Loading...
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