield Cleanup Grants. Duties included community
engagement, oversight of collection of confirmatory soil samples; preparation and
review of remedial bid specifications; dewatering system installation; excavation
oversight; communication with the City, County, and EPA; and report preparation. In
addition, the local revolving loan fund grant was used on all three sites.
City of Eustis, Florida: Brownfields Program. Project Manager for the City of Eustis
Brownfield Community -wide Assessment Grant. Duties included program
management, Quality Assurance Project Plans (QAPP) preparation, Assessment
Cleanup and Redevelopment Exchange Systems (ACREs) reporting, and conducting
and supervising Phase 1/II ESAs. Phase 11 ESAs consisted of GPR surveys, monitoring
well installation, soil/groundwater sampling, and well abandonment.
9
ASSESSMENT AND REMEDIATION
Under the Florida Department of Environmental Protection's (FDEP) Petroleum Restoration
Program (PRP), PPM has conducted multiple contamination assessments and remediation
projects at petroleum facilities throughout the State of Florida. Assessment tasks included
the installation of monitoring wells, advancement of soil borings, collection of soil/
groundwater samples, data analyses, report preparation, and well abandonment.
Remediation tasks include the installation and maintenance of air sparging/sail vapor
extraction (AS/SVE); ozone; dual phase extraction systems; injection of bioremediation
products; management of source removal; and site restoration. All staff is experienced in
the Standard Operating Procedures for Field Activities (DEP-SOP-001/01). This program was
in place from 2014 through the present. All sites have been awarded to PPM between 2014
and 2018.
At the date of this submittal, PPM is seeking closure at over 50 sites located across the
state. We are currently overseeing an air sparge and soil vapor extraction remediation
system at the former Union 76 Penny Pincher Truck Stop in Jacksonville, Florida. The
system has been running for one year. In 1985, the facility operator reported an 800 -gallon
loss of gasoline during an inventory check.
PPM conducted site assessment activities and is preparing to inject PlumeStop and ORC-A
into the subsurface at the former Withlacoochee River Electric Co Op in Crystal River,
Florida. An unknown quantity of leaded and unleaded gasoline was released in 1992.
PPM conducted episodic air sparge and soil vapor extraction events in an attempt to
remediate a small groundwater plume at the Circle K 2726290 in Middleburg, Florida.
Concentrations have declined since initiating the remedial actions. Free product was
observed in a monitoring well in 1990 from an unknown source.
PPM is conducting quarterly or semiannual groundwater monitoring at several sites
including Citgo Food Store, New Smyrna Beach; Exxon RS 40287, Jacksonville; Pinellas
County Sand Key Park, Clearwater; and River Haven Marine, Steinhatchee.
EPA BROWNFIELD ASSESSMENT AND CLEANUP GRANT
PPM was retained by the City of Pensacola to provide programmatic environmental services for their
EPA Brownfields Assessment Grant that was awarded in 2013. PPM has completed 22 Phase 1
environmental site assessments (ESAs) and 8 Phase II ESAs.
PPM coordinated with the FDEP to develop a streamlined Phase II ESA Work Plan to complete the
assessment as quickly and efficiently as possible while providing sufficient detail to reach clean-up
decisions. At two sites, Phase I and Phase II ESAs were completed within the 60 day due diligence
period of a real estate contract.
A Phase II ESA was completed on a submerged parcel located adjacent to the Community Maritime
Park (CMP). The CMP includes offices, City park, retail development outparcels, an amphitheater,
and a baseball stadium, and the City has a permit for the future development of a public access day -
use marina attached to the CMP. The CMP was developed on land previously used as a bulk storage
facility, and commercial shipping hub. Through the first half of the 20th century, four commercial
piers extended from the south side of the property into the submerged parcel owned by the City.
Over time, three of the piers either collapsed or were dismantled, while the largest pier (Pier No. 2)
was destroyed by fire in 1966. Since then, a number of pilings of the firmer remain protruding above
the surface. Visible pilings and unknown hazards just below the surface pose a navigation hazard to
future users of the City's planned day -use marina.
The Phase II ESA was completed to assess hazards to navigation and the environment posed by plans
to remove the creosote pilings and associated pier debris. Results of the phase 11 delineated the
number and extent of navigation hazards, and detected PAHs in sediment around the pilings at
concentrations above preliminary screening levels. PPM assisted the City of Pensacola in preparing
and submitting an application for cleanup grants to remove creosote pilings and associated debris
from the area. A $200,000 EPA Cleanup Grant, a $250,000 subgrant from the West Florida Regional
Planning Council's Revolving Loan Fund, and a $400,000 grant from the State of Florida were
awarded to the City in 2018.
ENVIRONMENTAL CONSULTING SERVICES
PPM has provided environmental consulting services to RaceTrac for their retail gasoline stations in
Florida since 2004. PPM has performed a full portfolio of tasks including underground storage tank
closures, spill bucket closures, site investigations, groundwater monitoring, corrective action,
dewatering permits, and Phase I and Phase II ESAs for property acquisitions. Historically, PPM has
completed environmental projects for over 100 RaceTrac sites in Florida.
RaceTrac purchased a two acre parcel in downtown Fort Myers. The parcel included several buildings
including a former gas station and a building with a small heating oil underground storage tank (UST).
In 2011, PPM conducted Phase I and II ESA activities as part of the due diligence process for RaceTrac.
Prior to site development activities, PPM obtained a National Pollutant Discharge Elimination System
(NPDES) permit from the FDEP, a short-term dewatering permit from the South Florida Water
Management District (SFWMD), and a right-of-way permit from the City of Fort Myers for the
dewatering discharge into the storm water system. Site development activities were started in
August 2012 with the demolition of the site buildings. Installation of the new USTs and removal of
the heating oil UST were conducted in September 2012. For the UST installation activities, PPM
provided source removal oversight of the new and old tank pits, coordinated the disposal of 1,222
tons of hydrocarbon impacted soil from the tank pits, prepared a source removal report, conducted
required NPDES effluent sampling, and prepared NPDES Discharge Monitoring Reports.
PPM also conducted tank closure assessment activities for the removal of a 300 -gallon heating oil
UST located next to one of the former site buildings. To complete the site assessment activities at
the former gas station and possibly qualify for a No Further Action determination, PPM submitted a
proposal to the FDEP to complete the site assessment activities under the Low Scored Site Initiative
program.
In 2017 and 2018, PPM preformed 37 spill bucket closure assessments as part of RaceTrac's
equipment upgrades. Samples were collected in accordance with Chapter 62-761 of the Florida
Administrative Code (FAC) and the FDEP guidance document Instructions for Conducting Sampling
During Underground Storage Tank Closure, dated April 2016. Of these sites, 22 were identified to
have had a release and site assessments were initiated. Field activities are currently being
performed in general accordance with the FDEP guidelines, including Chapter 62-780, Florida
Administrative Code and FDEP Standard Operating Procedures for Field Sampling (FDEP-SOP-001/01).
In addition, PPM provides permitting and compliance assistance during construction of new stations
and emergency spill response activities as needed.
FULL SERVICE ENVIRONMENTAL SERVICE AND TERMINALS
PPM has been providing environmental consulting services to Murphy USA since 1994. PPM has
provided our services to Murphy's refinery, distribution terminal, and commercial retail departments
throughout the southeastern United States. Our relationship began with the Spur -branded
commercial retail stores in Florida, North Carolina, South Carolina, Alabama, Mississippi, Georgia,
and Louisiana. Services provided for commercial retail facilities have included Phase I and Phase II
ESA for property acquisitions and divestitures, UST closures, site investigations, groundwater
monitoring, corrective actions, risk assessments, emergency response, permitting, and compliance
activities. Most of these original sites have since received no further action (NFA) status, but PPM is
currently conducting environmental work at more than 15 Murphy commercial sites. For the
majority of the corrective action sites, PPM conducted the site investigations, conducted
groundwater monitoring, designed the remediation systems, prepared the remedial action plans,
installed the remediation systems, and conducted the operations and maintenance. Remedial
technologies used at these sites have included dual-phase vacuum extraction, air sparge with soil
vapor extraction, ozone sparge, natural attenuation monitoring, and excavation.
PPM is also providing environmental consulting services at eight distribution terminals, with three in
Florida (Freeport, St. Marks, and Tampa), three in Alabama (Montgomery, Sheffield, and Anniston),
one each in Mississippi (Meridian) and Louisiana (Jonesboro).
PPM began working at the St. Marks Terminal (adjacent to St. Marks refinery) in 2005. PPM advanced
85 soil borings, installed 8 shallow monitoring wells, 4 deep wells, and 5 temporary wells. Two
distinct discharges to soil and groundwater occurred from the loading rack and from the tank farm
areas. The loading rack release was the larger of the two releases, and was originally deemed eligible
for cleanup reimbursement under the FDEP Early Detection Incentive program. The tank farm release
was not deemed eligible for this coverage; however, the two releases have comingled. The terminal
is currently inactive and all remaining tanks and piping have been emptied and purged.
In December 2017, PPM responded to Murphy 6698 in Wauchula for an emergency spill response in
which approximately 11,650 gallons of free product were removed from compliance well CW -4 and
approximately 180 gallons of the gasoline was also removed from the north and south regular
unleaded (RUL) sumps. PPM has since advanced multiple soil borings and installed wells to assess
the soil and groundwater impacts at the site. PPM is currently preparing a site assessment report
and will recommend active cleanup of the site.
In July 2018, PPM will oversee the closure of underground storage tanks at three sites in Florida.
Appropriate soil and groundwater samples will be collected for submittal of closures documents.
42
UILFOYLE (continue
AMY C
Project
Project Manager and District Manager responsible for petroleum contamination assessments and
remediation at multiple petroleum facilities throughout the State of Florida, including sites within the former
preapproval program, current petroleum restoration program and voluntary cleanup. Various projects
included Phase 1/11 ESAs, contamination assessments, and remedial implementations. Tasks for projects
included the installation of monitoring wells, advancement of soil borings, collection of soil/groundwater
samples, oversight of excavation/construction contractor, dewatering baseline sampling, site restoration, and
well abandonment. Reports other than Phase 1/II ESAs were prepared and submitted to the FDEP or local
entities. Work governed by Chapter 62-780 Florida Administrative Code.
Treasure Coast Regional Planning Council: Brownfields Program. District Manager for the Treasure Coast
Regional Planning Council Brownfield Community -wide Assessment Grant. Duties included program oversight
and supervision of a Phase I ESA on 11 parcels. PPM identified a used car dealer with a recognized
environmental condition, a leaking drum of used oil, and preformed a Phase II ESA.
City of Cocoa, Florida: Brownfields Program. Project Manager for the City of Cocoa Brownfield Community-
wide Assessment Grant. Duties included C1APP preparation, ACRES reporting, and conducting Phase I ESAs for
the City.
Brevard County, Florida: Project Manager responsible for overall client satisfaction, communication, and
project management under the Brevard County Environmental Science Continuing Services Contract. Projects
completed included Phase 1/II ESAs, contamination assessments, and remedial implementations. Site activities
included installation of monitoring wells, advancement of soil borings, groundwater/soil sampling, soil
excavation, well abandonment, and reporting. In addition, baseline groundwater samples were collected in
support of Generic Permits for the discharge of produced groundwater from non -contaminated site activity
from various sites. The data was used to apply for NPDES permits, as necessary.
Florida Department of Transportation (FDOT): Project Manager of the Level I Contamination Screening
Evaluation and the Level II Contamination Assessment for the Central Florida Commuter Rail Transit Project
(now called SunRail). Performed assessments on all properties adjacent to the proposed rail stations along the
CSX rail corridor in Central Florida. Over 80 contamination sites were identified along the 61 -mile corridor.
The data obtained was utilized by the FDOT to evaluate implications associated with property purchases,
station configuration and location.
Cape Canaveral Air Force Station: Project Manager for a Corrective Measures Study for Fuel Storage Area No.
1. Site activities included the collection of groundwater data and evaluation of remedial technologies for a
solvent plume migrating offsite.
Alcoa: Project Manager responsible for Site Assessment and Closure Permit Compliance Tasks for the Former
Alcoa Plant in Polk County, Florida. Site activities included soil characterization, monitoring well installation,
and groundwater/surface water sampling. Data was utilized to prepare a site assessment report including a
preliminary risk evaluation identifying potential exposure pathways and receptors. Additional samples were
collected as part of the required closure monitoring requirements.
EI Paso Corporation: Project Manager for Phase I ESAs at four locations in Florida. Conducted site visits and
data review for four electric power plants in accordance with ASTM Standards.
10
I=[=
KEITH '�' �f a,.
CONSULTANTS Principal -in -Charge
PROFESSIONAL SUMMARY
Mr. Pyron has over 30 years of experience and is a Principal and founder of PPM
Consultants, Inc. Mr. Pyron also serves as Principal -in -Charge for the company's
government project program. For the past 24 years Mr. Pyron has managed and
overseen large task order contracts and worked with numerous remedial action
projects throughout the Southeast. Projects involving Mr. Pyron's management
and/or direct participation include closure of Resource Conservation Recovery Act
(RCRA) surface impoundments, Remedial Investigation/Feasibility Studies of National
Priorities List sites, and assessment and remediation of petroleum contaminated
sites from aboveground storage tanks and underground storage tanks (LISTs). Mr.
Pyron's extensive remediation experience includes the use of 15 different
technologies. Mr. Pyron also brings extensive experience working with
municipalities, assisting them with the Environmental Protection Agency (EPA)
Brownfields program by providing grant writing, site inventories, technical oversight,
and program management.
RELEVANT EXPERIENCE
EPA Region IV and VI Technical Assistance to Brownfields (TAB) program. Program
Manager/Technical Advisor. Work included educating municipalities and planning
councils of the grants available under the EPA Brownfields Program, assisting in
writing grant proposals, conducting site inventories, and providing technical and
documentation oversight of Environmental Site Assessment (ESA) 1/I1, and cleanup
programs. Clients in Florida include St. Petersburg, Escambia County, West Florida
Regional Planning Council, Central Florida Regional Planning Council, Treasure Coast
Regional Planning Council, Plant City, Eustis, Leesburg, Alachua County, Fort Myers,
Orange County, Brevard County, Seminole County, Sanford, Florida; Haines City,
Charlotte County, and Winter Garden, Port St. Joe, and Pensacola.
Eustis, Florida: Brownfields Program. Program Manager. Duties included grant
writing, community outreach, and program management, supervision of Phase I and
Phase II ESAs and technical review.
St. Petersburg, Florida: Brownfields Program. Program Manager. One project
included Phase I and II ESAs and UST Removal at the historic Mercy Hospital site.
Duties included identifying potential sources of contaminants at the site as well as
from off-site sources. The project was completed on schedule which allowed the
redevelopment of the site into the Johnnie Ruth Clarke Health Center. EPA awarded
the 2005 Phoenix Award for the project.
Plant City, Florida: Brownfields Program. Program Manager. Specific tasks included
assessment and cleanup grant preparation, coordinating community outreach
events, performing inventory of sites, preparing work plan, assisting in quarterly
11
r. f
Principal -in -Charge
reporting and acres database reporting, supervision of Phase I, Phase II and Phase III ESAs, and supervision of
remediation of three EPA Cleanup Grants. Provided coordination between Plant City, the Florida Department
of Environmental Protection, and the EPA. Innovative technologies such as phytoremediation are being
utilized to clean up the sites.
Escambia County, Florida: Brownfields Program. Program Manager, 2001-2004; 2007 -Present. A signature project
included the remediation of the 2500 Palafox Street site in Pensacola, Florida. The site was a former drycleaners
that had arsenic impacted soil. The site was redeveloped with an office complex after remediation was completed.
Escambia County received EPA Brownfields Showcase recognition for the site.
Treasure Coast Regional Planning Council: Brownfields Program. Program Manager, $1,000,000 EPA Brownfields
Coalition Grant. Projects included interfacing with coalition members, supervising Phase I and Phase II ESAs.
Included in the projects were 10 Phase I ESAs completed simultaneously on two city blocks within their community
redevelopment area.
West Florida Regional Planning Council: Brownfields Program. Program Manager. Projects included providing
input to Quality Assurance Project Plans, supervising Phase I and Phase II ESAs. Included in the projects was the
completion of Phase I and Phase II ESAs on the former Washington County Jail.
Ocala, Florida: Brownfields Program. Program Manager. Assisted city with community outreach and education
workshops, supervised Phase I ESAs including the Royal Oak Warehouse that was redeveloped as an air
conditioning business office and storage building.
Pensacola, Florida: Brownfields Program. Program Manager. Specific tasks included assessment grant
preparation, coordinating community outreach events, performing inventory of sites and supervision of Phase I,
Phase II and Phase III ESAs, and assisting with project meetings with EPA.
Selma, Alabama: Brownfields Program. Program Manager. EPA Brownfields and UST grants for Selma, Alabama
that provided funding for contamination assessments, emergency response and corrective action of brownfields
properties. Properties along the historic waterfront of the Alabama River were primarily targeted for
redevelopment. Assessment included identification of RCRA metals such as lead and arsenic and determination of
source areas.
Mobile, Alabama: Brownfields Program. Program Manager. Specific tasks included assessment and cleanup grant
preparation, coordinating community outreach events, performing inventory of sites, preparing work plan,
assisting in quarterly reporting and acres database reporting, supervision of Phase I, Phase II and Phase III
Environmental Sites Assessments (ESAs), and assisting with project meetings with EPA.
Largo, Florida: US Department of Energy and FDEP Designated Brownfields site. Program Manager. 8 million -
dollar remediation project. Site impacted by chlorinated solvents. DPVE was used with electrical heating and
steam injection to address a 40 -foot thick vadose zone with an approximate 1 -acre contaminant plume.
Responsibilities included resource allocation, client and subcontractor coordination, senior review, and project
planning.
12
r rr r Bull"1f %%
QA/QC Manager
PROFESSIONAL SUMMARY
Mr. McCown is a founding member of PPM Consultants, Inc. (PPM), and has 26 years
of experience in the environmental field. Mr. McCown's expertise includes
environmental studies, soil and groundwater contamination assessment and
remediation, due diligence associated with real estate transactions, brownfields
redevelopment, regulatory compliance, and aquifer studies. Mr. McCown has a wide
range of experience in the environmental field throughout the southeastern United
States (US), and is responsible for client and regulatory agency communication,
contract and regulatory negotiations, project management, quality assurance/quality
control, technical review of documents, work plan preparation, training and
managing technical staff, management of day-to-day company affairs, and
development of long term business strategies. Mr. McCown authored many of the
technical standards and quality assurance/quality control (QA/QC) procedures used
by PPM, and has served in a QA/QC role on numerous projects. The following
projects further support Mr. McCown's experience and capability to serve as the
project's QA/QC Manager. Mr. McCown has also been involved in preparing training
manuals for QA/QC procedures as well as developing training presentations and
media for in-house use.
RELEVANT EXPERIENCE
Environmental Review, Cellular Tower Sites, Southeastern US. Conducted training
and provide senior review of environmental documents associated with the
acquisition of cellular tower sites across the southeastern U.S. Projects included
cursory inspection for conditions indicative of a wetland and habitat for endangered
species, contact with government agencies and review of published documents to
determine if these conditions exist. Technical Lead responsible for providing
management of technical staff during environmental site assessments at over 500
cellular phone tower sites in Alabama, Mississippi and Tennessee.
HOPE Enterprise Corporation's Technical Assistance to Brownfields Program.
Senior Technical Advisor. Provided technical assistance and QA/QC for PPM's
brownfields technical support role with the HOPE Enterprise Corporation's Technical
Assistance to Brownfields Program grant at cities throughout EPA Region 4 and 6.
EPA USTfields Program, Selma, Alabama. Technical oversight during the expedited
assessment of three sites in Selma, Alabama under the EPA USTfields Program. The
extent of impact at all three sites was delineated in 1 week using expedited
assessment techniques.
Mixed Waste Site, Department of Energy, Pinellas, Florida. Program Manager
Assisted with the preparation of work plans, scoping documents, and cost estimates
for the $8 million remediation of a mixed waste site (DNAPL and petroleum
hydrocarbons) at a Department of Energy site in Pinellas, Florida. Technologies used
include in situ thermal remediation, DPVE, and submersible pumping.
13
j f ,� f I �j� I ri � ��d f � r.,✓� 1�,'.
QA/QC Manager
City of Decatur, Alabama EPA Brownfields Assessment Grant. Assisted with preparation of award-winning
grant application; assisted City with identification and prioritization of sites; conducted community outreach;
promoted program to area lending institutions and real estate professionals; managed all aspects of grant,
including technical lead navigating environmental issues on numerous projects in the City.
DNAPL initial investigation, MDEQ Brownfield Program. Project Manager responsible for technical oversight
of DNAPL investigation, property assessment, and remediation plan at an abandoned industrial facility (MECO
site) in Gallman, MS site under the Mississippi Department of Environmental Quality (MDEQ) Brownfield
Program. Wrote Quality Assurance Project Plan and submitted to EPA for approval. Installed soil borings and
monitoring wells to determine the extent of soil and groundwater impact. Compared data to risk based
screening levels, oversaw indoor air quality survey, evaluated risk, screened remedial alternatives, prepared
report, and developed remediation plan that included active remediation and long-term monitoring.
MS industrial Brownfields site (MECO property). Conducted field investigation at site where chlorinated
hydrocarbon constituents present in soil and groundwater were impacting the sale of property. Assisted with
preparation of project QAPP and HASP, developed work plan and cost estimate for client, conducted field
work and prepared final report. Developed remedial alternatives and provided senior review of Remedial
Action Plan that included source remediation, engineering and institutional controls.
Former city landfill, EPA brownfields site. Prepared workplan, conducted fieldwork, and prepared report for
brownfields project at the proposed LeFleur's Bluff Festival grounds at site of former city landfill and an EPA
Brownfields site. Conducted historical research, identified presence of former USTs, delineated the extent of
hydrocarbon and lead impact in soil and groundwater using expedited site assessment techniques. Developed
Analysis of Brownfields Cleanup Alternatives (ABCA) for addressing impacted media and provided senior
management during remediation and client/regulatory interface.
Senior Technical Reviewer role:
• Reviewed Phase I ESA reports produced by PPM staff across a nine state region
• Served in senior review role for documents included Site Characterization and Contamination Assessment
Reports, Risk Assessment Reports, Work Plans, Pilot Test Plans and Reports, Remedial Alternative
Investigation Reports, Remedial Action Plans, Corrective Action Reports, Operations & Maintenance
Reports, and Groundwater Monitoring Reports
Project Manager/Technical Lead role:
Responsible for conducting and/or managing over 130 environmental investigations to delineate the
horizontal and vertical extent of petroleum hydrocarbons in soil and groundwater as a result of releases of
motor fuels from USTs across a five state area. Assessments included installation of soil borings and
monitoring wells, soil classification, geo logic/hyd rogeo logic characterization, and development of
assessment reports
Responsible for conducting Phase II ESAs at numerous industrial and commercial facilities throughout the
southeast. Projects included installation of soil borings and monitoring wells to determine if soil or
groundwater had been impacted by hazardous constituents or petroleum products
Responsible for technical oversight over property transfer assessments at over 80 UST facilities in five
states
14
CONSULTANTS Phase 1/11 EMS, Permitting/Compliance
PROFESSIONAL SUMMARY
Mr. Therrien is a Professional Geologist in the State of Florida and serves as a Senior
Geologist in PPM's Orlando office. He has over 28 years of years of professional
experience as a geologist, land surveyor and educator. Mr. Therrien's geology
background includes six years in oil and gas exploration and 22 years in
environmental consulting. His environmental site experience has included
petroleum and hazardous waste site assessments, Phase 1/II/III Environmental Site
Assessments (ESAs), and regulatory permitting (National Pollution Discharge
Elimination System (NPDES), dewatering, right-of-way). He has been responsible for
site investigations at gas station facilities, bulk petroleum terminals, commercial and
industrial businesses, agricultural properties, an abandoned manufactured gas plant,
and asphalt batching plants. Mr. Therrien is an expert on Florida Department of
Environmental Protection (FDEP) and United States Environmental Protection
Agency (USEPA) environmental databases and has developed a propriety database
used for due diligence and site research projects. For the last five years, Mr. Therrien
has managed PPM's Brownfields Assessment contracts with the City of Plant City and
the City of Eustis, Florida. He has been responsible for preparing Generic and Site
Specific Quality Assurance Project Plans (QAPP), Assessment, Cleanup, and
Redevelopment Exchange System reporting, and minority/women-owned business
reporting. Mr. Therrien is responsible for conducting and supervising Phase I, II, and
III ESAs.
RELEVANT EXPERIENCE
Phase I & II ESAS. Project Manager responsible for Phase I and II environmental site
assessments and facility audits throughout the State of Florida. Mr. Therrien has
conducted or supervised over 100 American Society for Testing and Materials 1527
Phase I ESAs for commercial businesses, industrial facilities, undeveloped land,
former citrus groves, dry cleaning sites, hazardous waste sites, and gasoline stations.
Eustis, Florida, Brownfields Site. Project Manager. The work was conducted a
USEPA Brownfields Assessment Grant for the City of Eustis. This active gas station
site was identified by the City of Eustis as a priority for redevelopment because
groundwater contamination from this site was known to have affected at least four
city blocks of commercial and residential properties along a major business corridor
in Eustis, South Bay Street. PPM conducted Phase II and 11 ESA activities at the site.
The site was under a regulatory consent order with the FDEP who was responsible
for reviewing and approving cleanup activities at the site. After negotiating the work
scope with the FDEP, PPM completed the assessment by installing eight additional
wells and five soil borings. As a result of these activities, the extent of contamination
was able to be delineated and all outstanding FDEP regulatory issues were
addressed. PPM then negotiated with the FDEP to get a Natural Attenuation
Monitoring (NAM) Plan approved for the site. The NAM Plan was approved and the
site is currently in groundwater monitoring.
15
Phase 1/II ESAs, Permitting/Compliance
Sanford, Florida: Brownfields Program and Environmental Services Contracts. Project Geologist responsible
for implementation of the grant including project planning, community engagement, implementing
environmental justice policies, QAPP preparation, ACREs reporting, Phase 1/II ESAs, and communication with
the City, County, and EPA. Phase II ESAs consisted of ground penetrating radar surveys (GPR), soil boring
advancement, monitoring well installation, and soil/groundwater sampling. In addition, oversaw the
assessment and remediation of the former Police Station site and the Catalyst site.
Petroleum Contamination Assessments. Project Manager responsible for petroleum contamination assessments
at gas stations throughout Florida, inclusive of the state's former reimbursement program and current
preapproval program. Site activities included installation of monitor wells and soil borings, groundwater/soil
sampling, pump and slug tests, potential receptor surveys, and top -of -casing surveys. Contamination assessment
reports, delineating hydrocarbon contamination in groundwater and soils, were prepared and submitted to the
FDEP.
Permitting. Project Manager for permitting for a large convenience store chain. Mr. Therrien provides permitting
services for installation of the new storage tanks at this rapidly expanding convenience store chain. These services
include groundwater sampling for NPDES permitting, preparing NPDES permit applications, obtaining Water
Management District dewatering permits, Florida Department of Transportation (FDOT) General Use permits for
discharge into FDOT rights of way and applicable county and city permits.
Plant City, Florida, brownfields site, Hydraulic Hose and Cylinder. Project Manager. The work was initially
conducted under a USEPA Brownfields Assessment Grant forthe City of Plant City with remediation conducted
under a USEPA Brownfields Cleanup Grant for the City of Plant City. The site included a former gas station with
documented petroleum contamination and Hydraulic Hose and Cylinder which conducted repairs on hydraulic
equipment. Extensive site assessment conducted on both former businesses identified a small area of
petroleum impact at the former gas station. Because of a clay lithology, the remedial approach was
excavation of the saturated clay zone that was impacted by hydrocarbons following by groundwater
monitoring. For this site, Mr. Therrien's duties included program management, preparation of Community
Involvement Plan, QAPP preparation, technical support/presentations during community involvement
meetings, analysis of brownfields cleanup alternatives, remedial bid specifications, oversight of construction
contractor for removal of soil, monitoring well installation, soil and groundwater sampling, permitting, and
report preparation. As of October 2013, Hydraulic Hose is currently is its last quarter of groundwater sampling
prior to obtaining regulatory closures.
West Palm Beach, Florida, brownfields site. Project Manager. The work was conducted under a USEPA
Brownfields Assessment Grant for the Treasure Coast Regional Planning Council. A Phase I ESA was conducted on
11 parcels that are in a State of Florida designated Brownfield area owned by the Westgate -Belvedere Home
Community Redevelopment Agency (CRA). Westgate -Belvedere Home CRA was redeveloping several blocks for
mixed used (residential and commercial) purposes. PPM conducted the Phase I ESA on the 11 parcels and
identified one parcel, a used car dealer, with a recognized environmental condition, a drum of used oil that leaked
on to the adjacent ground. PPM arranged with the site tenant to have the used oil pumped from the drum.
16
GREG STOVER, PG
CONSULTANTS J Senior Advisor
Mr. Stover has 34 years of experience as a geologist and serves as a QA/QC Manager
with PPM. He worked as a geologist for an oil field service company for seven years
and has been an environmental consultant for 27 years with specialized experience
in property transfer assessments and subsurface investigations. He has an extensive
knowledge of environmental regulations, including the National Environmental
Policy Act (NEPA), Resource Conservation Recovery Act, and Comprehensive
Environmental Response, Compensation, and Liability Act. He has performed,
managed or participated in several hundred assessments for redevelopment
involving halogenated solvents, petroleum, metals, pesticides, and polychlorinated
biphenyls. He has been responsible for personnel training and quality control/senior
review for Phase I and Il ESAs, NEPA assessments, contamination assessments, and
risk assessments. He has been responsible for final quality assurance/quality control
(QA/QC) of all project work performed, negotiation and interfacing with state and
local environmental agencies, technical planning and supervision of fieldwork,
schedule and budget control.
RELEVANT EXPERIENCE
Escambia County Health Department: Brownfields Program. Project Manager for
environmental services for the redevelopment of commercial site in Pensacola,
Florida, under the Escambia County Health Department EPA Brownfield Assessment
and Cleanup programs. The scope included a site assessment, preparation and
implementation of a remedial action plan for arsenic contamination to soil, and the
preparation of a remedial action report and a restrictive covenant. The volume of
impacted soil that needed off-site disposal was minimized by excavating and moving
impacted soil from areas that would later be exposed (e.g. planters and retention
ponds) to areas that would later be capped with either asphalt parking, concrete
walkways, or the building slab and also needed to be built up to the desired grade.
Of the 634 cubic yards of material that was moved, only 63 cubic yards of unsuitable
material had to be disposed of at a landfill. This work helped Escambia County win
the Brownfield Showcase Award for the project.
Plant City, Florida: Brownfields Program. Project Manager for the remediation
activities at the Gro -Mor Fertilizer and Stock Lumber sites conducted for the City of
Plant City, Florida, under their EPA Brownfield Cleanup Grant. Mr. Stover also
provided senior QC review for Phase I ESAs under the EPA Brownfield Assessment
Grant and also assisted the Orlando office with the Snowden Park assessment.
Housing and Urban Development. Technical Manager for a Housing and Urban
Development (HUD) project to assess post -Hurricane Katrina impacts to the grounds
and buildings of the housing projects owned and operated by the Housing Authority
of New Orleans. Project involved performance of 66 Phase I ESAs, 66 HUD 4128
environmental assessment reviews, collection of 144 soil samples for Priority
Pollutants, and mold surveys on over 6,000 housing units in a period of four months.
17
GREG STOVER
P (continued)
SeniorAdvisor
His role included coordination of field teams, developing scopes, planning, supervision of report writers, QA/QC of
lab data, senior review of reports, and performed statistical analysis of all soil data. In the follow-up to this work
one year later, served as the senior project manager involved with the demolition and rehabilitation of one of the
housing projects prior to its redevelopment as low-density mixed income housing. The scope included a Phase I
ESA update, an asbestos and hazardous materials survey of 54 buildings dating to the 1940s, a comprehensive
Phase II ESA, asbestos abatement, and demolition oversight.
Fort Walton Beach, Florida: Brownfields Program. Project Manager for the assessment and remediation of an
outdoor, police pistol range owned by the City of Fort Walton Beach, Florida, prior to its redevelopment for other
purposes. Began project by performing a Phase I and II ESA prior to property purchase by the developer.
Discovery of soil impacted with lead led to additional site characterization, a remedial feasibility study, preparation
of a Remedial Action Plan approved by the Florida Department of Environmental Protection (FDEP), remediation
by excavation that involved disposal of lead -impacted soil as both hazardous (1,344 tons) and non -hazardous (103
tons) waste, preparation of the Remedial Action Report, and achieved no further action from the FDEP within the
timeframe need by the client to start site redevelopment. One innovation that helped saving several many
thousands of dollars was construction of a temporary railhead so that hazardous waste could be transported by
rail instead of truck.
Evergreen, Alabama, Louisiana-Pacific Facility: Project Manager for the development of a Site Investigation
(SI) Plan in support of a RCRA Closure Plan for a wood treatment drip pad at a former wood treatment and
sawmill facility in Alabama. The work elements of the SI Plan consisted of evaluating the current impact of
contaminants of potential concern (COPCs) comprising copper, chromium, and arsenic (CCA),
pentachlorophenol (PCP) and tetrachlorophenol (TCP) associated with wood treating operations at the drip
pad within the Treatment Plant of the facility; comparing current site concentrations of COPCs to current
regulatory standards, performing a risk assessment to calculate the cumulative risk and establish site specific
Risk Based Target Levels (RBTLs) on which further actions will be based, and developing a Risk Management
Plan (RMP) with remedial measures for areas where COPC concentrations exceed RBTLs.
Sylacauga, Alabama, RCRA Closure: Project Manager for the RCRA Closure of two hazardous waste storage
and disposal areas at a marble quarry in Alabama. Prepared the SI Plan that provided a brief site history, an
inventory of materials onsite, a description of current site conditions, details of the sampling and analysis plan,
a health and safety plan, and a schedule for completion. Conducted the Site Investigation and prepared the
Site Investigation Report and RCRA Closure Plan, which concluded that since there were no chemical
concentrations discovered that remotely threatened ADEM -approved performance standards, the site closure
be approved with no further action required.
City of Mobile, Alabama, 2009 and 2014 Brownfields Assessment Grants: Project Manager for both of the City of
Mobile's EPA Brownfields Assessment Grants. Outputs for the first grant included one generic QAPP, 11 Phase I
ESAs, nine site-specific QAPPs, eight Phase II ESAs, one Phase III ESA, and one ABCA. Outputs for the second grant
included one generic QAPP, four Phase I ESAs, five site-specific QAPPs, four Phase II ESAs, and one Phase 111 ESA.
Mr. Stover provided full programmatic support for both grants by conducting community outreach, site
inventories, obtaining site access agreements, preparing quarterly, semi-annual, annual, and final reports with all
associated forms, preparing site eligibility forms and AAI checklists, and managing the EPA's ACRES database.
18
/ NO, S. AUSTIN
i rr r i. r E.I.
CONSULTANTSase 11 ESAs/Contaminatior
Assessments
PROFESSIONAL SUMMARY
Mr. Smyth has two years of professional experience as an engineer with PPM
Consultants, Inc. Mr. Smyth has been involved with numerous remedial action
projects utilizing ozone sparging, air sparge/soil vapor extraction, soil excavation,
and natural attenuation monitoring. In addtion, Mr. Smyth has conducted Phase 11
ESAs and contamiantion assessments at petroleum and hazardous material sites.
RELEVANT EXPERIENCE
Staff Engineer participating in petroleum contamination assessments and
remediation at multiple petroleum facilities throughout the State of Florida,
including sites within the current petroleum restoration program and voluntary
cleanup program. Tasks for projects included the installation of monitoring wells,
advancement of soil borings, collection of soil/groundwater samples, oversight of
excavation/construction, and well abandonment. Work governed by Chapter 62-780
Florida Administrative Code.
RaceTrac Petroleum Inc.: Staff Engineer for the collection of soil samples in
connection with multiple spill bucket closures at active gas stations throughout
Florida.
City of Sanford, Florida: Brownfields Program and Environmental Services
Contracts. Staff Engineer overseeing the installation of monitoring wells, collection
of groundwater/soil samples, removal of source material and site restoration
activities.
City of Orlando, Florida: Continuing Contract. Staff Engineer for the collection of soil
and groundwater samples at multiple sites throughout the City.
19
CONSULTANTS Phase II ESAs/Conta mi nation
Assessments
PROFESSIONAL SUMMARY
Mr. Miranda has two years of experience in the environmental fields. As a technician
with PPM Consultants, Inc, Mr. Miranda has been involved with numerous
contamiantion assessments at petroleum and hazardous material sites with tasks
such as installation of monitoring wells, advancement of soil borings, collection of
soil/groundwater samples, and well abandonment.
RELEVANT EXPERIENCE
Technician participating in petroleum contamination assessments and remediation
at multiple petroleum facilities throughout the State of Florida, including sites within
the current petroleum restoration program and voluntary cleanup program. Tasks
for projects included the installation of monitoring wells, advancement of soil
borings, collection of soil/groundwater samples, oversight of
excavation/construction, and well abandonment. Work governed by Chapter 62-780
Florida Administrative Code.
RaceTrac Petroleum Inc.: Technician utilized to oversee the collection of soil samples
in connection with multiple spill bucket closures at active gas stations throughout
Florida.
City of Sanford, Florida: Brownfields Program and Environmental Services
Contracts. Technician utilized to oversee the installation of monitoring wells and
collection of soil and groundwater samples.
City of Orlando, Florida: Continuing Contract. Technician utilized to oversee
collection of soil and groundwater samples at multiple sites throughout the City.
GIS Technician: Reviewed and analyzed storm water infrastructure in civil
engineering subdivision and site plans to enter into geospatial database. Organized
impervious cover, land use, and dwelling types in geospatial data. Examined utility
accounts for county parcels to determine the proper allocation of the revised
drainage utility fee.
Technician: Assessment of topography, geology, karst formations, vegetation, and
presence of floodplains for development. Usage of GPS devices. Usage of LIDAR and
digital elevation models for creation of contour lines and project location maps.
20
GREG SATTLER, PE
Remediation/Construction Projects,
Permitting/Compliance
PROFESSIONAL SUMMARY
Mr. Sattler has over 15 years of experience and is a Senior Engineer with PPM
Consultants, Inc. Mr. Sattler has overseen numerous remedial action projects
throughout the Southeast utilizing air sparge/soil vapor extraction, dual phase, soil
excavation, injection technologies, and natural attenuation monitoring. Projects
involving Mr. Sattler's management and/or direct participation include the
investigation and remediation of RCRA sites, Remedial Investigation/Feasibility
Studies of NPL sites, assessment and remediation of petroleum contaminated sites
from ASTs and USTs, environmental assessments involving sales or purchase of real
estate including brownfields, and managing the environmental activities of industrial
facilities.
RELEVANT EXPERIENCE
City of Sanford, Florida: Professional Engineer responsible for overseeing the source
removal and site restoration activities at the Catalyst Waterfront Redevelopment
site. Managed the assessment activities conducted at State Road 46 and RL Best
owned facility under the Brownfield Assessment Grant. Also participated in the
assessment of the Former Police Station site.
City of Orlando, Florida: Project Manager for Phase 11 ESA and contamination
assessment that included installation of monitoring wells, advancement of soil
borings, groundwater/soil sampling, reporting, and remedial planning.
Murphy Oil: Petroleum Contamination Assessments and Remediation. Senior
Engineer responsible for contamination assessments and remediation at multiple
gasoline stations throughout Florida. Various projects included free product
recovery, emergency spill response, contamination assessments, and remedial
implementations. Tasks for projects included the installation of monitoring wells,
advancement of soil borings, collection of soil/groundwater samples, oversight of
remediation system installation, maintenance of active remediation systems,
excavation of source area, dewatering baseline sampling, site restoration, well
abandonment, system demobilization, and reporting. All reports were prepared and
submitted to the FDEP or local entities. Work was governed by Chapter 62-780
Florida Administrative Code.
Spill Prevention, Control and Countermeasure Plans. Senior Engineer for Spill
Prevention, Control, and Countermeasure Plans for various clients throughout
Florida. Responsibilities included site visits, facility compliance analysis, plan
preparation and onsite training of facility personnel.
Petroleum Contamination Assessments and Remediation. Senior Engineer
responsible for petroleum contamination assessments and remediation at multiple
gasoline stations. Various projects included free product recovery, emergency spill
response, contamination assessments, and remedial implementations, including sites
within the former preapproval program and current petroleum restoration program.
21
(continued)
GREG SATTLER,, PE
Petroleum Restoration/Remedial Design
Tasks for projects included the installation of monitoring wells, advancement of soil borings, collection of
soil/groundwater samples, oversight of remediation system installation, maintenance of active remediation
systems, excavation of source area, dewatering baseline sampling, site restoration, well abandonment, system
demobilization, and reporting. All reports were prepared and submitted to the FDEP or local entities. Work
was governed by Chapter 62-780 Florida Administrative Code.
UCPM: Senior Engineer providing technical expertise on the management team for 240,000 -acre site in active
remediation for land developer of former Lockheed Martin testing facility.
Landfill 1 - Managed existing air sparge, groundwater recovery system, and bioremediation recirculation
systems. Provided engineering and business judgment when we developed a scope of work (SOW) for the final
phase of cleanup. The SOW required the impacted aquifers to be restored to below Chapter 62-77, Florida
Administrative Code Groundwater Cleanup Target Levels (GCTL) criteria for all contaminates of concern (COC).
Upon received proposals, as part of the management team, analyzed submitted proposals and selected the
contractor who provided the best strategy and cost to perform in-situ chemical oxidation in surficial aquifer,
emulsified oil in the transition zone and a bioremediation recirculation system in the intermediate and upper
Floridian aquifers. The scope of work is currently being performed by the subcontractor while the UCPM
management team monitors the field activities and manages cost, schedule and reporting to the FDEP on its
status. Actively monitoring the current and concurrent remediation effectiveness by groundwater elevation
and quality data and the report the results to the FDEP.
Landfill 2 - Remediation is completed, managed close out procedures, including constructing institutional
controls coupled with a restrictive covenant to restrict land and groundwater use for future development. A
No Further Action has been approved by the FDEP and has received a Site Rehabilitation Consent Order with
conditions.
Landfill 3 - Post Active Remediation Monitoring is complete. I used several techniques to prove groundwater
site stability even though there are several locations where impacts are greater than the GCTL criteria.
Conducted several hot spot excavations where potassium permanganate was mixed in place with backfill
material in the excavation to ensure confidence for future development. Additionally, to prove stability of the
groundwater plume, the Mann -Kendal statistical program was utilized to prove plume stability and
recommended site closure with conditions in the final PARM report. As a result UCPM has received a NFA and
a SRCO with conditions and the property has been sold. A site wide alternative cleanup target levels (ACTLs)
were developed and used for closure to ensure the protection future worker that may come in contact with
the groundwater during their activities.
Landfill 41 -1 managed the operation of the groundwater recovery system that utilizes vertical and horizontal
recovery wells to provide hydraulic control of three impacted aquifers. Performed regular system analysis for
hydraulic control, which is important due to commercial and resident development occurring in close
proximity. Used data obtained during field events from monitoring groundwater elevation and quality to verify
remediation and report results to the FDEP.
Landfill 5 -1 managed the groundwater recovery system at this site. During my tenure the site has progressed
allowing the incremental shutdown of vertical recovery wells. Clean segments of the site were parceled out
and current development is under way while the next phase of bioremediation is to follow. Ordinance 2 —
Researched and wrote the restrictive covenant that was used to request a NFA. The covenant restricted the
future property development by limiting groundwater and water use at the site. UCPM has received a SCRO
and that property has been sold.
22
CHARLES RAY
PROFESSIONAL SUMMARY
Mr. Ray serves as PPM's Community Outreach Specialist. Mr. Ray has significant
experience assisting cities, counties, Indian tribes and regional economic
development agencies with establishing and/or implementing their brownfield
programs. This technical assistance includes identifying federal and other grant
opportunities, ensuring grant administration and regulatory compliance
requirements are met, and guidance with environmental projects that are funded in
whole or part with United States Housing and Urban Development (HUD) Community
Development Block Grant program. Technical support includes comprehensive
planning, economic development and redevelopment planning, grant management
and compliance, grant writing, and community organizing.
Mr. Ray's professional career began in the corporate sector as a cost accountant,
costs control analyst and contract administrator. After leaving the private sector, he
began his government career as an internal auditor. Prior to joining PPM, Mr. Ray
served as Economic Development Coordinator for the City of St. Petersburg, Florida,
for 19 years. His responsibilities involved residential, commercial and industrial
project management, project design, project cost allocation, city council
presentations, neighborhood revitalization planning and organizing, grant writing,
and credit underwriting (Industrial Revenue Bonds and micro -enterprise loans).
Since 1996, he has concentrated on business retention and expansion of brownfield
sites and areas and has facilitated the creation of over 550,000 square feet of
commercial/industrial construction and several hundred new value-added jobs. Mr.
Ray is a charter member of the Florida Brownfield Association Board of Directors and
has served as adjunct speaker with the American Bar Association/Environmental Law
Institute on the topic "The City as Pre -developer of Brownfield Properties". The
following projects further support Mr. Ray's experience and capability to serve as a
Community Outreach Specialist for this contract,
RELEVANT EXPERIENCE
City of St. Petersburg, Florida. Public Outreach Coordinator for nine years with the
City of St. Petersburg. Fully involved in this role for commercial and industrial
projects that involved multiple stakeholders, including area residents, the business
sector, the Florida Department of Environmental Protection (FDEP), and the
Environmental Protection Agency (EPA), with interest in the planning and
development of brownfields sites.
City of St. Petersburg, Florida. Economic Development Coordinator for the City of St.
Petersburg, Florida for 19 years. Provided technical support to businesses seeking to
relocate or expand their existing operation within the City, thereby creating job
opportunities. Identified and assisted companies to secure funding for projects.
Provided project management from the construction permit stage to project
completion. Additional responsibilities involved management of all state and federal
grants and loans.
23
CHARLES RAY (continued)
Community Outreach Specialist
St. Petersburg, Florida: Brownfields Program. Brownfields Coordinator for St. Petersburg, Florida Brownfields
Program from the inception of the city's Brownfields program in 1997 to 2006. Obtained $5,750,000 in
Brownfields funding within the City of St. Petersburg. The Brownfields Program facilitated several business
expansion and relocation transactions. From 1997 through 2006, the Brownfields Program received
$1,950,000 in Federal and state brownfields grants and a $4,000,000 HUD Section 108 Loan for brownfields
redevelopment projects. This funding has facilitated the creation 1000 plus jobs, approximately 400,000
square feet of new private construction, and a 150,000 square foot Region Job Corps Center.
EPA Technical Assistance to Brownfields Communities Program. Project Manager, EPA TAB Brownfields
Communities Program (May 2008 -April 2013) provided hands-on technical assistance to local governments
and not-for-profit organizations in Florida and throughout EPA Regions IV and VI. The assistance ranged from
brownfields program management, grant writing assistance, community involvement plan development and
implementation and grant compliance. Provided technical assistance to over 160 governmental entities.
Public Outreach Coordinator and Brownfields Specialist with PPM Consultants. Has organized and
coordinated public outreach meetings with stakeholders in community brownfields programs and provided
grant writing technical assistance provided to 18 cities in Florida, Alabama, Mississippi, Louisiana, and Texas.
Florida Brownfields Program. Project Manager for the Atherton Oil Brownfields site that obtained funding
from the EPA and State of Florida Brownfields programs. Facilitated, removal of 13 petroleum storage tanks,
8 underground storage tanks and 5 above ground storage tanks, with the largest being 20,000 gallons.
Managed demolition of two commercial structures on site, along with lead and asbestos testing. Facilitated
Phase I and Phase II and supplemental testing of groundwater, resulting in groundwater contamination and
delineation of the plume.
City of St. Petersburg. Project Manager for the Mercy Hospital site that received the 2005 EPA Region 4
Brownfields Phoenix Award for the. Rale in project was to facilitate adapted reuse of an abandoned hospital
within the minority community in St. Petersburg. The old hospital was converted to the Johnnie -Ruth Clarke
Health Center, which currently employees 80 people and servicing 300 patients per month. Project included
testing and remediation with the contamination coming from an offsite source. Facilitated collaboration
between the state, the city and the owner to remove the leaking underground storages tanks to stop the
continuing source of contamination.
Plant City, Florida: Brownfields Program. Brownfields Specialist. Assisted the city with all facets of the
brownfields program including grant writing, development of EPA Brownfields Cooperative Work Plan,
inventory development, attending stakeholder meetings, coordinating community outreach events, FDEP and
EPA interfacing and negotiation, and quarterly reporting.
Eustis, Florida: Brownfields Program. Brownfields Specialist. Assisted the city with all facets of the
brownfields program including contact with potential developers, grant writing, development of EPA
Brownfields Cooperative Work Plan, inventory development, attending stakeholder meetings, coordinating
community outreach events, FDEP and EPA interfacing and negotiation, and quarterly reporting.
24
®CONSULTART'' Health and Safety Officer
PROFESSIONAL SUMMARY
Ms. Thrasher, PPM's Health and Safety Manager with 17 years of experience, is
responsible for overseeing the safety and health of over 100 personnel within seven
offices. These responsibilities include generating, implementing, and enforcing
company safety programs through medical surveillance management, employee
training, and both scheduled and random safety inspections. Ms. Thrasher's
management experience sterns from managing numerous Phase I and Phase II ESAs,
contamination assessments and remediation projects.
RELEVANT EXPERIENCE
Senior Toxicologist/Senior Health and Safety Director responsible for company
safety and health program development, implementation and enforcements. This is
achieved through oversight of Safety Supervisors delegated to six branch locations in
Florida, Louisiana, Mississippi, and Alabama, to ensure safety compliance is uniformly
achieved throughout the company. Specific duties to achieve regulatory compliance
include, but are not limited to, the following: managing medical surveillance program
through pre-employment, random, post -accident, and suspicious behavior drug
screens, and breath alcohol tests as well as post -hire and annual physical
examinations; reporting and monitoring employee injuries/illnesses using the
Occupational Safety and Health Administration (OSHA) logs, managing workman's
compensation cases, and maintaining injury/illness statistics in keeping with industry
averages; safety and health management through third party consortiums; educating
employees through annual in-house policy refreshers, outsourced trainings, and
monthly safety briefings; generating site-specific health and safety plans including
projects involving benzene releases, excavations, remedial system installations,
chemical injections, and routine site investigations, which include soil boring,
monitoring well installations and abandonment; ordering and maintaining required
safety equipment as required by field -related processes; performing scheduled and
random audits to ensure overall safety compliance is maintained; and conducting
incident and near -miss investigations and root -cause analysis to prevent future
occurrences.
Toxicologist/Project Manager responsible for Phase I ESAs for commercial and
industrial properties. Assessments included site observation, report preparation and
management of others conducting additional assessments.
Toxicologist responsible for third -party asbestos and lead air monitoring during
abatement projects. Having a contractor/supervisors license, air samples were
collected prior, during and upon completion of abatement and sent to laboratory for
analysis, and final report was generated and issued to client.
25
H i
.fl
o �
O1
C�
O
N
O
O
N
—
N
,--
00
"o
to
N
00
O
-
01
O
kr)
--
--
C>
d
V>
d
O
O
M
M
N
N
00
i.
� y
O �
a
U
M
N
N
-
O
�
U rlt
O
U
O
Vl
O
M
O
DO
�
V
O
a
C
v')
00
kr)
O
O
U �
.N-,
�
"Ci y
U �
U
v,
�n
v)
to
kn
O
O
y
M
N
N
-
O
t�
A
44.r
v
M
0
0
N
N�
CA
?� C
cn
E
O
w
a.
En
G
r�.
0
¢
E
W
o
o
�3
cn
cn
u
n
o
�"
•�
.O
a
U
cd
A