Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with King Engineering Associates, Inc.
s)d ( 7— 29Y53 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND KING ENGINEERING ASSOCIATES, INC. FOR WATER &WASTEWATER SYSTEMS CONSULTANT PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-129-KB RESOLUTION NO. 2017-29853 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 3 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 15 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 16 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 18 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE 20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 21 ARTICLE 13. ERRORS AND OMISSIONS 21 ARTICLE 14. LIMITATION OF LIABILITY 22 ARTICLE 15. NOTICE 22 ARTICLE 16. MISCELLANEOUS PROVISIONS 23 SCHEDULES: SCHEDULE A 27 SCHEDULE B 30 SCHEDULE C 31 ATTACHMENTS: ATTACHMENT A 32 ATTACHMENT MENT B 42 ATTACHMENT C 43 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KING ENGINEERING ASSOCIATES, INC. FOR WATER &WASTEWATER SYSTEMS CONSULTANT This Agreement made and entered into this-day of , 2017, (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and King Engineering Associates, Inc., a Florida corporation having its principal office at 4921 Memorial Highway, Suite 300, Tampa, FL 33634, (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on March 22, 2017, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-129-KB for WATER & WASTEWATER SYSTEMS CONSULTANT (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on May 17, 2017, the City Commission approved Resolution No. 2017- 29853, respectively, authorizing the City to enter into negotiations with King Engineering Associates, Inc. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, bythe City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory g rY authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such p regulatory authority and the enforcement of any Applicable Laws shall be deemed to have g rY occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific ecific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with thep rocedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean theq ualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to bep erformed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and g g will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similarp rofessional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued byCity the to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and g Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less other such threshold contract amount as may be specified by the City of Miami Beach (or Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Packaga (ifan , the Contract for Construction, surety payment and performance bonds, any), Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, joint cor oration, venture, or other entity contracting with City for performance of the Work p covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not bep art of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) ybusiness days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B - Consultant Compensation and Hourly Billing Rate Schedule. Schedule C —Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into g Y account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any negligent design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use reasonable efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution, which shall not be unreasonably withheld. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure, within the standard of care, the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from negligent error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 5.2.10 Stakeholder Engagement and Communications. Assist as needed with matters relating to stakeholder engagement and communications. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed and for Not to Exceed Consultant Service Orders; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category)for Not to Exceed Consultant Service Orders. ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 Except for Professional Liability, Workers Compensation, and Employer's Liability, the City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or non-renewal of any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City, its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees where recoverable by law, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon.Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes caused by a negligent error or omission in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City resulting from a negligent error or omission shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the negligent errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's negligent errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the negligent error or omission. Should the Consultant disagree that all or part of such damages are the result of negligent errors or omissions, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager or the City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto for purposes of the administration of the Project (and without waiving any claims or defenses of the Consultant with respect to the underlying dispute). This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s)actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. SUBJECT TO CONSULTANT'S COMPLIANCE WITH THE REQUIREMENTS OF SECTION 558.0035, FLORIDA STATUTES, A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Roy Coley, Assistant Department Director/Infrastructure Director All written notices given to the Consultant from the City shall be addressed to: King Engineering Associates, Inc. 8700 West Flagler St., Suite 340, FL 33174 Attn: Agustin Maristany, Vice President All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct negligent errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such negligent errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEA.. 4•: -Ad Ji" '. /r fr • l ,,,, l"7 / , s t vi�. .t" ;i.rrj CI Y CLER s.i =.�_), MAYOR "" ''1.� , ,`,-/- \-\\\ ,.„L"' 4:-:,.<? Attest - , L ,- `p' , -�7 ONS 4 LT A' Engineering 1 i ��'„..;::::,,;,.9-:-.,,----„,,w , . Y s a 76 .: s�•_r 141 v ✓��� �� / r E, 1Y ._ii ii/ * ` 4G, j A'e A."f 9 Si. i/0 ,..,_,,,..„,\,,N,,...>, ature/Se- etary - SignatureNi a President P„ G45N, M j fChAll,ka Print Name Print Name APPROVED AS TO FORM & LANGUA E &FOR EXECUTIt ,,,--CA.1/ -ilit . ff er . '�Il'1 ..f ..� City At orney _.e Date SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KING ENGINEERING ASSOCIATES, INC. The Consultant will provide subject matter expertise to the City of Miami Beach on its Water and Wastewater systems. The Consultant must have a team of qualified individuals who can guide the City of Miami Beach through the decision-making process of making its water and wastewater systems resilient, environmentally responsible, dependable, and future proof. Proposer shall have an understanding of Miami Beach's vulnerabilities to climate change and sea level rise; familiar with the work and regional planning tools of the SE Florida Climate Change Compact and aware of the City's approach to incremental adaptation over time. The City interested in partnering with the most innovative and solutions-oriented engineers in the field dedicated to resilience and Miami Beach Rising Above. The services described in items I, and II are a priority and are intended to be awarded immediately. The services described in subsequent items may be awarded in the future. I. Develop Water System Capital Improvement Plan (CIP) 1. Prepare a description, and general inventory of the water distribution system based on review of existing database, maps, plans, reports, other City records, visits with staff, and field inspections. Visit existing facilities, and prepare an accurate, up-to-date description of the system. Document all parts of the existing water distribution system, including facilities, condition of equipment and system components. 2. Prepare a listing of CIP projects, with planning level cost estimates, based on priority developed with a matrix considering the likelihood of failure, and consequence of failure. The planning document should include approximately 20 years of work. I. Develop Wastewater Collection System CIP 1. Prepare a description, and general inventory of the wastewater collection system based on review of existing database, maps, plans, reports, other City records, visits with staff, and field inspections. Visit existing facilities, and prepare an accurate, up-to-date description of the system. Document all parts of the existing wastewater collection system, including facilities, condition of equipment and system components. 2. Prepare a listing of CIP projects, with planning level cost estimates, based on priority developed with a matrix considering the likelihood of failure, and consequence of failure. The planning document should include approximately 20 years of work. II. Water and/or Wastewater Systems Master Planning 1. Master plans to include, but not limited to water, quality and service goals, present and future system deficiencies, engineer's recommended alternatives for achieving goals and correcting deficiencies, and recommended implementation schedule. III. Water and/or Wastewater Systems Hydraulic Modeling 1. Conduct hydraulic modeling evaluation of entire system or the specific areas required. Include the following, but not limited to, calibrate the model using field measurements and observations, prepare and submit a hydraulic model design elements report, and prepare a system capacity and expansion report. IV. Water and/or Wastewater Systems expansion and/or replacement construction design, including pumping stations 1. Provide engineer signed and sealed plans for improvements identified in the master plans, hydraulic modeling, or other needs as directed by the City of Miami Beach. Plans are to be based on good engineering practices, and performed by an engineer(s) qualified in the State of Florida to perform such work. V. Construction Management Services. 1. Provide construction management services which may include (but not be limited to): (1) assist with design development of third parties to ensure intended goals are achieved; (2) provide budget development, estimating and value engineering services; (3) assist the City with the bidding process for applicable projects; (4) assist with jurisdictional reviews and project related mitigation issues; (5) construction related activities and reviews, including pay applications; (6) project close-out and occupancy. VI. Project Studies and Reports. 1. Provide applicable project studies and reports, including (but not limited to) bond feasibility reports, construction feasibility and constructability reports, project schedules, and reports or studies required by agencies with jurisdiction over the scope of work. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: KING ENGINEERING ASSOCIATES, INC. PROJECT NAME: Project Name, DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for WATER & WASTEWATER SYSTEMS CONSULTANT (RFQ 2017-129-KB) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: � Total From Previous Additional Service Orders: � Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $X) (J ()()()( Design Services* $XXXX)000( Bidding and Award Services $X)00000(X Construction Administration ** $X)0000CXX Reimbursable Allowance*** $) ) ) )( Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XX)U00(, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. Consultant Hourly Billing Rate Schedule Water and Wastewater Systems Consultant RFQ 2017-129-KB Labor Category Hourly Rate Admin/Clerical $50.00 Administrator $85.00 Associate $188.00 CADD. Manager $152.00 CADD Operator $115.00 CADD Technician $75.00 Clerk $80.00 Designer $108.00 Draftsman $72.00 Draftsperson $101.16 Engineer $134.75 Engineer/Assistant Engineer $113.00 Engineering Intern $89.00 Engineering Technician $45.00 Field Inspector $85.00 Inspector $85.00 Principal $275.75 Principal Designer $141.00 Principal Engineer $151.00 Project Engineer $165.50 Project Engineer Senior $185.50 Project Geotechnical Engineer $120.00 Project Manager $194.00 Project Manager Senior $243.69 Scientist/Assistant Scientist $88.00 Senior Associate $238.00 Senior Driller $65.00 Senior Engineer $175.00 Senior Field Coordinator $144.00 Senior Geotechnical Engineer $143.00 Senior Principal Designer $159.00 Senior Principal Engineer $172.00 Senior Principal Scientist $164.00 Staff Geotechnical Engineer $90.00 Survey Crew Member $62.32 Survey Designating Crew Member $119.55 Survey VAC Crew Member $135.05 Surveyor& Mapper $113.80 Torhnininn Sao nn SCHEDULE C APPROVED SUBCONSULTANTS 1. Eastern Engineering Group 2. Louis J. Aguirre & Associates, PA 3. Geosol, Inc. 4. Staheli Trenchless Consultants, Inc. 5. GEI Companies, Inc. 6. Media Relations Group, LLC ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 2017-29853 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING IN PART THE RECOMMENDATION OF THE CITY MANAGER,PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ)NO.RFQ 2017-129-KB FOR ENGINEERING SERVICES FOR WATER& WASTEWATER SYSTEMS PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HAZEN & SAWYER, P.C., AS THE TOP RANKED PROPOSER, TO SERVE AS THE CITY'S PRIMEILEAD CONSULTANT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CH2M HILL ENGINEERS, INC., AS THE SECOND RANKED PROPOSER, TO SERVE AS A CO-PRIME/LEAD CONSULTANT; FURTHER, ESTABLISHING A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO WATER AND WASTEWATER PROJECTS, ON AN AS-NEEDED BASIS, AND WITH RESPECT TO THE PRE-QUALIFIED CONSULTANT POOL, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 300 ENGINEERING GROUP,P.A.,AS THE THIRD RANKED PROPOSER;AECOM TECHNICAL SERVICES,INC.,AS THE FOURTH RANKED PROPOSER;KING ENGINEERING ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; AND WADE TRIM, INC., AS THE SIXTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION, PROVIDED, HOWEVER, THAT THE AWARD OF ANY PROGRAM MANAGEMENT SERVICES SHALL BE SUBJECT TO THE ADVANCE APPROVAL OF THE MAYOR AND CITY COMMISSION. WHEREAS, on March 22, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-129-KB for Engineering Services for Water & Wastewater Systems Projects;and WHEREAS, Request for Qualifications No. 2017-129-KB (the "RFQ") was released on March 24,2017; and WHEREAS,a voluntary pre-proposal meeting was held on April 5,2017;and WHEREAS,on April 25,2017,the City received a total of 17 proposals;and WHEREAS,the Committee convened on May 2, 2017 to review and score the remaining proposals;and WHEREAS,the Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law,general information on the scope of services,and a copy of each proposal;and WHEREAS,the Committee's ranking was as follows: Hazen &Sawyer, P.C., as the top ranked proposer;and with respect to the pool of pre-qualified consultants for specified tasks on an as-needed basis, recommended CH2M Hill Engineers, Inc., as the second ranked proposer; 300 Engineering Group,P.A.,as the third ranked proposer;AECOM Technical Services, Inc.,as the fourth ranked proposer; King Engineering Associates, Inc., as the fifth ranked proposer; and Wade Trim, Inc.,as the sixth ranked proposer;and WHEREAS, after reviewing the qualifications of each firm, and having considered the Evaluation Committee's comments and rankings,the City Manager has recommended that the Mayor and the City Commission authorize the Administration to enter into negotiations with Hazen&Sawyer, P.C.,as the top ranked prime proposer to serve as the lead/prime consultant; and with respect to the pool of pre-qualified consultants for specified tasks on an as-needed basis, authorize negotiations with CH2M Hill Engineers, Inc., as the second ranked proposer; 300 Engineering Group,P.A.,as the third ranked proposer;AECOM Technical Services, Inc.,as the fourth ranked proposer; King Engineering Associates, Inc., as the fifth ranked proposer; and Wade Trim,Inc.,as the sixth ranked proposer. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept in part the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications (RFQ) No. 2017-129-KB for Engineering Services for Water&Wastewater Systems Projects;authorize the Administration to enter into negotiations with Hazen&Sawyer, P.C., as the top ranked proposer,to serve as the City's Prime/Lead Consultant; authorize the Administration to enter into negotiations with CH2M Hill Engineers, Inc., as the second ranked proposer, to serve as a co-prime/lead consultant; further, establish a pool of pre-qualified consultants for specific tasks relating to Water and Wastewater Projects, on an as-needed basis, and with respect to the pre-qualified consultant pool, authorize the Administration to enter into negotiations with 300 Engineering Group, P.A., as the third ranked proposer;AECOM Technical Services, Inc., as the fourth ranked proposer; King Engineering Associates, Inc., as the fifth ranked proposer; and Wade Trim, Inc., as the sixth ranked proposer; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration, provided, however, that the award of any program management services shall be subject to the advance approval of the Mayor and City Commission. PASSED AND ADOPTED this 17 day of RG 20 . f f r -/ l x Philip Levine, ay' .. ATTEST: j. e G ado C4erk Ra , / ,/ ..... .! APPROVED AS TCS 47. \ ,,.........%,,,,,,.....,,,,,,,„, 4.,... 04:4 FORM&LANGU E �`'�:•�`• ~`••• *� &FOR EXECUTION . \ _ ' W": 1—"3(0 117 • O LO - ` C ' V... ; City Attorney Date rT ;•f .1.;' ). .J . ' 4 Y Resolutions-C7 E MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales,City Manager DATE: May 17,2017 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFP) NO. 2017-129-WG, FOR ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS. RECOMMENDATION Adopt the Resolution. ANALYSIS The City purchases treated potable water from Miami/Dade County, and resells it to its customers_ There are multiple connections to the Miami/Dade County water transmission system. The City collects wastewater from its customers,including satellite cities,and conveys it to Miami/Dade County for treatment. The City provided (at its most recent count) potable water service to an estimated 10,414 domestic retail water accounts, and to approximately 2,958 irrigation (water-only) accounts. Expressed on an equivalent residential unit ("ERU') basis, the System provided service to about 29,001 domestic water ERUs and 8,443 irrigation ERUs. An ERU represents the average capacity for a single-family residential account (served by a 5/8-inch meter), and is used to measure the total customer base on an equivalent basis (how many total equivalent households are being served)since a significant number of customers may represent a single account that serves a large group of customers(e.g.,a condominium),or commercial customer that uses a large amount of water (e.g., a hospital or school). The E R Us were based on information published by the American Water Works Association regarding meter capacities, and which form the basis for the determination of meter equivalent factors. The City provided(at its most recent count)sanitary sewer service to an estimated 10,414 retail sanitary sewer accounts, and 29,001 sanitary sewer ERUs (all domestic water customers receive sanitary sewer service).The City also provides wholesale sanitary sewer to the Village of Bal Harbour, the Town of Bay Harbor Islands, the City of North Village, and the Town of Surfside(collectively,the"Satellite Cities"). The City is over 100 years old, and many of his assets are believed to have been installed Page 228 of 878 • during the time of its inception. Improvements,and expansions have been made throughout the City's history, and a comprehensive review of the entire water, and wastewater infrastructure needs to be performed. It is the City's intention to develop, and implement a long-term capital improvement plan to best position the community with a resilient, robust, environmentally responsible,and future proof,water,and wastewater system to serve into perpetuity. The City requested proposals from qualified firms to provide Engineering Services for Water& Wastewater Systems Projects to meet the City's needs for professional engineering services relating to its water and wastewater infrastructure improvement goals. Through the referenced RFQ,the City seeks to contract for the following: 1. Prime Consultant(s). The Prime Consultant shall act in the capacity of the City's lead consultant on its long term capital improvement projects for water and wastewater. The selected prime consultant shall provide the City with subject matter expertise to the City of Miami Beach on its water and wastewater systems. The Prime Consultant shall guide the City through the decision-making process of making its water and wastewater systems resilient,environmentally responsible,dependable,and future proof. 2. Pool of Pre-qualified Consultants.Additionally,to assist with smaller engagements relating to water and wastewater work (or related needs), the City intends to create a continuing pool of prequalified consultants in accordance with Section 287.055(2)(g). RFQ PROCESS On March 22, 2017, the City Commission approved to issue the Request for Qualifications(RFQ)No.2017-120-KB for Engineering Services for Water&Wastewater Systems Projects. On March 24, 2017, the RFQ was issued.A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on April 5, 2017. RFQ responses were due and received on April 25, 2017. The City received a total of 17 proposals.The City received proposals from the following firms: • 300 Engineering Group,P.A. • A&P Consulting Transportation Engineers Corp. • AE COM Technical Services,Inc. • CH2M Hill Engineers,Inc. • Chen Moore and Associates,Inc. • CPI-1,Inc. • CPM North America PLLC • CSA Central, Inc. • Hazen and Sawyer,P.C. • HT&J,LLC • King Engineering Associates,Inc. • Lockwood,Andrews&Newnam, Inc. • Milian,Swain&Associates, Inc. • Pennoni Associates Inc. • R.J.Behar&Company,Inc. • Stantec Consulting Services Inc. • Wade Trim,Inc. On April 18,2017,the City Manager appointed the Evaluation Committee via LTC#206-2017. The Evaluation Committee convened on May 2, 2017, to consider proposals received. The committee was comprised of Roger Buell,Assistant City Engineer, Public Works Department, Page 229 of 878 City of Miami Beach; Roy Coley, Assistant Director/Infrastructure Director, Public Works Department, City of Miami Beach;Jay Fink,Assistant Director, Public Works Department, City of Miami Beach;Manny Marquez,Assistant Director, Finance Department,City of Miami Beach; and Margarita Wells, Acting Director, Environment& Sustainability Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the R F Q. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, in the following order: 1. Hazen and Sawyer,P.C. 2. CH2M Hill Engineers,Inc. 3. 300 Engineering Group,P.A. 4. AECOM Technical Services, Inc. 5. King Engineering Associates,Inc. 6. Wade Trim, Inc. 7. Milian, Swain&Associates, Inc. 8. A&P Consulting Transportation Engineers Corp. 9. Pennoni Associates Inc. 10. Stantec Consulting Services Inc. 11. Chen Moore and Associates, Inc. 12. R.J.Behar&Company,Inc. 13. CPH, Inc. 14. HT&J,LLC 15. CPM North America PLLC 18. CSA Central, Inc. 17. Lockwood,Andrews&Newnam,I nc. A summary of each top-ranked firm follows: Hazen and Sawyer According to the information provided by the firm,Hazen's focus is exclusively on water, wastewater, and stormwater engineering. We stand out amongst our peers in terms of subject matter expertise, local capitalmaster planning experience, and water/wastewater engineering design. In fact, Hazen currently provides the same services required by this contract to your neighbors including: Hialeah, Homestead, North Miami,Coral Gables, North Miami Beach, and Miami-Dade Aviation Department{MDAD).By leveraging this directly applicable experience for other local coastal cities and our subject matter experts, the Hazen team will deliver a capital and master plan that is Resilient, Innovative,Sustainable,and will foster Economic Growth.We are a ready to begin work and commit to providing a prioritized capital plan immediately. cH21UI bill Engineers,Inc. According to the information provided by the firm,CH2M fully supports and embraces the City's goal of developing resilient, robust water and wastewater systems in an environmentally responsible manner, as embodied in Miami Beach Rising Above.Thier worldclass experience —both in South Florida and around the globe—provides the local knowledge and industry leadership that are essential for developing the water and wastewater infrastructure that will Page 230 of 878 serve the City reliably and cost-effectively for many years to come. Industry Leading Engineering Qualifications Demonstrating the world-class expertise CH2M brings to the City of Miami Beach,we have a long,consistent history of leading the industry in the provision of water and wastewater-related services. CH2M has been the country's No. 1 Sewer/Wastewater Company for 11 consecutive years, the No. 1 Pure Designer, and the No. 1 Construction Management/Program Management Company. As a practical example of the advantages that our industry leading resources and experience bring to the City of Miami Beach,the City need only look as far as Miami-Dade County, where CH2M is Owner's Agent for the $5.7 billion Ocean Outfall Legislation (OOL) Program. As Owner's Agent, CH2M is responsible for charting the future course of the County's wastewater system so that complex OOL requirements,such as rerouting wastewater flows from the east to the west,are met by 2022. 300 Engineering.Group,P.A. According to the information provided by the firm, We assembled an unparalleled team of subject matter experts with the necessary local support to better serve the needs of the City of Miami Beach and to develop and implement a long-term capital improvement plan-- with the available information and in a short period of time.We assembled a team which 1)understands your water and wastewater system vulnerabilities to climate change and sea level rise, 2) is willing to work 24/7 to make your system resilient, robust, environmentally responsible, and future proof,and 3)brings a fresh perspective to the City of Miami Beach. Their team consists of: Tetra Tech, a global engineering firm ranked No. 1 in Water by Engineering News-Record (ENR) for 13 consecutive years with over 16,000 employees worldwide, and 500 employees in Florida; D&B Engineers, a water and wastewater firm, operating since 1965,with expertise in underground aging infrastructure;and the FIU Sea Level Solutions Center, a group of experts in the development of adaptation strategies for communities subject to climate change/sea level rise in South East Florida,including the City of Miami Beach. This team is reliable, cohesive, efficient, and has well-established professional relationships. We have collaborated on past projects and continue to work together, achieving collective results that equate in increased client satisfaction. AECOM Technical Services,Inc. According to the information provided by the firm,AECOM has a history of performing water and wastewater utility consulting services to municipal clients throughout coastal southeastern Florida facing similar resilience and sea level rise issues as the City of Miami Beach, These clients include the Cities of North Miami Beach, Cooper City, North Miami, and Hollywood as well as Miami-Dade County Water and Sewer Department. AECOM has years of experience supporting Miami Beach in combating the effects of sea-level rise and evaluating opportunities to create a more resilient community. They have assisted Miami Beach in the development of the Resiliency Program, creating and executing codes and recommended actions to improve resilience;assisting in the adoption of revised ordinances;strengthening the City's programs as a part of the FEMA Community Resilience Score to reduce insurance costs; and assessment of the vulnerabilities and strengths of the CitVs assets to sea level rise. A key outcome is the Guidance Document on Sea Level Rise Vulnerability,which includes the Adaptation Decision- Making Assessment and Planning Tool(ADAPT). This tool provides the City with consolidated information and processes to use for building resilience strategies into City operations and capital investment decisions. Page 231 of 878 Kin• En•ineerin• A so is • I According to the information provided by the firm,King is a full-service consulting firm providing water, wastewater, and reclaimed water master planning and engineering services for governments and agencies throughout the state of Florida for 40 years. King staff has planned and designed over 500 miles of water and wastewater utility pipelines and supporting infrastructure of pump stations for municipal utilities throughout Miami-Dade County and the State of Florida. These pipelines have been constructed using a variety of methods including open cut, horizontal directional drill, micro-tunneling, jack and bore, auger boring, and subaqueous installations. Our installed pipe material has included ductile iron, PVC, HDPE, fiber glass, steel, and PCCP. King has also extensive experience in the rehabilitation of pipelines and pump stations.To upgrade and extend the useful life of pipelines we have used a variety of techniques including slip lining,pipe bursting,swage lining,folded liners,and cured in place liners. Local Firm! Local Team--King's services for assignments received under this contract will be executed from our well established Miami office which is located approximately 30 minutes away from Miami Beach. Wade Trim,Inc. According to the information provided by the firm, Wade Trim is proud to be a South Florida consulting engineering firm helping local and regional governments create livable, sustainable communities through practical and innovative solutions.Starting in 1926,Wade Trim completed utility designs for municipalities.As work grew in response to changing client needs, our staff and offices have expanded to nearly 400 employees in 19 offices throughout the eastern United States.Wade Trim is consistently ranked among the top design and environmental firms and continues to be nationally recognized for innovative solutions. Nearly 90% of our business is from repeat clients, a testament to our commitment to client relationships. We are excited to expand our commitment to Miami Beach in resolving its infrastructure challenges. For nearly four years,Wade Trim has been at the forefront of Miami Beach's response to climate change and sea level rise.The first neighborhood to have elevated roadways and enhanced stormwater pumping systems implemented,Sunset Harbour was designed by Wade Trim.Since that time we have designed infrastructure improvements for Palm&Hibiscus Islands and Espanola Way, and are under contract for drainage, infrastructure, and streetscape improvements in the Citys high-profile 1st Street corridor. Wade Trim has not only remained on the leading edge of the City's sea level rise and resiliency technology,we have been active in educating the public and other stakeholders through presentations,technical papers,and events throughout Miami-Dade County. CQNCLUSION After reviewing all the submissions and the results of the evaluation process, I recommend that the Mayor and City Commission approve the resolution authorizing the Administration to enter into negotiations with Hazen & Sawyer, as the top ranked and Prime Consultant. Through its proposal and presentation to the Evaluation Committee, Hazen&Sawyer has demonstrated its capacity and experience in water and wastewater systems. The firm has been awarded and performed well on a number of related contracts. Finally, Hazen & Sawyer provided a clear and detailed approach to how its services would benefit the City, including subject matter expertise,long range planning and potential cost savings. Additionally, I recommend the following firms five (5) firms, based on the City's anticipated needs and potential volume of work, be approved to participate in the pool of prequalified consultants, on a continuing basis pursuant to Section 287.055, Florida Statutes, in order to Page 232 of 878 assure that the City's needs for engineering services is available expeditiously from firms qualified to perform the work; CH2M Hill Engineers, Inc.,as the second ranked proposer, 300 Engineering Group,P.A.,as the third ranked proposer,AECOM Technical Services,Inc.,as the fourth ranked proposer, King Engineering Associates, Inc., as the fifth ranked proposer, And Wade Trim, Inc.,as the sixth ranked proposer for the pool of pre-qualified consultants_ Finally, I further recommend that the Mayor and City Clerk be authorized to execute agreements, upon conclusion of successful negotiations by the Administration, with the Prime Consultant and the pre-qualified firms. FINANCIAL INFORMATION The cost of the related services,determined upon successful negotiations,are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for this project. Legislative Tracking Public Works/Procurement ATTACHMENTS: Description o Attachment A--Evaluation Cot nrnittee Scorings and Rankings Page 233 of 878 y eta :7 v 0 `.,!,-1 Qi v f040 Oa OD Y4 L d� fr 0 d I c ' s f = ch �r-- R z2nbiev,1 Fti(o r`+w m tin fa c*o may c .1 co k[JI SP p g 2 2 g 8!f} tty Zn O O rJ Ca Ln'�•^? �r fl1 Q? ..�:� tell tp h.h.(`J Q uy cr r!"M r Ga CSy k)M3 st U)th Cly Ch 0 x�-w L ' I � f t^N t7v.c0 a)c4 a,c0 Le)0y ch fil 2. .1.`–`� 53 n 1M 12 2 P- co co �•- ' r` 4J m •i�i. >tri �n an �ea to to�to rs l,,i9 f�'L" • t+ M c tit by A c+rs N A A M A M d - Z I/ ,' CL' "'�51': tY 111 114 E u 2 {� o v E=wot, "1,",W 3y v F 3 w L • U 5'12 U su z o v� f'I 3 z z z1:4 .3-1, ;a •g+ _.g g .. s a `81§ 4 r � ,x a-`V�w � � , i) 1, .e gx � cxi w �js - ip ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) tr-1 MIAAAIBEACH City of Miami Beach, x 735 Mer'dar Avert;? 3'"P cr "YY'c' Secc- -i.ir c'J 33'31; www R,crribe ch l.gA`Vv PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2017-129-KB ENGINEERING SERVICES FOR WATER &WASTEWATER SYSTEMS PROJECTS April 19, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, April 25, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENTS. Exhibit A: Pre-Submittal Meeting Sign In Sheet Exhibit B: 2015 Unified Sea Level Rise Projection Ill. ANSWERS TO QUESTIONS RECEIVED. Q1: We recently submitted another proposal to the City on April 14 that required the Dun & Bradstreet report to be sent to the Procurement Contact. Do we need to submit this again or is there a form we can sign certifying the previous submission? Al: At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR). Q2: Does the prime responder have to show an employee as the Subject Matter Expert for all 8 categories or can we utilize a subconsultant for one or more categories? A2: Proposers must identify and submit evidence for Subject Matter Expert(s) Key Personnel. The RFQ does not require the subject matter experts to be employees. Q3: There seems to be a duplication in the 8 categories of work listed on page 15 unless the first 4 refer to the planning aspects of the project and the last 4 refer to the design work. Is that a correct interpretation of what the City meant? A3: There is no duplication. The City is seeking expertise that includes design capabilities and other non-design expertise in a subject area. The expert may be the 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS same person or different people in the same discipline, for example an experienced water operator may serve as the water distribution expert for matters that do not require a P.E.'s design expertise, or a P.E. with operational expertise may serve both functions. Q4: I am writing to respectfully request a two (2) week extension to the response deadline for RFQ 2017-129KB - Engineering Services for Water &Wastewater System Projects. A4: Please refer to time extension above. Q5: Since a Water and Wastewater Master Plan will be developed under Item III of the RFQ Statement of Work Required (page 29), and such Master Plans may affect the 20-year CIPs developed under Items I and II, wouldn't it make more sense to develop initially a first phase 5-year CIP (with the most urgent and immediate projects) and then, after the Master Plan is done (possibly 1 to 2 years after program start) amend the CIP as needed and make it a 20-year CIP (as requested) with the projects identified in the Master Plan? A5: Please refer to Appendix C, Minimum Requirements and Specifications, Subsection C2 "The services described in items I, and II are intended to be awarded immediately. The services described in subsequent items may be awarded in the future." Items I and II would become the system plan if item III is not authorized. Q6: What planning horizon should be covered under the Master Plan, since already the CIP is for a considerably long term (20 years)? For example, 30, 40, 50 years? A6: The expected life of the existing assets. Q7: Does the City foresee the need for the selected firm to provide land acquisition services in relation to the CIP projects it designs? A7: Not at this time. Q8: Does the City foresee the need for the selected firm to provide permitting services for the CIP projects it plans and designs? A8: Permitting services are not specifically identified in this RFQ; however the selected firm(s) under items Ill, V, VI, or VIII could be tasked with those services if offered. Q9: Does the City foresee the need for the selected firm to provide procurement assistance services for the CIP projects it plans and designs? If so, what level of assistance? A9: Procurement assistance is not specifically identified in this RFQ; however the selected firm(s) under items V, VI, VII, or VIII could be tasked with those services if offered. Q10: The RFQ Statement of Work Required lists "Value Engineering" as one of the possible services to be contracted. Since design is one of the services that may also be contracted, is it envisioned that some designs will not be performed by the Prime Consultant but rather by the consultants on the pre-qualified pool? Is there an idea of how much design work would be self-performed versus performed by the pool of consultants? 2 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS A10: The services may be performed by a single selectee, or any combination of selectees at the City's discretion. No estimates are currently available to describe amounts to be self-performed. Q11: The present email is to ask if the results of the Supplier Qualification Report (SQR by Dun & Bradstreet) are required for the proposal submittal or the confirmation of the SQR request suffices. All: Please refer to response Al above. Q12: Could you please provide a City of Miami Beach water and wastewater system description, including miles of pipeline and number and description of other system assets? Al2: Items I, and II include the development of inventories. An conceptual estimate is 4 water storage tanks, 180 miles of water lines, 152 miles of sewer lines, 33 pumping stations, 1,000 fire hydrants, 86 water crossings, 20 MGD to 25 MGD water and wastewater distribution/collection. Q13: Please confirm that no pricing or costing of services is required to be submitted with the response to the RFQ and that these would be negotiated with the selected respondent later on. A13: Cost of services is not a requirement of this RFQ, fees will be negotiated during the negotiation phase. Q14: Typically, a Master Plan (MP) precedes the Capital Investment Program (CIP) design. The MP looks at long term goals and projections (usually over a > 20 years) and then those are translated into projects that make up the CIP. The CIP is a comprehensive list of projects (a project inventory) that are scheduled and ordered depending on constraints (for example, execution or funding constraints). The RFQ, on the other hand, has CIP design as the first tasks. Is the thought that the CIPs developed under The Statement of Work Requirement section of the RFQ, item C2(I) and (II) (page 28 of the RFQ) be prepared as an inventory of information gathered from available sources, but later updated when the Master Plan is prepared? Can the logical order of the scope of work be altered so that MP comes first, in order to be more efficient? A14: Statements are well received and understood. The City anticipates significant immediate needs, and does not have the luxury of developing a master planning document prior to identifying most important projects due to timing restraints of capital markets. The City reserves the discretion to task the selectee(s) with any task without consideration to the order listed if deemed to be in its best interest as determined by the City. Q15: The CIP Development tasks require that all parts of the system be documented, including facilities, condition of equipment and system components. What level of granular detail is • 3 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS the City of Miami Beach looking for? For example, should all sewer manholes be inspected? Should every mile of sewer be inspected with CCTV or other technologies? Should water mains and other underground water infrastructure be inspected with the use of invasive technology (for example)? A15: The City expects the selectee(s) to review existing information, and recommend what efforts are needed to develop the capital improvement prioritization. Considering the recommendations negotiations will take place for the task(s). Q16: Have there been any water or wastewater infrastructure assessments performed in the past that can be provided? A16: Please see response A15 above. Q17: he Statement of Work Required states under the CIP Development tasks that "The planning document should include approximately 20 years of work". Does the City know what are the constraints for execution that would define the schedule of implementation? For example, is there a yearly CIP budget limit? A17: The City's goal of item I, and II is to understand needs based on a priority developed with a matrix that includes likelihood, and consequence of failure. The City will then determine the prudent level of spending that will determine the exact time horizon. Q18: Are there combined sewers or documented cross connections between storm and sanitary sewers? A18: None are known. Q19: Are storm sewers part of the scope of work? A19: No. Q20: Is there a Master Plan for the City and if so, can it be provided? A20: A current master plan for water and wastewater is not available. Q21: Can you please provide any existing expansion or growth plans for the water or wastewater systems? A21: The City is considered largely built out, and expansion likelihood is limited. 022: Can you provide a list of water and wastewater pump stations and their capacity? A22: Please refer to response Al 2 above. Q23: Can you provide water and wastewater system maps of major infrastructure? 4 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS A23: Please refer to response Al2 above, and all existing GIS mapping will be provided to selectee(s). Q24: For the design scope of services, is the selected Prime Consultant expected to execute 100% design documents or will the Prime Consultant be providing preliminary design (say 30% design) for other Pre-Qualified Consultants from the Consultants Pool to execute to 100% under Prime Consultant review and supervision? A24: It is the City's option to task any consultant(s) with any level of service and negotiate pricing based on level of service. Q25: Is there a sub-consultant minimum set aside? Are there any set-aside requirements for minorities, women or other disadvantaged businesses? A25: There are no set-aside requirements. Q26: Can you provide a detail age, material and miles of pipe for the water system? A26: Please refer to response Al 2 and A23 above. Q27: Can you provide a detail age, material and miles of pipe for the wastewater system? A27: Please refer to response Al2 and A23 above. Q28: Given the short time frame (particularly there are only ten days after questions are answered), will the City of Miami Beach consider providing more time and extending the deadline to respond to the RFQ? A28: Please refer to time extension above. Q29: Can you provide an inventory and map of the water system's pressure reducing valves (PRVs) and pressure sustaining valves (PSVs)? Are these inspected and maintained on a regular basis? A29: Please refer to response Al2 and A23 above. Q30: Can you provide an inventory and map of the water system's fire hydrants? Are these inspected and maintained on a regular basis? A30: Please refer to response Al2 and A23 above. 031: Can you provide an inventory and map of the water system's control valves? Are these exercised on a regular basis? A31: Please refer to response Al 2 and A23 above. 032: Are wholesale water meters from transfers from the MDWASD system the City of Miami Beach responsibility? Can you provide an inventory and map of the water system's wholesale water meters? A32: Wholesale meters are owned and maintained by MDWASD. Also please refer to response Al2 and A23 above. 5 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS Q33: Are there any wholesale wastewater flow meters to measure wastewater transfers to MDWASD? Are these the City of Miami Beach responsibility? Can you provide an inventory and map of the wastewater collection system flow meters? A33: Please refer to response A32 above. Q34: Can you supply or let us know where to get the SE Florida Climate Change Compact Planning Tool referred to in page 3 of the RFQ? A34: Please refer to Exhibit B additionally, all compact resources can be found here: http:llwww.southeastfloridaclimatecompact.orgl . Q35: Can you provide a guideline of the amount of Design work this RFQ may require? A35: Estimates are not available. Q36: You stated in the pre-bid meeting that the City is a Waste water collector and a water distributor. We have seen that the County may be looking into Pre-Treatment Facilities, do you foresee any pretreatment VVWTP within the jurisdiction of Miami Beach? A36: The City is unaware of any pre-treatment plans. Q37: Can you provide or guide us into demographics, growth rate of population and City construction projects in the permit pipeline? A37: The City's CAFR located on City's website is the best information source we have available for this information. Q38: Can you identify any particular areas that will need to be prioritized due to excess growth impacting both systems? A38: Not at this time. Q39: Can we use 11 x 17 page sizing for the organizational chart? A39: Yes. Q40: Page 14, 2.2.1 — please clarify what is the difference between the Experts and the Design Engineer. We are not clear as to what you are looking for with these two similar designations. A40: Provide a comprehensive summary of the experience and qualifications of the individual(s) who as proposed will be selected to serve as the Subject Matter Expert(s). Also please refer to response A3 above. Q41: Will the City post a sign in sheet from the pre-bid conference for the above reference RFQ? A41: Please refer to Exhibit A. Q42: Are any restrictions on the same firm developing the CI P, performing design, and 6 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS providing construction management and inspection services on the same project. A42: No. Q43: There was no reasonable measures Application attached to the RFP per Page 21 - Appendix A. A43: Reasonable measures application will be provided by the City during proposal submittals review to proposers which cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage). Q44: Per page 15, 2.3 Financial Capacity states "At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report." Does that mean we need to submit it with our proposal or to inform us it may be requested at another time. If we do need to submit the report, will the information be treated as confidential information? A44: The City will request the Supplier Qualification Report from Dun & Bradstreet directly from the prospective proposer upon receipt of proposal submittal. Q45: Do we need to provide a copy of our insurance certificate? A45: No, certificate of insurance will be requested at time of contract execution. Q46: Page 28, Cl, #2 —what information are you requesting to be submitted for "the volume of contract"? A46: Please include the dollar amount of the task. Q47: On Page 28, C2. Statement of Work Required. Please confirm that there is no submittal requirement for this section. A47: There is no submittal requirement for C2. Statement of Work Required (p. 28). Q48: Would the City consider extending the opening date of the solicitation? A48: Please refer to time extension above. Q48: Please clarify the role of the pool of pre-qualified consultants. We are looking to be a sub- consultant, as we do not have the qualifications to be a prime. Does that mean that we can submit our qualifications to this RFQ anyway, and note that we are submitting for the pool? Can we also team with a Prime, or will the Prime only be able to choose from the pool to use as their subs? A48: Proposers not selected as prime consultant(s) will qualify to assist with smaller engagements relating to water and wastewater work (or related needs), the City intends to create a continuing pool of prequalified consultants in accordance with Section 287.055(2)(g). Firms that submit a proposal pursuant to the RFQ, and who are deemed to be responsive, responsible and best qualified may be eligible to participate in the continuing pool of pre-qualified consultants. The firms included in the continuing pool will also be eligible to participate as sub-consultants to the prime consultant on applicable projects at the discretion of the City Manager. 7 d ADDENDUM NO.1 A' REQUEST FOR QUALIFICATIONS NO.2017-129—KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS Q49: Are there any restrictions of solicitation? A49: Please refer to response A42 above. Q50: What is the time period of the contract for the prime consultant chosen? A50: Term of contract shall be for a period of three (3) years with two (2) additional one (1) year renewal options. Q51: What is the contract capacity for the prime consultant? A51: As such, the scope or value of the work awarded to the prime consultant shall not be limited to the limits established pursuant to Section 287.055(2)(g), Florida Statutes. Q52: Is there a current CIP master available through the net? A52: No Q53: Are there any drawings of the area such as pump stations locations available? A53: Please refer to response Al2 and A23 above. Q54: If a consultant submits to the pool are they allowed to be selected as the prime? A54: Please refer to response to A48 above. Q55: Can a firm submit to the pool and not the prime? A55: Please refer to response to A48 above. Q56: Will the City hire more than one prime for the CIP plan? A56: While the City intends to make an award to a single consultant, it reserves its right to award to multiple consultants if it deems it is in its best interest. Q57: Will the pool of consultants help to develop the CIP plan along with the prime consultant that is chosen? A57: The firms included in the continuing pool will also be eligible to participate as sub-consultants to the prime consultant on applicable projects at the discretion of the City Manager. Q58: If you perform the design work what is the rule on the construction side of the project? A58: Please refer to response to A42 above. Q59: Will the City consider a team that does not meet all minimum requirements as a prime consultant? A59: Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to IADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Alex Den". ement Director 9 ADDENDUM NO.I REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS Exhibit A Pre-Submittal Meeting Sign In Sheet 10 ; ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS a � I a Lw f CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: April 5, 2017 TITLE* REQUEST FOR QUALIFICATIONS (RFQ) 2017-129-KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Kristy Bada Procurement - CMB 305-673.7000 �:r;stvbada-� - ext. 6?I8 miar�ibeachfl.aov W 1 f ` 6/17 1. AC/ 3 4.? /C‘q ( I r ,.? S r 'i itCent:; LA..1 41 j'i .s CI ff'''��at tr'" r T:.+ 1"✓� i /w ftp /'� ""� f 1 • /r s Ga.) S t SC C f'i't c I4.1-'L-,1 -7 c:C/e cf.-tr s k) ("0 4-.1 --6=1 co T-cl a yr S ,,T) 14+ -01-2/3 rife 3 l; 5�� ti r1 c ,0,. .5 0.3 Ref?7,)012 30g - 8_9 g4 /Vein 60/77 tfz / p eirpvy7fLeer7 3c5— matin,/ t S 6-1,t., `N :�, • �c�• Z-'�-'��S cc/kJ_ 55-,ez ‘-0 q 4'./ 2/,j-176/161- 2-1,7 r; „ oiroblio.c (Arcc-4-01 FC9-P)/-77i/ /4y5-6,/c CIZ‘es-64t C64-147L12-c.4); Q/r i JaalQ Qt,Leiod.0 0- C.0 (titlo ir,)_5;4e_evc ,e loci, e,4,4)tio . t..zA, JO S Cr 1. 4(7) 7-11 0;) pie, CITY OF MIAMI BEACH PRE—PROPOSAL MEETING SIGN—JN SHEET DATE: April 5, 2017 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2917-1294KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS NAME COMPANY NAME (PLEASE PRLNT) PHONE# FAX# E-M: LL ADDRESS o e rn co+ "Ic- 441-545i 4 3os'- 4 G1-S4 4 �. �l C S� � AJC r r3-E-z- 1-87-32)4*-0045 qcokLt V,rt c,t,t 1. S '�. 3oq- c?'2d 961v rl0-M 00f A145 .z2,14 - 4,4„1 Fv-eft-le-s a.54 � t 305'.ci72 2706 - rriry en cs Cs .rAN* GioN1 N, 'Pi Am . acC-Irs-1-261o/ Vol.() crol Com ✓'G '•' ,. . 0, 8,r e. C_. DOS-c105- clic-A(1a 5cm-Yo o4v--€) 14 21 CY c �c So 5 -city - 7.A\I PCTSK\if t C,� ZA\(;T K.Y Q.TETIZATECV, H2-t ,. , . ,.fes t,- gi 1 & y G t - 7771 t, v -77i'/ Azou E a. R-115-6 tiA2 •C,1)Arek6,1SA,)1/44‘e 04.11.4epto"....0.4 sez---vy et' 7/21s- otier 1 Cq I 10. ,v .70 31 -z a qtql< Z__ rip{tE . co Fr��s � ary► Yr' t/t,i {<4,4 reYSc-L14-‘r_L .4 1k<C(DCH 7167 L. CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: April 5, 2017 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2017-129-KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS DJVC fi ftk eLt V 1 417 4-07 cl-Itit l'-tCs Lori 7_PS os 3346 oJvvV ,k ":50o ZY9i,VdmYt5 :r017 52, 0() -Gaci ez-• sec*steaafte (>3 - • 05 cfCk t!) 7, ; 7:513 ,i4ktfq tuff.kyr.,. 3;.0 201 Rct,v\ty., ..te\aA • ofr; 16iityi4gc4714titt 341‘is )1.* IVR41-eC. pkoritp-f bLcd - SErsis tr sils.2.1533 6 1\J )g-13cer- Se-AT 4(1 elk,/ Cypti) 44,k •es Pr- q05, c9 ,r-medior cfkuprii. 3 CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: April 5, 2017 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2017-129-KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS NAME COMPANY NAME (PLEASE PRINT) PHO�Ek FAX# E-MAIL ADDRESS Oes Octkr 1\Adt'vljok, L ,wco Covi Call \"\JcCU T 'ri ao� Fc�ChC40 lI t �(�/ncuS v\Jca Coy P(Ai.wiw c Lo, Etii vi ceAc CV(1 MA* YYltnne� Ao Co ll JOS � co&t- C1kin Moot,� A&coc . Coi - dft.1, \ Lt,b Cocks i-cki CLIsttvy, E. l Sam rae.vn'1 t� Exhibit B 2015 Unified Sea Level Rise Projection 11 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-129-KB ENGINEERING SERVICES FOR WATER&WASTEWATER SYSTEMS PROJECTS MEMORANDUM TO: Management Team FROM: Jimmy L. Morales, City Manager .,,••• -�' DATE: March 23, 2016 SUBJECT: 2015 Unified Sea Level Rise Project in BACKGROUND We are taking aggressive action across the City today to address sea level rise, from stormwater projects to land use amendments. We are also planning for the future and developing a citywide Resiliency Strategy. The purpose of this memorandum is to make sure that all staff is aware of and utilizing the Southeast Florida Regional Climate Change Compact's Unified Sea Level Rise Projection. The projection was updated in October of 2015 and adopted by our City Commission at the March 9, 2016 meeting. It is an excellent planning tool with accompanying guidance and training. The projection is required to be used for relevant planning and construction throughout all departments. The following is a list of key programs that are to incorporate the Unified Sea Level Rise Projection: • The scope of Procurement solicitations; • Capital Improvement Projects (CIP planning)for all departments; • Public Works projects; • Transportation projects; and • Additional projects and programs as appropriate. UNIFIED SEA LEVEL RISE PROJECTION OVERVIEW The updated Unified Sea Level Rise Projection for Southeast Florida projects the anticipated range of sea level rise for the region from 1992 to 2100. The projection highlights three planning horizons: 1. Short term, by 2030, sea level is projected to rise 6 to 10 inches above 1992 mean sea level. 2. Medium term, by 2060, sea level is projected to rise 14 to 34 inches above 1992 mean sea level. 3. Long term, by 2100, sea level is projected to rise 31 to 81 inches above 1992 mean sea level. SLR Projection March 23, 2016 Page 2 of 3 F.4) ` Unified Sea Level Rise Projection 7 (Southeast Florida Regional Climate Change Compact,2015) 70 P�C3 USACE High -• > Year Medi ar (Inches) lir?0"tes i ,. Y `+ ,Q r. Z7) 2030 6 10 12 Ci t ' ° 0 2060 14 26 34 J ? r` 2100 31 61 81 — 20 26" • • v ..i,, v 2.4",• - 1' . 1002 Asttl .iOlCi 202,3 .10tx; 2:.;;0 40K: ?i90 Yea Figure 1:Unified Sea Level Rise Projection.These projections are referenced to mean sea level at the Key West tide gauge.The projection includes three global curves adapted for regional application:the median of the IPCC ARS RCPS.5 scenario as the lowest boundary(blue dashed curve),the'USACE High curve as the upper boundary for the short term for use until 2060(solid blue line),and the NOAA High curve as the uppermost boundary for medium and long term use(orange solid curve).The incorporated table lists the projection values at years 2030,2060 and 2100.The USACE Intermediate or NOAA intermediate Low curve is displayed on the figure for reference(green dashed curve).This scenario would require significant reductions in greenhouse gas emissions in order to be plausible and does not reflect current emissions trends. The lower boundary of the projection (dashed line) can be applied in designing low risk projects that are easily replaceable with short design lives, are adaptable and have limited interdependencies with other infrastructure or services. The shaded zone is recommended to be generally applied to most projects within a short-term planning horizon. It reflects what the Work Group projects will be the most likely range of sea level rise for the remainder of the 21st Century. The upper curve of the projection should be utilized for planning of high risk and critical infrastructure projects. TRAINING AND RESOURCES Integrating the Unified Sea Level Rise Projection into planning and operations is vital, citywide. In the 2016 Management Team survey on Sustainability and Resiliency, feedback included more than 100 ideas, including continuing with planning and codifying (18), increasing staff awareness and staff(11), and developing specific ways for departments and employees to help (4). Sea Level Rise Projection training was provided for City staff on March 14th 2016 by Dr. Samantha Danchuk from Broward County, who served as lead staff to the Compact working group. Dr. Danchuck presented how the Unified Sea Level Rise Projection was developed utilizing the most recent science, how to understand and use the different planning horizons based on the type of project and location, and shared guidance resources. The Unified Sea Level Rise Projection and Guidance will be updated every five to seven years to account for the ongoing advances in scientific knowledge related to global climate change. SLR Projection March 23, 2016 Page 3 of 3 For additional information and resources: • The March 14th Unified Sea Level Rise Projection training video can be viewed on MBTV at: Thep..te v e_corn/previiew?id=T O32433 video=269185► • The 2015 Unified Sea Level Rise Projection for Southeast Florida, including guidance in applying the projections, is available on the Compact website at: http:fi ..so jtheastforidaclimatecom cact.arq/wo-c onient/u loath/2315/1Jf 2015-Compact- Ui ifed-Sea-Level-Rise-Praiection.pdf • City of Miami Beach Resolution 2016-29317 is available at: hti0:lir an beach1315/WebLink PDF/?lh2IdozitDi3tidd:454axg0I3!2015-29317%2OReso.pdf With professionalism, experience, and innovation, we will make the most of these excellent resources. We will continue to plan effectively now and in the future. Please contact Susanne M. Torriente, Chief Resiliency Officer, with any questions or comments with regards to this memorandum. SMT/AK/ESW "$f 4.:'''''''''''''''';':',;;I '�"�}a ^�;�� .„e > �'.,...'•!9,i'' mGa,.x.!.),'*!,:.4.'4‘4,*".;* �� s ti�°,s•t r.�4 s e�%$ v �� a^ � 'q `;�Ywka4�`a � al- �'Y� u � >+w,6w4t ��,� a�4 �'} i%'C �#+,.+3�.,' ua �, ,•?^y,s"�"T M6� d<d v�q� ,w ''`>" s � ... � s�S%d"�'=� k�1,.° ,t",A gp�� *�F;.�A����wse�, r"- "� t% ',',;"4:474; y�"* m., a,, ��fr,�p?,?��4L�""��r d� �"� $'�„,�,w"�� ���'rfY�"+''''',4).,'''''',-...'" yF'• ���`!3�.t �a•"�y�:`W Ax-•Uri „M.t'^ «a.,i n a'e '�`" PS15 i '"%Ma;> t ,,,r,. .,p ,X� aW..,A^ Y�, tEf+f tl .,y „ A ^` ?" ,M•1+'"r d• 4. �.Ia"ham A, .+' p�>:;,�. i„ki ' ,� 7 :, ' a•R z^v e';,7,7„. ,✓ 328"'7S'Y' ` �RW�T'.1„1,14 `'"*R;'' '�h'a'; &„x :..,e �:,:'k°!",,. , '. `fiP % $�'" r Ap ^u„M '� �, � ar Y � ""t '»y -xf�: k �, te'4,. ,�°„rw�. �+„ {erw• �'°7n r% + ��� ti` '��.s ��w� G^�S „w„ �.1�� x e e ' a }" p�µ# & uX17 : F µw.W1`4a 1. `'ri %.v.d� P '�Pk . '� ^'+r^ '� `", ;a`...,"'*..2,- '�''_rsu�,c"„1`wx•..w /" .r`L Vis.'k arra to d. a «w,� a, er%w*�.a3 r`�,.e«ar6 ar�.t r r" �'s' x •",','''',„' .''';',—,:f..7: ," ,q "�� a �"ar „ d .�xi' ' �k .� � r :,,''.A7 s a rr"a er 3'^� ',.'':: :'''!"''').'17 4 * " a� z 'a s�` 's,k�� �"°r �,%,� is s r�i w. r�, � � ' ti i '*e ry'v �L h 3 'f'.�P^R°`nt Y r�'fi.P.•°«rr yr cc.�r.,.�,q D _�:1"' ,« Si c ti' :s a "..-..` , ,''� ':;� '0^rkKd.aC�$�:r<f 5.� w y_."" `�* t"",�����,"�~a � t4��a r�,! �M ,i;,:.,:,7::;.`" � w�:.�; '!h � �• pp ���<YF. y H Y%S �', ye 'T 2 9 ae�. ��„�%$ ��� *'�j"•'1e"e 1F�w """+'" "���„� sF°ir� L�t° +M�S� +F �� ,.e'c+•� t • t i� w�'^'^yrt•A ��w x.: 'w . -0¢a g"'�',Y�,z°�a� �`"7'� x^ a 'w Z`"�'�y ?�z eaw �'',�ra,ed',�"` "i::,',,, .yp w.,.�' w,.yF �,.: .a c d d...-.='`,..;:f 'dw.r ` f "4,F t F.+'04 a* a.,; f % we H ',/,42!:'.,:::':':4:t; sa r �2 t .... +, $9s r '��'F°v.!},.v ^�,_.*a�u•a r 1��� " �a3�4',1,1:1, av'a �'��"�.MF'`"pge�er,,�:''� y r �;3 �s, rya,y P c-,-,,,-1•,",°, „?yam� '`w.. � � •i'•� I'� vY 1„ ��'� i'{ F S'� ��4 � �k F,��M Yf•* •� y . , .._ , :7'''''-: „,,,,.,,,,,,,.,..,.„:„,„,,,, ,,,_„•:„ ,,,,.. �m.�� u m Y .:„...,,,,•,,,,,,,,,,,,,,,,,,,,,,,,„.,...,,,,,,,,,,,. ., ,, s J { ,,:?'",:+;'' �� 4w%�s a'�� �'� e R y. x P� ”� °^` ,. r , uN y t'; <Z +, wT 1 a •ar ,..r_w.".._s.it.'i+S4[_ w, • . ,4,µr ,., ,4 ae � .:7'.' .' P ,..,....7,,,,,,',1,1,,,,,;.,i.-',. 3"'"aP"Mk :',::,.),t,;,,,4' �' F rN! Y �Y%C../M+'a e t 'G •q r.,.,w"r, a.5r.,�.x•� �wl`±fi � . a �.%'` '.�, +,,a.' ,�. �;z^cas�n,� z.'',\e x r1.,x,r r'S".tf a, w' wS, a q*l>y �' 'k C a M , ` " 'u ,, 4�+� „tb � w.+P � �M tr x ' . L RISE 2_____. °y �`r ".�a.� ,‘).,,,°:!: P L.� :- t o., z� IF- r'3"a «<ry ° ,a trx+Y N4 r, C f.:.DC7,T,,,,, .:�„,,...t'v^...--,„......z.". . v a a r.w w' ; _...,,,,,__ ,„. ..,.. .._ . ,, , AB whi; a,T S yN „ qa o +• I�+ , ..,, N _.__ i� r�. A, IO xd w ,a a y. 'a P g, ,, '.:cr «i r� wx,a r .,.;,,,,,.:,,,.:,-,,,,„.:,,,,, s.E _ , . EC Ma"a#�, ea 6 w"t� �M. 4,. �x}%�`�� � ,� � S. e , '.,:..,..„„',',..::':°'''' ' ' . 0 $�.6... 5 P L t W ap,A. 0 4 ' 'ED x r , , ' _ . . 8 . __, ,_ '''''''''''''- ''''''' ' ' ', . . ,, , . ,, ....,,,.. . , , ,,,. .,,,,,,:.,„:,:, ,:„ ,„ 4,,,,,,,,,, .,,,, ,,,,. , , , ,,.. , ' R• ,, I DA , , , .„,,,:: ,, ,.., ,,,,, . , ., ,, ., '. ' ' T .., ' _7:.., . 4 AS • FLO R . „, ,--, '.' y , ., . , '..,:, '. H E . ' . ' P y , SO • 9 r 7a e, b J� � • E .F fn ,� ',:w, ,✓r^� fL"�"' �gmrav' r l� kag � �" 7 AD:4°': iii \\\ ®* nahx r, ,, fili„,‘":14 rM1LL T - ,,I. , ''P" c.,:(1','',',:' 'a 4/' r,,:,'„?-7,,,,,',;\,„4„,„„r k^�amu..U� *' . \�'�a,,, ,ts \�,, ,,k,0�\�\, ,,, \C�%\ L :\ � ., v�'2y,A,':;','''-',..*: is a dzr'^r' �1 t�;g'° t ":•,..V'y iL,......_ 44 a�\` "\fin ��\%,, �a\\ �.'c, p ,i� ,n*md*8+•' ' ,ii.,,,,,.i. October 2015 Prepared by the Sea Level Rise Work Group ,,n r.. Executive Summary 1 Introduction 2 Unified Sea Level Rise Projection for Southeast Florida 4 Projection and Summary 4 Projection Development Methodology 6 Projection Update 6 Guidance for Application 9 Increase in Recurrent Flooding and Reduced Drainage Capacity 9 Storm Surge and Sea Level Rise 10 Natural Resource Degradation 10 Guidance in Applying The Projections 11 Audiences 11 Applying Projection Curves to Infrastructure Siting And Design 11 Available Vulnerability Assessments 13 Summary 13 Literature Cited 15 Appendix A:Stand Alone Guidance Document and Projection 21 Appendix B:State of Science Update 26 Acceleration of Sea Level Rise ..26 Factors Influencing Sea Level Rise 26 Global Processes 26 Regional/Local Processes 28 Appendix C:Workgroup Commentary and Recommendations 33 Appendix D:Acknowledgement of Participants 34 Appendix E: Deviation from 2011 Projection 35 Recommended Citation Southeast Florida Regional Climate Change Compact Sea Level Rise Work Group (Compact). October 2015. Unified Sea Level Rise Projection for Southeast Florida. A document prepared for the Southeast Florida Regional Climate Change Compact Steering Committee. 35 p. E5 M AR 0,0tittikt"u, m �at �'^_x The Southeast Florida Regional Climate Change Compact reconvened the Sea Level Rise Work Group for the purpose of updating the unified regional projection based on global projections, guidance documents and scientific literature released since the original regional projection in 2011 (Compact, 2011). The objective of the unified sea level rise projection for the Southeast Florida region remains consistent that the projection is for use by the Climate Compact Counties and partners for planning purposes to aid in understanding of potential vulnerabilities and to provide a basis for developing risk informed adaptation strategies for the region. For the 2015 update, the starting point for all sea level rise projections has been shifted from 2010 to 1992. This allows for direct use of local tide station information to convert projections into local water surface elevations for flood vulnerability studies, and is consistent with current guidance from the U.S. Army Corps of Engineers (USACE) and the National Oceanographic and Atmospheric Agency (NOAA). The Unified Sea Level Rise projection for Southeast Florida has also been extended to 2100 in recognition of the need for longer range guidance for major infrastructure and other long term investments now being planned. In the short term, sea level rise is projected to be 6 to 10 inches by 2030 and 14 to 26 inches by 2060 (above the 1992 mean sea level). In the long term, sea level rise is projected to be 31 to 61 inches by 2100. For critical infrastructure projects with design lives in excess of 50 years, use of the upper curve is recommended with planning values of 34 inches in 2060 and 81 inches in 2100. The National Aeronautics and Space Administration Jet Propulsion Laboratory (2015) has reported the average global sea level has risen almost 3 inches between 1992 and 2015 based on satellite measurements. Sea level rise in South Florida has been of similar magnitude over the same period (NOAA, 2015) but is anticipated to outpace the global average due to ongoing variations in the Florida Currents and Gulf Stream. Projected sea level rise, especially by 2060 and beyond, has a significant range of variation as a result of uncertainty in future greenhouse gas emissions and their geophysical effects, the incomplete quantitative understanding of all geophysical processes that might affect the rate of sea level rise in climate models and the limitations of current climate models to predict the future. As such, the Work Group recommends that the unified sea level rise projection include three curves, in descending order, the NOAA High Curve, the USACE High Curve and a curve corresponding to the median of the IPCC AR5 RCP8.5 scenario, with specific guidance as to how and when they should be used in planning. This guidance document describes the recommended application of the projection as it relates to both high and low risk projects and short and long- term planning efforts. Also, the Work Group recommends that this guidance be updated every 1 five to seven years because of the ongoing advances in scientific knowledge related to global climate change and potential impacts. INTROpKTION 1VH,O SHOJ D USE T : - D _CT .O`i ,A'tD. DOCU ,IE`4T? The Unified Sea Level Rise Projection for Southeast Florida is intended to be used for planning purposes by a variety of audiences and disciplines when considering sea level rise in reference to both short and long-term planning horizons and infrastructure design in the Southeast Florida area. HD\N SHOULD THE RE 3 A p?,O'=CTIO ? The projection (Ui/fled Se L.2'121 Rise Prosection for Southeast Florida)contains a graph and table describing the rise in sea level from 1992 through the turn of the current century.The projection can be used to estimate future sea level elevations in Southeast Florida and the relative change in sea level from today to a point in the future. Guidance for Application contains directions and specific examples of how the projection can be used by local governments, planners, designers and engineers and developers. This regional projection is offered to ensure that all major infrastructure projects throughout the Southeast Florida region have the same basis for design and construction relative to future sea level. WHAT ARE THE IMPACTS ASSOCIATED WITH SEA LEVEL RISE? The consequences associated with sea level rise include direct physical impacts such as coastal inundation of inland areas, increased frequency of flooding in vulnerable coastal areas, increased flooding in interior areas due to impairment of the region's stormwater infrastructure i.e.impacts to gravity drainage systems and features in the regional water management canal system, saltwater intrusion into the aquifer and local water supply wells, and contamination of the land and ocean with pollutants and debris and hazardous materials released by flooding. Consequences also include cascading socio-economic impacts such as displacement, decrease in property values and tax base, increases in insurance costs, loss of services and impaired access to infrastructure. The likelihood and extent to which these impacts will occur is dependent upon the factors influencing the rate of sea level rise such as the amount of greenhouse gases emitted globally, rate of melting of land-based ice sheets, the decisions and investments made by communities to increase their climate resilience and the many interconnected processes described in the Appendix 8: State of Science Update. One of the values of this sea level rise projection is the ability to perform scenario testing to better understand the potential impacts and timeline of sea level rise within the Southeast Florida community. 2 1'2 J::,E_1 D E J' v ./ SE,~ SE :D'/ FO J In 2010, the Southeast Florida Regional Climate Change Compact Steering Committee organized the first Regional Climate Change Compact Technical Ad hoc Work Group (Work Group). Their objective was to develop a unified sea level rise projection for the Southeast Florida region for use by the Climate Compact Counties and partners. Its primary use was for planning purposes to aid in understanding of potential vulnerabilities and to provide a basis for outlining adaptation strategies for the region. The Work Group reviewed existing projections and scientific literature and developed a unified regional projection for the period from 2010 to 2060 (Compact, 2011). The projection highlighted two planning horizons: 1) by 2030, sea level rise was projected to be 3 to 7 inches above the 2010 mean sea level and 2) by 2060, sea level rise was projected to be 9 to 24 inches above the 2010 mean sea level. In anticipation of the release of the United Nations Intergovernmental Panel on Climate Change Fifth Assessment Report (IPCC, 2013), the Sea Level Rise Work Group recommended a review of the projection four years after its release in 2011. In September 2014, the Sea Level Rise Work Group was reconvened for the purpose of updating the unified regional projection based on projections and scientific literature released since 2011. This report released in October 2015 contains a summary of the projections and publications reviewed and discussed, the methodology for deriving the projection, the recommended unified regional projection and additional recommendations from the Sea Level Rise Work Group. • 3 UNIFIED SEA LEVEL RISE PROJECTION FOR SOUTHEAST FLORIDA PROJECTION AND SUMMARY This Unified Sea Level Rise projection for Southeast Florida updated in 2015 projects the anticipated range of sea level rise for the region from 1992 to 2100 (Figure 1). The projection highlights three planning horizons: 1) short term, by 2030, sea level is projected to rise 6 to 10 inches above 1992 mean sea level, 2) medium term, by 2060, sea level is projected to rise 14 to 34 inches above 1992 mean sea level, 3) long term, by 2100, sea level is projected to rise 31 to 81 inches above 1992 mean sea level. Projected sea level rise in the medium and long term has a significant range of variation as a result of uncertainty in future greenhouse gas emissions and their geophysical effects, the incomplete quantitative understanding of all geophysical processes affecting the rate of sea level rise in climate models and current limitations of climate models to predict the future. As such, the Work Group recommends that the unified sea level rise projection include three global mean sea level rise curves regionally adapted to account for the acceleration of sea level change observed in South Florida. The titles of the global mean sea level rise curves were retained for simplicity of referencing source but the curves have been adjusted from the global projections to reflect observed local change. The projection consists of the NOAA High Curve, the USACE High Curve (also known as the NOAA Intermediate- High) and the median of the IPCC AR5 RCP8.5 scenario, with specific guidance as to how and when they should be used in planning. • The lower boundary of the projection (blue dashed line) can be applied in designing low risk projects that are easily replaceable with short design lives, are adaptable and have limited interdependencies with other infrastructure or services. • The shaded zone between the IPCC ARS RCP8.5 median curve and the USACE High is recommended to be generally applied to most projects within a short-term planning horizon. It reflects what the Work Group projects will be the most likely range of sea level rise for the remainder of the 21'Century. • The upper curve of the projection should be utilized for planning of high risk projects to be constructed after 2060 or projects which are not easily replaceable or removable, have a long design life (more than 50 years) or are critically interdependent with other infrastructure or services. 4 Unified Sea Level Rise Projection / (Southeast Florida Regional Climate Change Compact, 2015) / ... .. IPCC AR5 , 7 :7* 4.0.,,,.., r, gr Year Medan USACE High (inches) -:.es , ...:_., 4 1 Orcresi / .?- 7 / / .'. -.7 /'./ ..., , 2030 6 10 12 . .... ,..... ( - - 1 2060 14 26 34 ..," ,..... - - f.' ...... .., .," .. _ › - 81 2100 31 61 e-, . ... ..-• 26" . . ....- --- 7 . ..- . ,.. 5 .... ,- -- ... . ....... ' ......... '!"-• — ,.."°' 14", •' ------ ,----- ....., _.„..., ...-- ....- • __-..-- .,....;. :, c.,•:,r-,- 1 3rei 4:,:).......‘vq- ,,,,,,,,di,,,-, •,... -00- 6',.-- • 77...:----- ...0--- ... 2.7:1X 2010 2020 20B.0 20 .2 2C0 2060 2070 2080 2C9C 2100 Year Figure 1: Unified Sea Level Rise Projection.These projections are referenced to mean sea level at the Key West tide gauge.The projection includes three global curves adapted for regional application:the median of the IPCC AR5 RCP8.5 scenario as the lowest boundary(blue dashed curve), the USACE High curve as the upper boundary for the short term for use until 2060(solid blue line),and the NOAA High curve as the uppermost boundary for medium and long term use(orange solid curve).The incorporated table lists the projection values at years 2030,2060 and 2100.The USACE Intermediate or NOAA Intermediate Low curve is displayed on the figure for reference(green dashed curve).This scenario would require significant reductions in greenhouse gas emissions in order to be plausible and does not reflect current emissions trends. 5 • PROJECTION DEVELOPMENT METHODOLOGY PROJECTION UPDATE The key components of the methodology used to develop the unified sea level rise projection are as follows: Planning Horizon of 2100: In response to the release of climate scenarios extending to year 2100 from the Intergovernmental Panel on Climate Change (IPCC), projections through year 2100 by federal agencies including the US Army Corps of Engineers (USACE) and the National Oceanographic and Atmospheric Administration (NOAA) and the need for planning for infrastructure with design lives greater than 50 years,the unified sea level rise projection time scale has been extended to 2100. 1 Starting in 1992: The year 1992 has been selected as the initial year of the projection because it is the center of the current mean sea level National Tidal Datum Epoch of 1983- 2001. A tidal datum epoch is a 19 year period adopted by the National Ocean Service as the official time segment over which tide observations are used to establish tidal datums such as mean sea level, mean high water etc. The National Tidal Datum Epoch is revised every 20-25 years to account for changing sea levels and land elevations. 6;:71) Tide gauge selection:The Key West gauge (NOAA Station ID 8724580) was maintained as the reference gauge for calculation of the regional projection as was used in the original projection. In addition, appropriate conversion calculations are provided in Section 4: Guidance for Application in order to reference the projection to the Miami Beach gauge (NOAA Station ID 8723170) or the Lake Worth Pier gauge (NOAA Station ID 8722670).The Key West gauge has recorded tidal elevations since 1913.Tidal records from Miami Beach and Lake Worth Pier are available since 2003 and 1996, respectively. (,)4Review of existing projections:Global projections released since 2011 were reviewed and considered for interpretation for the unified sea level rise projection including those developed by USACE (2011; 2013), NOAA (Parris et al., 2012), IPCC (IPCC, 2013), Bamber and Aspinall (2013), Horton et al. (2014), Jevrejeva et al. (2014), and Kopp et al. (2014). Review criteria included comprehensiveness of datasets and models used to develop the projections, standing in the scientific community, and applicability to the Southeast Florida region. 6 Summaries of the existing global projections are included below: `:• USAGE Guidance: There was no update to the projections since 2011 (USAGE, 2011). The range of global mean sea level change projected by USACE was approximately 0.2 to 0.6 meters(9 to 25 inches)by 2060 and 0.5 to 1.5 meters(20 to 59 inches) by 2100. Existing guidance and the online USAGE Sea Level Change Calculator were used to adapt the global mean sea level change curves for the unified South Florida projection. •: IPCC ARS Projections: The 5th Assessment Report (ARS) included four scenarios based on predicted greenhouse gas concentration trajectories (Regional Concentration Pathways, RCPs). The global mean sea level change projected in these scenarios ranged from 0.17 to 0.38 meters(7 to 15 inches)by years 2046 to 2065 and 0.26 to 0.82 meters (10 to 32 inches)by 2081 to 2100. •:• NOAA Projections produced for the National Climate Assessment (NCA): For the 2014 NCA, four global mean sea level rise scenarios were defined in a manner allowing the user to select the appropriate curve based on risk of concern, uncertainty tolerance and type of application. The global mean sea level rise projected in these scenarios ranges from 0.2 meters to 2 meters(8 to 80 inches)by 2100. •:• Recent Probabilistic Projections:Recently,several authors have quantitatively and qualitatively approached determining the likelihood or percent chance that the global mean sea level rise projections will occur by 2100. For example, based on a probability density function, Jevrejeva et al. (2014) concluded that there is only a 5% chance global mean sea level rise will be larger than 1.8 meters (71 inches)by 2100. Using an alternate method, Kopp et al. (2014) concluded there is only a 5% chance global mean sea level rise will be larger than 1.76 meters(69 inches). These studies represent examples of possible methods of further explaining applicability of projections for future use. •:• Science Community Polling: Several polls have been conducted amongst groups within the scientific community to understand the experts'opinions on the level of uncertainty associated with existing global mean sea level rise projections. These surveys have yielded reported likely ranges of global mean sea level rise of 0.4 to 1.2 m (16 to 42 inches) depending on warming scenarios(Horton et al., 2014)and 0.29 m to 0.84 m (11 to 33 inches) (Bamber and Aspinall, 2013)by 2100. 7 Projection confidence: The understanding of past sea level changes has improved since the Work Group's last review due to additional observations and analyses of processes driving thermal expansion, loss of ice from ice sheets and glaciers and terrestrial water storage by the scientific community. Despite this improved understanding, the development of complex climate models is evolutionary and many processes and responses are yet to be incorporated. The numerous ice melt accelerating feedbacks not in the models are especially of concern as they are speeding up ice melt and sea level rise well beyond model projections. Models do continue to offer useful approximations of trends and order of magnitude of rates of change and acceleration based on climate data input and are suitable for determining projected future ranges for planning and design efforts. Additionally, as noted in Parris et al. (2012), the quadratic curves comprising the projection were selected by the some of the scientific community for simplicity. Sea level will not rise in the smooth manner illustrated by the quadratic curves but, may be punctuated by faster and slower rates (Parris et al., 2013). 8 GUIDANCE FOR APPLICATION INCREASE IN RECURRENT FLOODING AND REDUCED DRAINAGE CAPACITY Recent analyses of tide gauge records acquired along the US Atlantic coast indicate a rapid acceleration in the rate of sea level rise since 2000, which was attributed to possible slowing down of the Atlantic Meridional Overturning Circulation (AMOC) (Ezer et al., 2013; Sallenger et al., 2012;Yin et al., 2009).The higher sea level resulted in increasing flooding frequency in several coastal communities, e.g., Boston, Norfolk, and Miami Beach (Ezer et al., 2013; Kirshen et al., 2008; Kleinosky et al., 2007; Wdowinski et al., 2015). These frequent flood events, often termed "nuisance flooding", occur mainly due to heavy rain during high tide conditions but sometimes occur due to high tide alone and are termed"King tides","lunar flooding"or"sunny sky flooding". Recently, Ezer and Atkinson (2014) used tide gauge data to calculate accumulated flooding time in twelve locations along the Atlantic coast and showed a significant increase in flooding duration over the past twenty years. They suggested that flood duration is a reliable indicator for the accelerating rate of sea level rise, which is often difficult to estimate on a regional-scale. On the national scale, NOAA (2014) published an assessment of nuisance flooding finding that the duration and frequency of these events are intensifying around the United States. Subsequently, Sweet and Park (2014) demonstrated that coastal areas are experiencing an increased frequency of flood events (an acceleration) over the last few decades, and that this acceleration in flood occurrence will continue regardless of the specific rate of sea level rise. A detailed analysis of nuisance flooding occurrence in Miami Beach was conducted by Wdowinski et al. (2015),who used a variety of data sources(tide gauge, rain gauge, media reports, insurance claims, and photo records) from the past 16 years (1998-2013). They found that most flooding events occur after heavy rain (> 80 mm, 3 inches) during high tide conditions, but also after the fall equinox tides regardless of rain events. An analysis of flooding frequency over the past 16 years revealed that since 2006, rain-induced events increased by 33% and tide-induced events quadrupled, from 2 events during 1998-2005 to 8-16 events in 2006-2013. Wdowinski et al. (2015) also analyzed the nearby Virginia Key tide gauge record and found a significant acceleration in the rate of sea level rise since 2006. The average rate of regional sea level rise since 2006 is 9±4 mm/yr, significantly higher than the global average rate of 2.8±0.4 mm/yr estimated from in-situ data (Church and White, 2011). Although the Work Group notes that continued analysis of changes in trends over time is necessary to determine long-term significance of this recently observed uptrend, studies have already begun to correlate the regional sea level rise to the slowing down of the Gulfstream. A comparison between sea level variations near Miami with high-resolution global climate model simulations (Kirtman et al., 2012) revealed a strong correlation between increasing sea level rise in the Miami area and a 9 weakening of the Florida Current-Gulf Stream system.This finding confirmed concurs with other studies that relate sea level rise acceleration along the US Atlantic coast with weakening of the Gulf Stream (e.g., Ezer et al., 2013; Park and Sweet, 2015). STORM SURGE AND SEA LEVEL RISE Storm surge and sea level rise are independent coastal processes that when occurring simultaneously lead to compounded impacts. Sea level rise will increase the inland areal extent inundated by surges, the depth of flooding and power of the surge and the extent and intensity of damage associated with storm surge and waves. As a result, severe storms of the future will cause more damage than storms of equal intensity occurring at today's sea level. Tebaldi et al. (2012) estimate a 100-year magnitude surge flooding (by today's standards) will begin to occur every 20 years at the projected mean sea level in 2050. Regional hazard mapping does not yet include the combined effects of sea level rise and surge but the impacts are anticipated to be significant. Historically, the sea level extremes have increased along with the increase in mean sea level at locations along the coasts. Using this as the basis, one can relate the sea level extremes to mean sea level which allows the determination of future extremes and return periods(Obeysekera and Park, 2013). Another approach is to use the non-tidal residuals (component of storm surge and waves above the tidal variations), NTR, and determine their probabilistic characteristics. Assuming future sea level rise scenarios and the tidal variations, one can then superimpose extreme storm surge of NTR for a given return period to determine total sea level extreme for a given time epoch in the future. Return period for a given scenario can be determined using methods outlined in Salas and Obeysekera (2014). Both approaches assume there is no change in future "storminesss" although with higher sea levels, magnitude of storm surge may change at some locations along the coasts. NATURAL RESOURCE DEGRADATION As sea level rise increasingly inundates coastal areas, there is the potential for degradation of natural resources and loss of their services to the surrounding environment. Ecosystems will transition either by retreat and migration, adaptation, or elimination of functions and certain species. Shallow water habitats may transition to open water, forcing ecological changes in coastal wetlands and estuaries affecting nesting, spawning and feeding locations and behavior. Intrusion of saltwater inland, into inland water bodies and within the aquifer is negatively impacting freshwater resources, and these impacts will worsen or accelerate with further sea level rise. Inundation of shorelines will increase the extent and severity of beach erosion and 10 previously stable coastal areas. In combination, these impacts will cascade throughout the region's ecosystems even if they are not immediately adjacent to open water areas. Natural infrastructure is critical to the resilience of the urban environment, in that it provides many benefits related to storm protection, water and air purification, moderating urban heat effects, and socio-economics. South Florida's tourist economy is heavily dependent on these natural resources.The region must prioritize providing space for habitat transitions and focus on reducing anthropogenic pressures that would compound the degrading effects of sea level rise. GUIDANCE IN APPLYING THE PROJECTIONS AUDIENCES The Unified Sea Level Rise Projection for Southeast Florida is intended to be used for planning purposes by a variety of audiences and disciplines when considering sea level rise in reference to both short and long-term planning horizons as well as infrastructure siting and design in the Southeast Florida area. Potential audiences for the projections include, but are not limited to, elected officials, urban planners,architects,engineers,developers, resource managers and public works professionals. One of the key values of the projection is the ability to associate specific sea level rise scenarios with timelines. When used in conjunction with vulnerability assessments, these projections inform the user of the potential magnitude and extent of sea level rise impact at a general timeframe in the future.The blue shaded portion of the projection provides a likely range for sea level rise values at specific planning horizons. Providing a range instead of a single value may present a challenge to users such as engineers who are looking to provide a design with precise specifications. Public works professionals and urban planners need to work with the engineers and with policy makers to apply the projection to each project based on the nature, value, interconnectedness, and life cycle of the infrastructure proposed. Finally, elected officials should use the projections to inform decision making related to issues such as adaptation policies, budget impacts associated with design features which address planning for future sea level rise, capital improvement project needs especially those associated with drainage and shoreline protection, and land use decisions. APPLYING PROJECTION CURVES TO INFRASTRUCTURE SITING AND DESIGN When determining how to apply the projection curves, the user needs to consider the nature, value, interconnectedness, and life cycle of the existing or proposed infrastructure. The blue 11 shaded portion of the projection can be applied to most infrastructure projects, especially those with a design life expectancy of less than 50 years. The designer of a type of infrastructure that is easily replaced, has a short lifespan, is adaptable,and has limited interdependencies with other infrastructure or services must weigh the potential benefit of designing for the upper blue line with the additional costs. Should the designer opt for specifying the lower curve, she/he must consider the consequences of under-designing for the potential likely sea level condition. Such consequences may include premature infrastructure failure. Additionally, planning for adaptation should be initiated in the conceptual phase. A determination must be made on whether or not threats can be addressed mid-life cycle via incremental adaptation measures, such as raising the height of a sluice gate on a drainage canal.. Forward thinking risk management is critical to avoiding loss of service, loss of asset value and most importantly loss of life or irrecoverable resources.An understanding of the risks that critical infrastructure will be exposed to throughout its life cycle such as sea level rise inundation, storm surge and nuisance flooding must be established early on in the conceptual phase. If incremental adaptation is not possible for the infrastructure proposed and inundation is likely, designing to accommodate the projected sea level rise at conception or selection of an alternate site should be considered. Projects in need of a greater factor of safety related to potential inundation should consider designing for the upper limit of the blue-shaded zone. Examples of such projects may include evacuation routes planned for reconstruction, communications and energy infrastructure and critical government and financial facilities. Due to the community's fundamental reliance on major infrastructure, existing and proposed critical infrastructure should be evaluated using the upper curve of the projection, the orange curve (Figure 1, NOAA High). Critical projects include those or projects which are not easily replaceable or removable, have a long design life (more than 50 years), or are interdependent with other infrastructure or services. If failure of the critical infrastructure would have catastrophic impacts, it is considered to be high risk. Due of the community's critical reliance on major infrastructure, existing and proposed high risk infrastructure should be evaluated using the upper curve of the projection, the orange curve (Figure 1, NOAA High). Examples of high risk critical infrastructure include nuclear power plants, wastewater treatment facilities, levees or impoundments, bridges along major evacuation routes, airports, seaports, railroads, and major highways. For low risk infrastructure projects, the lowermost curve of the projection (Figure 1, IPCC AR5 RCP8.5 curve) may be applied. Low risk projects include infrastructure expected to be constructed and then replaced within the next 10 years, projects that are easily replaceable and 12 adaptable or projects with limited interdependencies and limited impacts when failure occurs. An example of such a project may be a small culvert in an isolated area. Additionally, planning for adaptation should be initiated in the conceptual phase. A determination must be made on whether or not risk can be addressed mid-life cycle via incremental. If incremental adaptation is not possible for the type of high risk infrastructure proposed and inundation is likely, designing to accommodate the projected sea level rise at conception or selection of an alternate site should be considered. To ensure an appropriately conservative design approach is used, the upper limit of the projection (Figure 1, NOAA High) should be used for projects with design lives of more than 50 years. AVAILABLE VULNERABILITY ASSESSMENTS The Southeast Florida Regional Climate Change Compact and the individual Compact Counties have developed region-wide and county-wide sea level rise inundation vulnerability assessments available for public use (Cornoact, 2012). These assessments spatially delineate areas of inundation correlating to 1 foot, 2 feet and 3 feet of sea level rise. In addition, the Comoact website hosts a multitude of sources of information, tools and links in support of adaptation and mitigation planning for use by the Compact communities. SUMMARY The Work Group recommends the use of the NOAA High Curve, the USACE High Curve (USACE, 2015) and the median of the IPCC AR5 RCP8.5 scenario (IPCC, 2013) as the basis for a Southeast Florida sea level rise projection for the 2030, 2060 and 2100 planning horizons. In the short term, sea level rise is projected to be 6 to 10 inches by 2030 and 14 to 26 inches by 2060 (above the 1992 mean sea level). Sea level has risen 3 inches from 1992 to 2015. In the long term, sea level rise is projected to be 31 to 61 inches by 2100. For critical infrastructure projects with design lives in excess of 50 years, use of the upper curve is recommended with planning values of 34 inches in 2060 and 81 inches in 2100. Sea level will continue to rise even if global mitigation efforts to reduce greenhouse gas emissions are successful at stabilizing or reducing atmospheric CO2 concentrations; however, emissions mitigation is essential to moderate the severity of potential impacts in the future. A substantial increase in sea level rise within this century is likely and may occur in rapid pulses rather than gradually. The recommended projection provides guidance for the Compact Counties and their partners to initiate planning to address the potential impacts of sea level rise on the region.The shorter term planning horizons(through 2060)are critical to implementation of the Southeast Florida Regional 13 Climate Change Action Plan, to optimize the remaining economic life of existing infrastructure and to begin to consider adaptation strategies. As scientists develop a better understanding of the factors and reinforcing feedback mechanisms impacting sea level rise, the Southeast Florida community will need to adjust the projections accordingly and adapt to the changing conditions. To ensure public safety and economic viability in the long run, strategic policy decisions will be needed to develop guidelines to direct future public and private investments to areas less vulnerable to future sea level rise impacts. 14 trfElytTLIRE,CITES a. Bamber J. 1., Aspinall, W. P. 2013. An expert judgement assessment of future sea level rise from the ice sheets. Nat Clim Change 3: 424-427 Bell, R. E., Tinto, K., Das, I., Wolovick, M., Chu, W., Creyts, T. T., ... & Paden, J. D. 2014. Deformation,warming and softening of Greenland [rsquor} s ice by refreezing meltwater. Nature Geoscience. Bintanja, R.,Van Oldenborgh, G.J., Drijfhout,S. S., Wouters, B., & Katsman, C.A. 2013. Important role for ocean warming and increased ice-shelf melt in Antarctic sea-ice expansion. Nature Geoscience, 6(5), 376-379. Blewitt, G., Kreemer, C., Hammond, W.C., Gazeaux, J. 2015. MIDAS trend estimator for accurate GPS station velocities without step detection, Journal of Geophysical Research, in review. Bock, Y., Wdowinski, S., Ferretti, A., Novali, F., and Fumagalli, A. 2012. Recent subsidence of the Venice Lagoon from continuous GPS and interferometric synthetic aperture radar. Geochem. Geophys. Geosyst. 13. Q03023. doi:10.1029/2011GC003976. Calafat, F.M. and Chambers, D.P. 2013. Quantifying recent acceleration in sea level unrelated to internal climate variability. Geophys. Res. Lett. 40. 3661-3666. doi:10.1002/gr1.50731. Church, J.A. and White, N.J. 2011. Sea-Level Rise from the Late 19th to the Early 21st Century. Surveys in Geophysics. 32(4-5). 585-602. doi:10.1007/s10712-011-9119-1. Collins, M., Knutti, R., Arblaster, J., Dufresne, J.-L., Fichefet, T., Friedlingstein, P., Gao, X., Gutowski,W.J.,Johns,T., Krinner,G., Shongwe, M.,Tebaldi, C., Weaver, A.J. &Wehner, M. 2013. Long-term Climate Change: Projections, Commitments and Irreversibility. In: Stocker T.F., Qin D., Plattner G.-K., Tignor M., Allen S.K., Boschung J., Nauels A., Xia Y., Bex V. & Midgley P.M. (eds.), Climate change 2013: the physical science basis. Contribution of Working Group I to the Fifth Assessment Report of the Intergovernmental Panel on Climate Change, Cambridge University Press, Cambridge, United Kingdom and New York, NY, USA. Ezer, T., Atkinson, L.P., Corlett, W.B., and Blanco, J.L. 2013. Gulf Stream's induced sea level rise and variability along the U.S. mid-Atlantic coast. Journal of Geophysical Research: Oceans. 118. 685-697. Southeast Florida Regional Climate Change Compact (Compact). 2012. Analysis of the Vulnerability of Southeast Florida to Sea Level Rise. 181 p. http:/Jwww.southeastfloridaclimatecompact.or f wp-content/uploads/2014/09/vulnerability- assessment.pdf 15 Southeast Florida Regional Climate Change Compact Technical Ad hoc Work Group (Compact). 2011. A Unified Sea Level Rise Projection for Southeast Florida. A document prepared for the Southeast Florida Regional Climate Change Compact Steering Committee. 27 p. Ezer, T. and Atkinson, L.P. 2014. Accelerated flooding along the U.S. East Coast: On the impact of sea-level rise, tides, storms, the Gulf Stream, and the North Atlantic Oscillations. Earth's Future. 2. 362-382. doi:10.1002/2014EF000252. Flick, R., Knuuti, K., and Gill, S. 2012. Matching mean sea level rise projections to local elevation datums. Journal of Waterway, Port, Coastal, and Ocean Engineering. 139(2). 142-146. Gardner,A.S., Moholdt, G., Cogley,J.G.,Wouters, B.,Arendt, A.A.,Wahr,J., Berthier, E., Hock, R., Pfeffer, W.T., Kaser, G., Ligtenberg, S.R.M., Bolch, T., Sharp, M.J., Hagen, J.O., van den Broeke, M.R., and Paul, F. 2013. A Reconciled Estimate of Glacier Contributions to Sea Level Rise: 2003 to 2009, Science. 340 (6134). 852-857. doi:10.1126/science.1234532. Greenbaum, J.S., Blankenship, D.D., Young, D.A., Richter, T.G., Roberts, J.L., Aitken, A.R.A., Legresy, B., Schroeder, D.M., Warner, R.C., van Ommen, T.D., and Siegert, M.J. 2015. Ocean access to a cavity beneath Totten Glacier in East Antarctica, Nature Geosci., publ.online 16 March doi:10.1038/NGE02388, 2015. Hallberg, R., A. Adcroft, J. Dunne, J. Krasting, and R. J. Stouffer. 2013. Sensitivity of 21st century global-mean steric sea level rise to ocean model formulation. J. Clim. 26. 2947-2956. Hay, C. C., Morrow, E., Kopp, R. E., & Mitrovica, J. X. 2015. Probabilistic reanalysis of twentieth- century sea-level rise. Nature, 517(7535), 481-484. Hellmer, H. H., Kauker, F., Timmermann, R., Determann, J., & Rae, J. 2012. Twenty-first-century warming of a large Antarctic ice-shelf cavity by a redirected coastal current. Nature, 485(7397), 225-228. Horton, B.P., Rahmstorf, S., Engelhart, S.E., Kemp, A.C., 2014. Expert assessment of sea-level rise by AD 2100 and AD 2300. Quaternary Science Reviews. 84. 1-6. IPCC. 2013. Climate Change 2013.The Physical Science Basis. Contribution of Working Group Ito the Fifth Assessment. Report of the Intergovernmental Panel on Climate Change [Solomon, S., Qin, D., Manning, M., Chen, Z., Marquis, M., Averyt, K.B., Tignor, M., and Miller, H.L. (eds.)]. Cambridge University Press: Cambridge, United Kingdom and New York. Jacob, T., Wahr, J., Pfeffer, W.T., Swenson, S. 2012. Recent contributions of glaciers and ice caps to sea level rise. Nature. 482. 514-518. Jacobs, S. S., Jenkins, A., Giulivi, C. F., & Dutrieux, P. 2011. Stronger ocean circulation and increased melting under Pine Island Glacier ice shelf. Nature Geoscience, 4(8), 519-523. 16 Jenkins, A., Dutrieux, P.,Jacobs, S. S., McPhail, S. D., Perrett,J. R., Webb, A.T., &White, D. 2010. Observations beneath Pine Island Glacier in West Antarctica and implications for its retreat. Nature Geoscience, 3(7), 468-472. Jevrejeva, S., Grinstead, A., and Moore, J.C., 2014. Upper limit for sea level projections by 2100. Environ. Res. Lett. 9 (2014) 104008 (9pp). Johnson, G. C., McTaggart, K. E., & Wanninkhof, R. 2014. Antarctic Bottom Water temperature changes in the western South Atlantic from 1989 to 2014. Journal of Geophysical Research: Oceans, 119(12), 8567-8577. Joughin, I., &Alley, R. B.2011.Stability of the West Antarctic ice sheet in a warming world. Nature Geoscience, 4(8), 506-513. King, M.A., Bingham, R.J., Moore, P.,Whitehouse, P. L., Bentley, M.J.,&Milne, G.A. 2012. Lower satellite-gravimetry estimates of Antarctic sea-level contribution. Nature, 491(7425), 586-589. Kirshen, P., Knee, K., and Ruth, M. 2008. Climate change and coastal flooding in Metro Boston: impacts and adaptation strategies. Climatic Change. 90(4). 453-473. d o i:10.1007/s 10584-008-9398-9. Kirtman, B.P., Bitz, C., Bryan, F., Collins, W., Dennis, J., Hearn, N., Kinterlll, J.L., Loft, R., Rousset, C., Siqueira, L., Stan, C., Tomas, R., Vertenstein, M. 2012. Impact of ocean model resolution on CCSM climate simulations. Climate Dynamics. 39(6). 1303-1328. d o i:10.1007/s00382-012-1500-3. Kleinosky, L.R., Yarnal, B., and Fisher, A. 2007.Vulnerability of Hampton Roads,Virginia to storm- surge flooding and sea-level rise. Natural Hazards. 40(1). 43-70. d o i:10.1007/s11069-006-0004-z. Kopp, R.E., Horton, R.M., Little, C.M., Mitrovica,J.X., Oppenheimer, M., Rasmussen, D.J., Strauss, B.H., and Tebaldi, C. 2014. Probabilistic 21st and 22nd century sea-level projections at a global network of tide-gauge sites. Earth's Future. 2(8). 383-406. doi:10.1002/2014EF000239. Morlighem, M., Rignot, E., Mouginot,J.,Seroussi, H.,& Larour, E. 2014. Deeply incised submarine glacial valleys beneath the Greenland ice sheet. Nature Geoscience, 7(6), 418-422. NASA/Jet Propulsion Laboratory. "Warming seas and melting ice sheets." ScienceDaily. ScienceDaily, 26 August 2015. www.sciencedailv.com/releases/2015/08/150826111112.htm Nevada Geodetic Laboratory. 2015. "CHIN Station Data" http://geodesy.unr.edu/NGLStationPages/stations/CHIN.sta 17 NOAA, 2015. "Mean Sea Level Trend, 8724580 Key West, Florida." htto , tFuasa7dcr rrent:s.naaa. ovisftreRdsis tre!rT s sta`or.shtmRstnid=8724580 NOAA, 2014. Sea Level Rise and Nuisance Flood Frequency Changes around the United States. Technical Report NOS CO-OPS 073. Sweet W. V., Park J., Marra J., Zervas C., Gill S. http://tidesandcurrents.noaa.gov/publications/N OAA_Tech nical_Report_NOS_COOPS_073.pdf Obeysekera, J. and Park, J. 2013. Scenario-based projection of extreme sea levels. Journal of Coastal Research. Vol. 29, Issue 1, 1-7. Overduin, P., Grigoriev, M.N., Schirrmeister, L., Wetterich, S., Natscher, V., Gunther, F., Liebner, S., Knoblauch, C. and Hubberten, H. W. 2014. Permafrost degradation and methane release in the central Laptev Sea. 4th European Conference on Permafrost, Evora. 18 June 2014 - 21 June 2014. Park,J. and Sweet, W. 2015. Accelerated sea level rise and Florida Current transport. Ocean Sci., 11, 607-615, doi:10.5194/os-11-607-2015. Parris, A., Bromirski, P., Burkett, V., Cayan, D., Culver, M., Hall,J., Horton, R., Knuuti, K., Moss, R., Obeysekera, J., Sallenger, A., and Weiss, J. 2012. Global Sea Level Rise Scenarios for the US National Climate Assessment. NOAA Tech Memo OAR CPO-1. Pritchard, H. D., Ligtenberg, S. R. M., Fricker, H. A., Vaughan, D. G., Van den Broeke, M. R., & Padman, L. 2012. Antarctic ice-sheet loss driven by basal melting of ice shelves. Nature, 484(7395), 502-505. Rahmstorf, S., Feulner, G., Mann, M. E., Robinson, A., Rutherford, S., & Schaffernicht, E. J. 2015. Exceptional twentieth-century slowdown in Atlantic Ocean overturning circulation. Nature Climate Change. Rampal, P., Weiss,J., Dubois, C., &Campin,J. M. 2011. IPCC climate models do not capture Arctic sea ice drift acceleration: Consequences in terms of projected sea ice thinning and decline. Journal of Geophysical Research: Oceans (1978-2012), 116(C8). Rignot, E., Velicogna, I.,van den Broeke, M.R., Monaghan, A., and Lenaerts,J. 2011. Acceleration of the contribution of the Greenland and Antarctic ice sheets to sea level rise. Geophysical Research Letters. 38. L05503. doi:10.1029/2011GL046583. Rye, C. D., Garabato, A. C. N., Holland, P. R., Meredith, M. P., Nurser, A. G., Hughes, C. W., ... & Webb, D.J. 2014. Rapid sea-level rise along the Antarctic margins in response to increased glacial discharge. Nature Geoscience, 7(10), 732-735. 18 Salas, J. and Obeysekera, J. 2014. Revisiting the concepts of return period and risk for nonstationary hydrologic extreme events.J. Hydrol. Eng., 19(3), 554-568. Sallenger, A.H., Doran, K.S., and Howd, P.A. 2012. Hotspot of accelerated sea-level rise on the Atlantic coast of North America. Nature Clim.Change.2(12).884-888.doi:10.1038/nclimate1597. Santamaria-Gomez, A., Gravelle, M., Collilieux, X., Guichard, M., Miguez, B.M., Tiphaneau, P., Woppelmann, G. 2012. Mitigating the effects of vertical land motion in tide gauge records using a state-of-the-art GPS velocity field, Global and Planetary Change. 98-99. 6-17. htto://dx.doi.org/10.1016/4.gfooiacha.2012.07.007. Schuur, E.A.G., Abbott, B.W., Bowden, W.B., Brovkin, V., Camill, P., Canadell, J.G., Chanton, J.P., Chapin, F.S., Ill, Christensen, T.R., Ciais, P., Crosby, B.T., Czimczik, C.I., Grosse, G., Harden, J., Hayes, D.J., Hugelius, G., Jastrow, J.D., Jones, J.B., Kleinen, T., Koven, C.D., Krinner, G., Kuhry, P., Lawrence, D.M., McGuire, A.D., Natali, S.M., O'Donnell, J.A., Ping, C.L., Riley, W.J., Rinke, A., Romanovsky, V.E., Sannel, A.B.K., Schadel, C., Schaefer, K., Sky, J., Subin, Z.M., Tarnocai, C., Turetsky, M.R., Waldrop, M.P., Walter Anthony, K.M., Wickland, K.P., Wilson, C.J., Zimov, S.A., 2013. Expert assessment of vulnerability of permafrost carbon to climate change. Climatic Change. 119. 2. 359-374. Smeed, D.A., McCarthy, G.D., Cunningham, S.A., Frajka-Williams, E., Rayner, D., Johns, W.E., Meinen, C.S., Baringer, M.O., Moat, B.I., Duchez, A., and Bryden, H.L. 2014. Observed decline of the Atlantic meridional overturning circulation 2004-2012. Ocean Sci. 10. 29-38. doi:10.5194/os- 10-29-2014. Snay, R., Cline, M., Dillinger,W., Foote, R., Hilla,S., Kass,W., Ray,J., Rohde,J.,Sella,G., and Soler, T. 2007. Using global positioning system-derived crustal velocities to estimate rates of absolute sea level change from North America tide gauge records. J. Geophys. Res. 112. B04409. d o i:10.1029/20061 B004606. Spence, P., Griffies, S.M., England, M.H., Hogg, A.M., Saenko, O.A., Jourdain, N.C. 2014. Rapid subsurface warming and circulation changes of Antarctic coastal waters by poleward shifting winds. Geophysical Research Letters. 41. 4601-4610. doi:10.1002/2014GL060613. Sweet, W.V. and Park,J. 2014. From the extreme to the mean: Acceleration and tipping points of coastal inundation from sea level rise. Earth's Future, 2: 579-600. doi:10.1002/2014EF000272. Talpe, M., Nerem, R.S., and Lemoine, F. 2014. G21C-02 Two decades of ice melt reconstruction in Greenland and Antarctica from time-variable gravity.Amer.Geophysical Union,Abstract G21C- 02, Ann. Natl. Mtg. Tebaldi, C., Strauss, B.H., Zervas, C. E. 2012. Modelling sea level rise impacts on storm surges along US coasts. Environ. Res. Lett. 7 (2012) 11 pp. 19 USACE. 2015. USACE Sea Level Change Curve Calculator (2015.46) htto://vvvvvi.coP oscrp:smate.u.slccaces!c 'rves.cfrm USACE. 2013. Incorporating sea level change in civil works programs. Department of the Army Regulation No. 1100-2-8162, 31 December 2013. U.S. Army Corps of Engineers, CECW-CE, Washington D.C. USACE. 2011. Sea-Level Change Considerations in Civil Works Programs. Department of the Army Engineering Circular No. 1165-2-212, 1 October 2011. U.S. Army Corps of Engineers, CECW-CE, Washington, D.C. Velicogna, I., T. C. Sutterley, and M. R. van den Broeke. 2014. Regional acceleration in ice mass loss from Greenland and Antarctica using GRACE time-variable gravity data. J. Geophys. Res. Space Physics. 41. 8130-8137. doi:10.1002/2014GL061052. Vinther, B. M., Buchardt, S. L., Clausen, H. B., Dahl-Jensen, D., Johnsen, S. J., Fisher, D. A., ... & Svensson, A. M. 2009. Holocene thinning of the Greenland ice sheet. Nature,461(7262),385-388. Watson, C.S., White, N.J., Church,J.A., King, M.A., Burgette, R.J. & Legresy, B. 2015. Unabated global mean sea-level rise over the satellite altimeter era. Natrure Climate Change, 5, 565-568. htte://www.nature.corn/nclirnate/journal/v5/n6/full/nclimate2635.html Wdowinski, S., Bray, R., Kirtman, B., and Wu, Z. 2015. Increasing flooding frequency and accelerating rates of sea level rise in Miami Beach, Florida. Submitted, Envir. Res. Let. Yin, J., Schlesinger, M.E., and Stouffer, R.J. 2009. Model projections of rapid sea-level rise on the northeast coast of the United States. Nature Geosci. 2(4). 262-266. doi:10.1038/ngeo462. htto://www.nature.cam/naeo/journal/v2/n4/suooinfoingeo462 S1.html. 20 N 0 , , \* l',Ito da ' :\ -,d;\ Er ca 1.,\\* , Via.;\ a \ ,..;\\ iii" tr.:is ,r;,,,,t BP :.m2 1 to IS tA c,%,":\AIARE) .., $ , ,„ MIATifil:/DADE ..,..„, r " u9"��v\�wwi"a'� .Wra�dx. ; i FLORIDA ,DA A PE Dl ► DOCUMENT STAND ALONE GUIDANCE DOC ENTi AND PROJECTION ION The Southeast Florida Regional Climate Change Compact's 2015 Unified Sea Level Rise Projection is presented below showing the anticipated range of sea level rise for the region from 1992 to 2100 (Figure 1).The projection highlights three planning horizons: 1) Short term, by 2030, sea level rise is projected to be 6 to 10 inches above 1992 mean sea level; 2) Medium term, by 2060, sea level rise is projected to be 14 to 26 inches above 1992 mean sea level with the less likely possibility of extending to 34 inches; 3) Long term, by 2100, sea level rise is projected to be 31 to 61 inches above 1992 mean sea level with the less likely possibility of extending to 81 inches. The Unified Sea Level Rise Projection for Southeast Florida include three curves, named after the global sea level rise curves from which they were derived: the NOAA High Curve (orange solid), the USACE High Curve (blue solid) and the median of the IPCC AR5 scenario (blue dashed). The blue shaded area represents the likely range of sea level rise for our region. The orange curve represents a condition that is possible but less likely. The USACE Intermediate or NOAA Intermediate Low curve is displayed on the figure for reference (green dashed curve). This scenario would require significant reductions in greenhouse gas emissions in order to be plausible and does not reflect the impact on sea level from the current emissions trends. When determining how to apply the projection curves, the user needs to consider the nature, value, interconnectedness,and life cycle of the infrastructure in question.The following guidance is provided for using the projection. 21 • The shaded zone between the IPCC AR5 median curve and the USACE High is recommended to be generally applied to most projects within a short to long-term planning horizon, especially those with a design life expectancy of less than 50 years. The designer of a type of infrastructure that is easily replaced, has a short lifespan, is adaptable, and has limited interdependencies with other infrastructure or services must weigh the potential benefit of designing for the upper blue line with the additional costs. Should the designer opt for specifying the lower curve, he must consider the consequences of under designing for the potential likely condition. • The uppermost boundary of the projection (orange curve) should be utilized for planning of critical infrastructure to be constructed after 2060 or projects with a long design life (more than 50 years) as a conservative estimate of potential sea level rise. Critical projects include those which are not easily replaceable or removable, have a long design life (more than 50 years), or are interdependent with other infrastructure or services. If failure of the infrastructure would have catastrophic impacts on the economy, community or environment, it should be considered critical. To reference the projection to the current year i.e. 2015, simply subtract the values listed in the table below from the projected sea level rise. For example, based on the projection, sea level rise in 2030 will be 6 to 10 inches above 1992 mean sea level. In order to determine how much rise will occur relative to the current year, 2015, the values listed in the table below for the IPCC AR5 median and USACE High curves can be subtracted from the projected range i.e. 6-3=3 inches for the lower end of the range and 10-4.3=5.6 inches for the upper end of the range, respectively. The projection can be restated as such: sea level will rise 3 to 5.6 inches from this year (2015)to 2030. IPCC ARS Median USACE High NOAA High Current Year (Blue Dashed Lite) (Blue Solid Line) (Orange Line) »',,"::, ,r sn ✓" ^i tx ,r wp@.. ,r,;.Y r ,;""rmv"H" e -,k' .'x'z,,( 7,71"�`"',a.' '',77+ao1 *:"" ,{✓, " d � ti 1��^+a ew 2015 b 3 4:3 53,-.6 d :.. .,_ .,.,.� ' r�' ,b:Jy.",,.".: dv r.r,G'„�` k✓h" M.a,JWG'9a-� ak.-....s 2016 3.1 4.7 5.6 `;An%.*., ^r ,j.+F(i'z y✓.,,v"+ "T',y:..z.... 20273.✓�,�«4 2018 3.5 5.3 6.4 raj"& .. „„""k✓/K,.., KKlu....ei b,...w,.pc..rm, ' raC.w."T.w.sN —7vpA.h:5u 6X 2019 .v..,_..r To convert local relative sea level rise datum from mean sea level to a topographic reference point used in surveying land elevations (NAVD 88), add the number listed in the table below to projected sea level rise: 22 . r To convert rebate sea To convert relative sea Mean High Mean Low t4 f level rise datum from level rise datum from Water Water • " mean sea level to feet mean sea level to inches `M NAVD '",add the number NAVD 88,add the number below to value from below to value from w- projection projection Key West -0.87 -10.4 -5.6 -14.2 Yana Ked -0.83 -10 -5.6 -14.2 Miami -0.96 -11.5 3.0 -26.5 Beach take Worth -0.95 -11.4 4.9 -27.8 Pier *North American Vertical Datum of 1988(NAVD 88)is the topographic reference point used in surveying land elevations. By definition it is the vertical control datum of orthometric height established for vertical control surveying in the United States of America based upon the General Adjustment of the North American Datum of 1988. Alternatively, the USACE Sea Level Change Curve Calculator (Version 2018.88) (USACE, 2015) found at this website http://www.corosclimate.us/ccaceslcurves.cfm can be used to change datums, reference years and tide gauge locations. The projection curves were generated using this tool. The equations used for the curves comprising the unified sea level rise projection are as follows: • NOAA High Curve (Parris, 2012) and USACE High Curve (USACE, 2013): E(t2)-E(ti)- a(t2-ti) +b(t22-t12) where E(t2) - E(ti) = Eustatic sea level change (m) with reference year of 1992; t1 = difference in time between current year or construction date and 1992 e.g. 2015-1992 = 23 years; t2=difference in time between future date of interest and 1992 i.e. 2060-1992 = 68 years; where a is a constant equal to 0.0017 mm/yr, representing the rate of global mean sea level change, 23 and b is a variabe equal to 1.56x10-4 for the NOAA High Curve; 1.13x10-4 for the USACE high curve, representing the acceleration of sea level change. •.• IPCC AR5 RCP8.5 Median Curve (IPCC, 2013): E(t2)—E(ti)=0.0017(t2—ti) +(4.684499x10-5)(r12—t12) : The NOAA Intermediate Low/ USACE Low curve that is not part of the projection but included on the graph for reference (green dashed line) can be derived as follows: E(t2)—E(ti)=0.0017(t2—ti) + (2.71262x105)(t22—t12) The equations above are global mean sea level rise projections. In order to adapt the curves for regional use, the average rate of mean sea level rise or "a" value is adjusted. For example, to reference the above equations to the Key West tide gauge, a equals 0.0022 mm/yr. 24 Unified Sea Level Rise Projection / , (Southeast Florida Regional Climate Change Compact,2015) ,, :FCCAR5 ,, T _ USACE High '4 A i-4 / g- -- - Year Median . . finches) --,-.---z-- ,/ .›, .....t. (tnches) /. .?". 7 .../ /. ,, . .... --, -... .,-, 2030 6 10 , 12 , ,- ." 2060 14 26 34 _ .. • › ., ,...„ 7- - gt, 2100 31 61 81 .. , „,,/ 26" . ....-- ,,- ....- ..,- • _---- ,-.7. z-.....- ,,....----' 14", • ' ...- _--•- — ....-- • ,-- '.. .. :1"f--.•-,.'""* ...,j rt...—.—4":"n..-'——'. 1 ,7'''' 2000 2010 2020 2030 2C .0 2050 2060 2070 2080 20g.) 2 100 Year Figure A-1: Unified Sea Level Rise Projection.These projections are referenced to mean sea level at the Key West tide gauge.The projection includes three global curves adapted for regional application:the median of the IPCC ARS scenario as the lowest boundary(blue dashed curve), the USACE High curve as the upper boundary for the short term for use until 2060(solid blue line),and the NOAA High curve as the uppermost boundary for medium and long term use(orange solid curve).The incorporated table lists the projection values at years 2030,2060 and 2100. The USACE Intermediate or NOAA Intermediate Low curve is displayed on the figure for reference(green dashed curve).This scenario would require significant reductions in greenhouse gas emissions in order to be plausible and does not reflect current emissions trends. 25 APPENDIX B STATE OF SCIENCE UPDATE ACCELERATION OF SEA LEVEL RISE A statistically significant acceleration of sea level rise has been documented in the latter half of the 20th century continuing through recent years (Church and White, 2011; Calafat and Chambers, 2013; Hay et al. 2015; IPCC, 2013;Watson et al., 2015). Hay et al. (2015) reported the global sea level rise rate from 1901 to 1990 to be 1.2 +/- 0.2 mm/yr (a value which had been overestimated in previous studies). Since 1993, an increase in the average global mean sea level rise rate has been observed (Hay et al., 2015;Watson et al., 2015). Watson et al. (2015) has most recently reported the average global mean sea level rise rate to be more than double the rate of the previous century, indicating an acceleration;the observed rate was 2.6+0.4 mm/yr from 1993 to 2015 with an acceleration of 0.04 mm/yr2. This acceleration indicates sea level will rise more rapidly in the future than it has historically. The global and regional processes driving sea level rise and its acceleration are discussed in the following sections. FACTORS INFLUENCING SEA LEVEL RISE GLOBAL PROCESSES In 2011, the Work Group noted studies describing a variety of reinforcing (positive) feedbacks that are accelerating ice sheet melt in Greenland and Antarctica and also accelerating Arctic pack ice melt, permafrost thaw and organic decay, and methane hydrate release from the warming Siberian Shelf, in addition to other global processes affecting sea level rise i.e. increasing greenhouse gas concentrations, changes in volcanic forcing and tropospheric aerosol loading (Compact, 2011). Since then, numerous additional reinforcing feedbacks have been documented and previously recognized feedbacks have intensified. ACCELERATION OF ICE MELT Accelerated melting of the ice sheets on Greenland and Antarctica (Rignot et al., 2011; Talpe et al., 2014) is expected to be the predominant factor affecting sea level rise acceleration during the 21'Century. Melting is caused by increasing temperatures and warming of the atmosphere, warm currents moving along the coast of Greenland, and warm ocean water moving under and up into ice sheets through deep outlet glacial fjords in Antarctica. Recent observations have indicated ice sheets are more vulnerable to melting than previously realized due to the extent of deep valleys within the ice sheets connecting warmer ocean water to the internal areas of the ice sheets thus causing rapid melting and peripheral thinning (Jenkins et al., 2010; Jacobs et al., 2011; Morlighem et al., 2014; Rignot et al., 2014; Greenbaum et al., 2015). Accelerated melting results in large discharges of fresh water which raises the local sea level near the ice sheets (8 26 inches around Antarctica over past 20 years) (Rye et al., 2014). This release of freshwater has resulted in a seasonal increase in the amount of sea ice in the Antarctic (Bintanja et al., 2013; Rye et al., 2014) and slower circulation of North Atlantic surface water, also known as Atlantic Meridional Overturning Circulation (Rahmstorf et al., 2015). The slowdown in circulation may contribute to increased local sea level rise along the Florida coast, as discussed in the Regional/ Local Processes section. The IPCC projections do not include the factors related to acceleration of ice melting processes described above, and as a result are likely an underestimate of future sea level rise (Rignot et al., 2011). CE SHEET D'S `1T`3'R TIO\t Indicators of ice sheet disintegration include retreat of the ice sheet's outer boundary and rapid thinning. Lateral flow of the Greenland Ice Sheet margin, the outer boundary, has dramatically accelerated in the past two decades in response to surface melt waters penetrating fractures in the ice and warming and softening the ice (Bell et al., 2014). In addition to retreat, the ice sheets have initiated a rapid thinning process due to basal melt (Pritchard et al., 2012), signaling the initiation of prolonged ice sheet degradation based on historic analysis (Johnson et al., 2014). Joughin et al. (2011) have used numerical models to look at the sensitivity of the outlet glaciers of the West Antarctic Ice Sheet to ocean water melt and have concluded that the West Antarctic Ice Sheet collapse is already underway; the extent of the collapse in the future is not yet known. As part of the Gravity Recovery and Climate Experiment (GRACE) satellite monitoring program, ice sheet mass loss has been quantified as 280±58 gigatons per year(Gt/yr) from Greenland and up to 180±10 Gt/yr in Antarctica (Velicogna et al., 2014). As a reference for the magnitude of a gigaton, one could estimate one gigaton to equal the mass of over one hundred million elephants. In addition, significant recent work was completed to verify the estimated contribution of ice sheet disintegration to sea level rise using satellite data (Jacob et al., 2012; King et al., 2012; Gardner et al., 2013) with the conclusion that ice sheet melt accounted for 29±13% of sea level rise from 2003 to 2009 (Gardner, 2013). In order to further refine the estimates and projections of the magnitude of ice sheet degradation and their contribution to sea level rise, the complex dynamics driving ice sheet melt need to be better understood, in particular the mechanisms driving interactions between ice sheets and warm currents. WARM CURRENTS In 2011, the Work Group acknowledged the effects of warm ocean water currents accelerating summer pack ice melt and causing melting beneath the outlet glaciers. Recent work has further clarified the compounding mechanisms driving the flow and temperature changes of warm currents. Spence et al. (2014) analyzed the poleward shift in direction of the southern hemisphere westerly winds since the 1950's and simulated the intense warming of coastal waters 27 associated with such a shift in order to explain and forecast the significant temperature increase in ocean waters interacting with the base of ice sheets and floating ice shelves.This study serves to validate the projection of the persistence of this wind trend and the resulting melting due to warm current interaction. Separate from wind forcing, an increase in ocean surface stress due to thinning of the formerly consolidated sea-ice cover near Antarctica is proposed to result in a redirection of warm ocean currents into submarine glacial troughs and further expediting melting of the deep ice-shelf base based on ocean-ice modeling (Hellmer et al., 2012). Ice sheet melt as a result of interaction with warm currents is one of the dominant factors contributing to recent global sea level rise (IPCC, 2013); however, as discussed in the next section, land based contributions to global warming may further exacerbate sea level rise in the future. 7-i '4%1 NI'3 P I'3.%1A=ROST The potential for significant additional emissions of carbon dioxide and methane from thawing permafrost and the rate of occurrence continues to be investigated. The intricate feedback mechanisms associated with permafrost are not well understood; as such, the IPCC did not include permafrost thaw in its projections (Collins et al., 2013). This deficiency was criticized publicly due to the theorized potential for permafrost carbon emissions to exceed emissions from fossil fuel use. Schuur et al. 2013 conducted a survey of experts to quantify permafrost change in response to four global warming scenarios and found despite risk for significant contributions of emissions from thawing, fossil fuel combustion was likely to remain the main source of emissions and climate forcing until 2100 based on the proposed warming scenarios. Following the release of the IPCC(2013) report,demand for research to understand the dynamics of the physical and chemical permafrost processes has increased in order to confirm the estimates of emissions from thawing. As an initial step, the occurrence of significant submarine permafrost thawing was confirmed by Overduin et al. (2014) when 8 to 10°C of warming within the permafrost layer was observed in less than 1,000 years, resulting in a degradation of ice- bearing permafrost at the rate of 3 cm/yr. In addition, seawater seeping through soil pores was identified as the source of sulfate necessary to oxidize methane in the upper layer of the thawing permafrost.Although site specific, studies such as Overduin et al. (2014)will begin to provide the information necessary to incorporate permafrost thawing into models and projections in the near future. REGIONAL/ LOCAL PROCESSES VERTICAL LAND MOVEMENT Vertical earth movements, which regionally and locally modify the globally averaged rate of sea level change, result in a relative rate of change that varies from one location to another. These 28 land motions have been inferred from historical tide data and geodesic measurements. When added to projected rates of global mean sea level rise, they result in a perceived change ranging from increased rise in regions of subsidence (e.g., New Orleans) to falling sea levels where the land is being uplifted (e.g., along the northern border of the Gulf of Alaska). Other regions are geologically stable and have only small differences with respect to the global rate of change. In South Florida, in general, coastal land elevations are considered to be relatively stable meaning that the land is not experiencing significant uplift nor subsidence. It is also important to note;the vertical land movement that is occurring is non-uniform across South Florida and movement measured at specific monitoring stations sites may not reflect vertical land movement in adjacent areas. The Continuously Operating Reference (COR) network of permanent Global Positioning System (GPS) receivers provides precise measurements of vertical land movement in four locations throughout Southeast Florida (Key West, Virginia Key, Pompano Beach, and Palm Beach) over periods of nine to eleven years.Additional continuous GPS measurements have been acquired in eight other sites in the region over various time periods(two to eleven years). Precise analysis of these data reveals negligible vertical movements at most stations (less than 1 mm/yr) (Snay et al.,2007;Santamaria-Gomez et al.,2012; NGL, 2015). However,some stations show 1 to 6 mm/yr of subsidence, reflecting mostly local unstable conditions of the GPS antenna monument (e.g., local building movements) (e.g., Bock et al., 2012). National Geodetic Survey has operated continuous GPS stations at Key West, Fort Lauderdale, Miami and Palm Beach Gardens. The GPS data of these sites were processed by the Nevada Geodetic Laboratory, who presents the results at GPS time series (htto://geodesy.unr.eclu/index.php). The rates of vertical land movement at these stations are shown in Table 1 (Blewitt et al., 2015). It should be noted vertical land movement is non-uniform across South Florida as a result of geology variations and the non-uniform compaction of fill placed during development of the region. Subsidence at tide stations is closely monitored to ensure the accuracy of sea level rise measurements.The regional rate of sea level rise is affected by such localized subsidence and is accounted for in the regional sea level rise acceleration variable incorporated in the projections adapted for the region. 29 Table 1: Continuous GPS Operation in Southeast Florida (Blewitt et al., 2015) Ste Location Duration Vertical rate (mm/yr) WEE Boca Chica Key 1997-2008 -0.5±0.1 EMIBoca Chica Key 2007-present 0.1 ±0.1 KY '6 Boca Chica Key 2007-present 1.0±0,1 (uplift) KWST Key West airport 2003-present -1.5 ±0.1 Key West, 500 m south of _... 2008-presnt -1.6 tidegauge ±0.5 Fort Lauderdale Executive 2005-2014; LAUD -0.5± 1.1 Airport port 2014-2015 . ... _. .. _.. 204-2008. -...... .w ._ ._........._ ZMAI Miami Airport : �4 . ± 200 8 p- r esen ... .� t FLC6 Florida City 2009-present -1.8± 1.2 North alBeach County PBCH 2005-present 1.0, (uplift) Additionally, in some regions, the effects of changing ocean currents can further modify the relative local rate of sea level rise. Such is the case of the east coast of Florida, as is discussed in the next section, Ocean Dynamics, Gulfstream/ Circulation OCEAN DYNAMICS, GULFSTREAM/ CIRCULATION Ocean circulation has changed little during the current period of scientific observation, but in the future it can considerably alter the relative rate of sea level rise in some regions, including Southeast Florida.A slowing of the Florida Current and Gulf Stream will result in a more rapid sea level rise along the east coast of North America. By 2100, these circulation changes could contribute an extra 8 inches of sea level rise in New York and 3 inches in Miami according to Yin et al. (2009). Most of the global climate models used by the IPCC(IPCC, 2007; 2013) project a 20- 30% weakening of the Atlantic Meridional Overturning Circulation (AMOC), of which the Gulf Stream and Florida Current are a part. Measurements of the AMOC have yet to conclusively detect the beginning of this change, however there has been a report of a recent decline in AMOC strength by Smeed et al. (2014) that coincides with the mid-Atlantic hotspot of sea level rise reported by Ezer et al. (2013) and Rahmstorf et al. (2015). Recent analysis of the Florida Current transport has detected a decrease in circulation over the last decade, which appears to account 30 for 60% of South Florida sea level rise over the decade and contribute to a positive acceleration (Park and Sweet, 2015). If a long-term slowdown of the AMOC and Florida Current. Rahmstorf et al. (2015) use a proxy method also suggesting that a slowdown of the AMOC has begun. If a long-term slowdown of the AMOC does occur, sea level rise along the Florida east coast could conceivably be as much as 20 cm (8 inches) greater than the global value by 2100. According to the most recent estimates by the IPCC (IPCC 2013, FigureB-1), the combined differential due to regional ocean heating and circulation change along the Southeast Florida coast would be in the range of 10%-20% greater than the globally averaged rise by 2090. For a median (50% probability) sea level rise of one meter by 2100,this would give about 10-20 cm (4- 8 inches) of additional rise along the Southeast Florida coast, which is within the range of estimates by Yin et al. (2009). However, the IPCC models do not have the horizontal resolution required to effectively estimate these changes at the scale of the Florida Current and more research with higher resolution ocean models will be required.As such, it is prudent to add^'15% to the global mean sea level rise values projected by the IPCC in order to use them for Southeast Florida planning. This adjustment is accounted for in the regional sea level rise coefficients incorporated in the projections adapted for the region. 31 Percentage Deviation from Global Mean:Figure 3.21 of Ch.13,AR5 ,ti ! �- / r' t, rpt i ! ! —- if t 1/. , ; i/--,--" a-- rs • '� �- ,' 30 � -," 20 I . \ .� ' ‘. ,, 2,, ' 1#;.2.i iiig pig \Y ,,,' , " 0 f i ! 7 \' ',1 , --::::,.. 1 ,- yf -10 „...;,- "1..\..,,,,p, ',2 41.-*:;:,:;,) \4,"4b" 4I 07*/41:i —,,,Pfaill i v , 4.7 4% T y-P"if;%' .9:'..'S,,P,',7' -20 , ',, *PI' OP t.SZ' \ 4,1'40 .9 4"` ,fr i, \ '0'; .9 PP'4‘‘‘4k, ',.0',b).4":,....4:::: '4 4% .9 4"%Yr .9 # .9'...'''‘'fr;,; el ' '110 %✓.`✓NW'Mk.,7wc..x.[... Figure 84. Percentage of the deviation of the ensemble mean regional relative sea level change between 1986-2005 and 2081-2100 from the global mean value, based on Figure 13.21, IPCC (2013). The figure was computed for RCP4.5, but to first order is representative for all Representative Concentration Pathways (RCP). RCPs are the four greenhouse gas concentration trajectories adopted by the IPCC for its fifth Assessment Report (ARS). 32 APPENDIXAppENDot liVORKROUP COMMENTARY AND-RECOMMENDATIONS DATi IONS The following are recommendations made by the Work Group for consideration by the Southeast Florida Regional Climate Compact Steering Committee to be used by the Compact Counties as part of the implementation of the Regional Climate Change Action Plan. a. The unified SE FL sea level rise projection will need to be reviewed as the scientific understanding of ice melt dynamics improves. The projection should be revised within five years of final approval of this document by the Southeast Regional Climate Change Compact Steering Committee. This timing is consistent with the release of Intergovernmental Panel on Climate Change Sixth Assessment Report which will provide a synthesis of the major findings in climate science to date. b. Users of the projection should be aware that at any point of time, sea level rise is a continuing trend and not an endpoint. c. The planet is currently on a high emissions trajectory for which committed sea level rise is probably near the high end of the ranges. It should also be noted that the attenuation of impacts through mitigation will not likely be sufficient to overcome the inertia of the climate system prior to 2060. d. Full and complete transparency of the projection and its implications should be promoted across the communities in order to encourage and guide effective and realistic planning, obtain realistic economic realities for maintaining functional infrastructure, insuring social and economically sound further development, and necessary adaptation. e. Further work to develop projections for the occurrence of extreme events in tandem with sea level rise may be necessary to assist communities in planning for storm drainage adaptation. 33 APPENDIX ;ACKNOWLEDGEMENT F PARTICIPANTS The Southeast Florida Regional Climate Change Compact Counties (Monroe, Miami-Dade, Broward and Palm Beach Counties) and their partners wish to acknowledge the Work Group participants and members of the SE FL Regional Climate Change Compact Steering Committee for participating in meetings to support the development of the Unified Sea Level Rise Projection and the guidance document. The following members contributed to the development and refinement of the projection: Danchuk, Samantha, Ph.D., P.E. Berry, Leonard, Ph.D. Enfield, David, Ph.D. Gassman, Nancy, Ph.D. Harlem, Peter, Ph.D. Hefty, Nichole Heimlich, Barry Jurado, Jennifer, Ph.D. Kivett, Jeff, P.E. Landers, Glenn, P.E. Murley,Jim Obeysekera, Jayantha, Ph.D., P.E. Park, Joseph, Ph.D., P.E. Steelman, Marcia, C.F.M Van Leer,John, Ph.D. Wanless, Hal, Ph.D. Wdowinski, Shimon, Ph.D. 34 rv.'....�:..PPEfit,N ..... ...... ....... .. ....._. ... ,.. .. r.,..,., .;, .._ ADIX . DEVIATION FROM 2011 PROJE 'ION The updated unified sea level rise projection includes the range projected by the 2011 unified sea level rise projection with three enhancements. As described in previous paragraphs, the yearthe projection begins was shifted from 2010 to 1992. Since the projection now references the sea level rise that has occurred since 1992 instead of 2010, the values in the projection are larger as a result of the sea having 8 more years to rise. For example, at the lower boundary of the projection, by 2030, sea level rise is projected to be 5 inches above the where mean sea level was in 1992. This is the exact same projected elevation as 3 inches above where the mean sea level was in 2010,just a different elevation datum.Table 1 shows the adjustment of values from the 2011 Unified Projection with a reference (starting) year of 1992. Please note the lower boundary is the same in both the 2011 and 2015 projections. The second enhancement to the projection was the extension of the projection past 2060 continuing to 2100. The third enhancement to the projection was the addition of the NOAA High Curve as the upper boundary after Year 2060. For critical infrastructure projects with design lives in excess of 50 years, use of the upper curve is recommended with planning values of up to 34 inches in 2060 and up to 81 inches in 2100. Table 2: Comparison of Unified Projection in 2011 and 2015 at Key West 2011 Unified 2011 Unified Projection Projection 2015 Proposed Unified Projection Year (adjusted to reference (referenced to Year 1992) (referenced to Year 2010) (inches above mst) Year 1992) (inches above msl) -71—i`'4—RE-711 (inches above ms1 >.aaw,w ew/.Yw..w�„a+w�.,a,..wz.ww..a...� ` � ruw�.ww�w-n:+",pu p'+'»..wu�^o.a' m'+� r y � •� , f,., .'.k. . * NAL 4Y. ;JYq� NRC � _ .�.mm,.,�"� 'Jw,a,.rw,r„w'! +'aln M»G�'�.w wwu4 a..r�w.. utst.•.., erm.r+�^+4`w+f.w 1 k� { 1 III Curve 1Curve–iii. [/�i-il , _"/i yy 'y d�Y/ a$ ,y w ., ‘,,,,,,,,,,,,,„ .. ii9liiii ": 1987 � ��� �. � �� ,:.:�„:.:.+w.n,nw^" .«..wWr ....�..,,.,.«..r«.., „.«�.u+.w„i.,w....wra«J'.K.,'ws 13„*- wwf w..«w.rw,ww°.W.id nw. �f Y” n ,,, t" #, , , , S,nr''�9 i r ..,„.„,�{.,n... .,i ...,,.w..:.4.,rf,.,ao.,},.y r �' .w ,,,se) l ' , 11/l f w s„ µFf "..,. i :: nw,»q� .µfw ,....,»«w,:'/'WMw M ..+q{ w 4`7� 0 'lb�:;2030 7 1 �p s ' 6 :y ..., ,.; ,......�.: ,- ...,w� ,. : '. .o+Y'Wsw✓ ,;aY ".v.a.."..:�,$.v�:� -• ., .m.4.:,..Et.3s�sf$diw. `� Kw,. 2060 9 24 $: ,, s , Y . " M , �'aZbtr.;,:.7„;,,,„„,:::,..,1'N ✓ �ti/^w 9#r>4 ya ',w. S,wY rv��i.a.. t,y,,„„,::,..,1 waapi ,...' heG.,w,re.a'»�" wn.--au m4 x ..:..„...,a,♦..:,.,...,.r M .n�. :4,,,,,,_ ,,.yq.p ..,,ro..rw,r,Npm..lnn.yo� W xM."N.n. .»qr+���555 _2100 ,,4_,:_.w ���vyyy... ........,.,�# kk..........,.w ,. "::,.1',..'.-::::::1,-,-7-1-4-:,4:_,..:1:,,-;], .. .. e✓ aal%kY q�•. asfi;0..bCsM'o3un&n'w.v.'.a i,. .�r�,� ,¢ . x w... �r 35 REQUEST FOR QUALIFICATIONS ( RFQ) ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS 2017-129-KB RFQ ISSUANCE DATE: MARCH 24, 2017 STATEMENTS OF QUALIFICATIONS DUE: APRIL 24, 2017 @ 3:00 PM ISSUED BY: MIAMIBEACH Kristy Bada, Contracting Officer III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov CI- - BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 28 APPENDIX F INSURANCE REQUIREMENTS 30 APPENDIX G SAMPLE CONTRACT 32 RFQ 2017-129-KB 2 eS1 BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida (the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s)(the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City purchases treated potable water from Miami/Dade County, and resales it to its customers. There are multiple connections to the Miami/Dade County water transmission system. The City collects wastewater from its customers, including satellite cities, and conveys it to Miami/Dade County for treatment. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). The City provided (at its most recent count) potable water service to an estimated 10,414 domestic retail water accounts, and to approximately 2,958 irrigation (water-only) accounts. Expressed on an equivalent residential unit ("ERU") basis, the System provided service to about 29,001 domestic water ERUs and 8,443 irrigation ERUs. An ERU represents the average capacity for a single-family residential account (served by a 5/8-inch meter), and is used to measure the total customer base on an equivalent basis (how many total equivalent households are being served) since a significant number of customers may represent a single account that serves a large group of customers (e.g., a condominium), or commercial customer that uses a large amount of water (e.g., a hospital or school). The ERUs were based on information published by the American Water Works Association regarding meter capacities, and which form the basis for the determination of meter equivalent factors. The City provided (at its most recent count) sanitary sewer service to an estimated 10,414 retail sanitary sewer accounts, and 29,001 sanitary sewer ERUs (all domestic water customers receive sanitary sewer service). The City also provides wholesale sanitary sewer to the Village of Bal Harbour, the Town of Bay Harbor Islands, the City of North Village, and the Town of Surfside(collectively,the"Satellite Cities"). The City is over 100 years old, and many of its infrastructure assets are believed to be aged, including installations completed early in the City's inception. Improvements, and expansions have been made throughout the City's history, and a comprehensive review of the entire water, and wastewater infrastructure needs to be performed. It is the City's intention to develop, and implement a long-term capital improvement plan to best position the community with a resilient, robust, environmentally responsible, and future proof, water, and wastewater system to serve into perpetuity.Additionally, it is important that Proposers shall have an understanding of Miami Beach's vulnerabilities to climate change and sea level rise; familiar with the work and regional planning tools of the SE Florida Climate Change Compact and aware of the City's approach to incremental adaptation over time. The City interested in partnering with the most innovative and solutions-oriented engineers in the field dedicated to resilience and Miami Beach Rising Above. RFQ 2017-129-KB 3 ;i4A-tf,IBEACH Through this RFQ, the City desires to receive proposals from qualified firms that can provide professional services, in accordance with Section 287.055, Florida Statutes, commonly referred to as the Consultant's Competitive Negotiation Act(CCNA). The City may, after considering proposals received, award contracts for services to a prime consultant(s), as well as create a continuing pool of prequalified consultants, as follows: 1. Prime Consultant(s).The City may make an award to qualified consultant(s)that can act in the capacity of the City's prime consultant on its long term capital improvement projects for water and wastewater.The selected prime consultant shall provide the City with subject matter expertise to the City of Miami Beach on its water and wastewater systems. The Consultant must have a team of qualified individuals who can guide the City of Miami Beach through the decision-making process of making its water and wastewater systems resilient, environmentally responsible, dependable, and future proof. While the City intends to make an award to a single consultant, it reserves its right to award to multiple consultants if it deems it is in its best interest. Additionally, the City reserves the right to engage other consultants,either through option 2 below or through other means, to assist the City in its water and wastewater endeavors. The prime consultant shall be selected in accordance with the Consultant's Competitive Negotiation Act for related projects as defined in Section 287.055(2)(f)(2), Florida Statutes. As such, the scope or value of the work awarded to the prime consultant shall not be limited to the limits established pursuant to Section 287.055(2)(g), Florida Statutes. 2. Pool of Pre-qualified Consultants. Additionally, to assist with smaller engagements relating to water and wastewater work (or related needs), the City intends to create a continuing pool of prequalified consultants (not selected in Option 1 above) in accordance with Section 287.055(2)(g). Firms that submit a proposal pursuant to the RFQ, and who are deemed to be responsive, responsible and best qualified may be eligible to participate in the continuing pool of pre-qualified consultants. The firms included in the continuing pool will also be eligible to participate as sub-consultants to the prime consultant on applicable projects at the discretion of the City Manager. The process for considering qualifications proposals shall be as follows: 1. City will consider proposals received on or before the due date. 2. All responsive proposals will be submitted to the Evaluation Committee appointed by the City Manager for evaluation in accordance with the criteria established herein. Proposals deemed non-responsive will not be considered by the Evaluation Committee. 3. The City Manager will consider the results of the Evaluation Committee process and may recommend, in accordance with Section 19 below, one (1) or more Proposers to be short-listed by the City Commission to enter into contract negotiations. 4. The City intends to contract with a single prime proposer, but reserves its rights to contract with additional prime proposers, in accordance with Subsection 2.1 above. There is no project value limit on the work to be performed by the prime consultant. 5. Other responsive, responsible and best qualified Proposers may be eligible for the continuing pool of prequalified consultants in accordance with Subsection 2.2 above. Projects awarded to consultants in the continuing pool shall be limited to$200,000 for studies and design or engineering services shall be limited to projects with construction budgets under$2 million. GIVEN THAT THE CITY INTENDS TO AWARD A PRIME CONSULTANT AND ALLOW OTHER RESPONSIVE, RESPONSIBLE AND QUALIFIED PROPOSERS TO BE INCLUDED IN A CONTINUING POOL OF PREQUALIFIED CONSULTANTS,ALL QUALIFIED FIRMS ARE STRONGLY ENCOURAGED TO RESPOND TO THIS RFQ. RFQ 2017-129-KB 4 CI --- d BEACH 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued March 24,2017 Pre-Submittal Meeting April 5,2017 at 10:00AM Deadline for Receipt of Questions April 14,2017 at 5:00PM Responses Due April 24,2017 at 3:00PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: KRISTY BADA 305-673-7490 KRISTYBADA• MIAMIBEACHFL.GOV additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranadoRmiamibeachfl.q_ ov: or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S).Only if deemed necessaryb the City, a pre-proposal meeting o r site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3RD Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER:5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. RFQ 2017-129-KB 5 .1-T-4 A , BEACH 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.govlprocurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES .. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE . CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS.This RFQ is subject to,and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. TFQ 2017-129-KB _e_a BEACH 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13.CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The Ci reserves the right to postpone . City 9 P tp the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. • - ._.: 7 Cal k, L. — B7-ACH 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals, include prime consultant(s) and continuing pool of prequalified consultant(s). The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2- 369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer(s)to determine the prime consultant(s). Other proposers not selected as prime consultant that are deemed to be responsive, responsible and best qualified, as recommended by the City Manager and approved City Commission, are eligible to participate in the continuing pool of prequalified consultants. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. The City may impose a ceiling on hourly rates to be allowed under the contract. Firms that do not accept the ceiling on rates may be eliminated from further consideration. 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the PROCUREMENT DEPARTMENT prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. RFQ 2017-129-KB 8 BEACH 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors,and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. FQ 2017-129-KB 9 4 BEACH 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers, employees,contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. . Q I - •-': 10 CI 4, BEACH 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. RFQ 2017-129-KB 11 BEACH 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter 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 public agency all public records in possession of the contractor 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 public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFQ 2017-129-KB 12 BACH� V 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Pane Intentionally Left Blank RFQ 2017-129-KB 13 BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. Experience and qualifications should demonstrate the firms experience with vulnerabilities to climate change and sea level rise; familiar with the work and regional planning tools of the SE Florida Climate Change Compact and awareness of incremental adaptation over time. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. Experience and qualifications should demonstrate the firms experience with vulnerabilities to climate change and sea level rise;familiar with the work and regional planning tools of the SE Florida Climate Change Compact and awareness of incremental adaptation over time. 2.2.1 Subject Matter Expert(s). Provide a comprehensive summary of the experience and qualifications of the individual(s)who as proposed will be selected to serve as the Subject Matter Expert(s). Proposers must identify and submit evidence for the following Key Personnel: RFQ 2017129-KB 14 CA. BEACH a. Water Distribution System b. Wastewater Collection System c. Water Pumping Stations d. Wastewater Pumping/Lift Stations e. Water Distribution Design Engineer f. Wastewater Collection Design Engineer g. Water and Wastewater Hydraulic Engineer h. Corrosion Control and Corrosion Remediation 2.3 Financial Capacity. At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: https://supplierportal cinb.com/webapp/wcs/stores/serviet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. TAB 3 Approach and Methodology Submit detailed information on the approach and methodology, how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, strategies for assuring project is implemented on time and within budget. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2017-129-KB 15 F Y BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications,including Financial Capability 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each firm by the City within the last three (3) years from the due date for proposal. See Section 4 5 below. TOTAL AVAILABLE STEP 2 POINTS 10 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFQ 2017129-KB 16 (-S-4 -. BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step I scoring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 22 15 12 CommitteeTotal 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member_2 Rank 1: 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 *Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. The City Manager is not bound by the results of the Evaluation Committee Process. 6. Award Recommendation. The City Manager will consider the results of the Evaluation Committee process and may recommend, in accordance with Section 19, one (1) or more Proposers to be short-listed by the City Commission to enter into contract negotiations. The City intends to contract with a single prime proposer, but reserves its rights to contract with additional prime proposers. All other responsive, responsible and qualified Proposers may be eligible for the continuing pool of prequalified consultants. 17 APPENDIX A m M1AM BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017129-KB 18 Solicitation No: Solicitation Title: RFQ 2017-129-KB WATER&WASTEWATER SYSTEMS CONSULTANT Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2017129-KB 19 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. IFQ 2017-129-KB 20 7. ' ' . - - --- --- = - '--- - - - •• • • = ••• i • a as a•• • a a a- ••. •• •• .•. .:•• ;•••: a .a• , a•a -:••••:•.••• • • -•• i.•..• .. I !vela •- •* • • ••• • ' • ••• a ,• • •- ••. • •• •. i• • • a •a• • •- •• a••••• a a a- •••- a• .•-.. a ••i •a• • .- •• •: -e•..••: "••.: •a. a . -ra.• -a•..•• • '• •• • • -• • .• I-• •ia• • a a• -• - • •• •e .•• •••- • O 6 • • • •• - -V •• • •••• �•a 1•a V'a V a a • • •••. •- ••••••• • • •a •a a a,J • a• • •a•• -•••• • / / .•••••••::..".:: :Net. as a • 1 a a•1 •• .:••••. a••• •• •a •• - • • - ••• •• ..a a a •••• a•• • 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. FQ 2017-129-KB 21 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 _ Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. FQ 2017-129-KB 22 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, includingfinancial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant!s affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disdosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. FQ 2017-129-KB 23 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2017-129-KB 24 APPENDIX B MiAM BEA H " No Bid " Form RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the. City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. RFQ 2017-129-KB 25 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive - Unable to meet specifications _Unable to meet service requirements Unable to meet insurance requirements Do not offer this productfservice _OTHER. (Please specify) We do_do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS#2017-129-KB 1755 Meridian Avenue, 3rd Floor MIAMI BEACH, FL 33139 RFQ 2017-129-KB 26 APPENDIX C (TA. M AM . BEACH Minimum Requirements & Specifications RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-129-KB 27 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. PRIME PROPOSER: 1. The Prime Proposer(Engineering Firm) shall hold a "Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations, as applicable. REQUIRED SIMILAR EXPERIENCE: 2. The Prime Proposer shall submit no less than five (5) projects completed within the last ten (10) years completed exemplifying experience in water, and wastewater system improvement projects. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email),volume of contract, prime proposer's role in project. C2. Statement of Work Required. The Consultant will provide subject matter expertise to the City of Miami Beach on its Water and Wastewater systems. The Consultant must have a team of qualified individuals who can guide the City of Miami Beach through the decision-making process of making its water and wastewater systems resilient, environmentally responsible, dependable, and future proof. Proposer shall have an understanding of Miami Beach's vulnerabilities to climate change and sea level rise; familiar with the work and regional planning tools of the SE Florida Climate Change Compact and aware of the City's approach to incremental adaptation over time. The City interested in partnering with the most innovative and solutions-oriented engineers in the field dedicated to resilience and Miami Beach Rising Above. The services described in items I, and II are a priority and are intended to be awarded immediately. The services described in subsequent items may be awarded in the future. I. Develop Water System Capital Improvement Plan (CIP) 1.Prepare a description, and general inventory of the water distribution system based on review of existing database, maps, plans, reports, other City records, visits with staff, and field inspections. Visit existing facilities, and prepare an accurate, up-to-date description of the system. Document all parts of the existing water distribution system, including facilities, condition of equipment and system components. 2.Prepare a listing of CIP projects, with planning level cost estimates, based on priority developed with a matrix considering the likelihood of failure, and consequence of failure. The planning document should include approximately 20 years of work. II. Develop Wastewater Collection System CIP 1.Prepare a description, and general inventory of the wastewater collection system based on review of existing database, maps, plans, reports, other City records, visits with staff, and field inspections. Visit existing facilities, and prepare an accurate, up-to- date description of the system. Document all parts of the existing wastewater collection system, including facilities, condition of equipment and system components. 2.Prepare a listing of CIP projects, with planning level cost estimates, based on priority RFQ 2017129-KB 28 developed with a matrix considering the likelihood of failure, and consequence of failure.The planning document should include approximately 20 years of work. Ill. Water and/or Wastewater Systems Master Planning IV. Water and/or Wastewater Systems Hydraulic Modeling V. Water and/or Wastewater Systems expansion and/or replacement construction design, including pumping stations VI. Construction Management VII. Value Engineering VIII. Various studies, reports,etc. Balance of Page Intentionally Left Blank RFQ 2017-129-KB 29 APPENDIX D m M1AM BEACH Special Conditions RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-129-KB 30 1.TERM OF CONTRACT.Three(3)years. 2.OPTIONS TO RENEW.Two(2)additional one(1)year options 3.PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5.INDEMNIFICATION. Not Applicable. 6.PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8.SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10.WARRANTY REQUIREMENTS. Not Applicable. 11.BACKGROUND CHECKS. Not Applicable. 12. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement,work order, letter of engagement or purchase order. 13. CHANGE OF PROJECT MANAGER.A change in the Consultant's project manager(as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 14. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 15. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services,deliverables and cost of services. RFQ 2017129-KB 31 APPENDIX E 11) MAM BEACH Insurance Requirements RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFD 2017-129-KB 32 erl AM 1 BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employees Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. tFQ 2017-129-KB 33 APPENDIX F 1:14 M AMI BEACH Sample Contract RFQ No. 2017- 129-KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 e • 34 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR WATER &WASTEWATER SYSTEMS CONSULTANT PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-129-KB DISCIPLINE: RESOLUTION NO. 2017- . * I - ,_. 35 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 37 ARTICLE 2. BASIC SERVICES 42 ARTICLE 3. THE CITY'S RESPONSIBILITIES 46 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 48 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 50 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 51 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 51 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 53 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 54 ARTICLE 14. LIMITATION OF LIABILITY 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 55 SCHEDULES: SCHEDULE A 59 SCHEDULE B 61 SCHEDULE C 63 ATTACHMENTS: ATTACHMENT A 64 ATTACHMENT B 65 ATTACHMENT C 66 FQ 2017-129-KB 36 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR WATER &WASTEWATER SYSTEMS CONSULTANT This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and , a corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on , the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-129-KB for WATER & WASTEWATER SYSTEMS CONSULTANT (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on , the City Commission approved Resolution No. _ , respectively, authorizing the City to enter into negotiations with and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. RFQ 2017-129-KB 37 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission"shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants RFQ 2017129-KB 38 acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below)and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00)or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 39 DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance- oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Proiect Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. RFQ 2017129-KB 40 PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: 'Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. RFQ 2017-129-KB 41 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and PFQ 2017-129-KB 42 Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order(including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In FQ 2017-129-KB 43 addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non- conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to FQ 2017129-KB 44 promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. RFQ 2017-129-KB 45 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and 46 acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements)and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission 47 on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator(which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any)with a "Not to Exceed"amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. RFQ 2017-129-KB 48 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). 1FQ 2017-129-KB 49 Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982- 84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s)shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by RFQ 2017-129-KB 50 category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 [Notices' ), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its RFQ 2017-129-KB 51 performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant(1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or(3)does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30)day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. RFQ 2017-129-KB 52 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 53 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s)actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: FQ 2017-129-KB 54 City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Attn: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant RFQ 2017-129-KB 55 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. RFQ 2017-129-KB 56 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. RFQ 2017129-KB 57 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest CONSULTANT: Signature/Secretary Signature/President Print Name Print Name RFQ 2017-129-KB 58 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RFQ 2017-129-KB 59 CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Proiect Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for WATER & WASTEWATER SYSTEMS CONSULTANT (RFQ 2017-129-KB)you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: Total From Previous Additional Service Orders: Fee for this Service Order. is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2017129-KB 60 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2017129-KB 61 HOURLY BILLING RATE SCHEDULE FQ 2017-129-KB 62 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2017-129-KB 63 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFQ 2017-129-KB 64 ATTACHMENT B REQUEST FOR QUALIFICATIONS(RFQ) RFQ 2017-129-KB 65 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ , 66 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ P 7Y p�!•� 110 s "„,,, \ Ra,wsn>,er, p r%o. AssocIATES' '■ wh\ w r \I• ,��i/ly/%//,i��;.�r�l%qd::�/1/� ruj��/i•H���/�/ / r%V/q "(/// /r r/r//;irr « • ����f({/�N�/��/ :.;,, r / rtr/rr/�.//,/.r'r/ bn,,/ '➢//fiy N/,jp;����:��!//a w•�I vw !MWn/Nvv H /A!//r rrrr ♦.... ! :. !/ 1` /Y i'. /n: '.v rl%%/ :;r/� r r: My \ Yt 3. i;S. �+w�.`w'+ir•+ awV �iS %rf:, 1/..; ..ar ro o? ;:!/ ,,,; 8!,W"' :t At'�l ,t'.r a"b 7! .a.w.„•a� �� ip r, .- u f ,. ,; .,:: r P if/r r/�I•/it'll v !i/, :. %/y>r .r; .'ar '4 : P,j .,. S: _::��� :r9/% -7;G��/,�r/"'.!r f„'� rr :H"w%�•a+., �u, ,��r�j,,,,5,.. s•..ww � 4 "'' v /. rr /r! u"l3'+ ,�1/✓,//r ia,,Y� r AI" H t,..,.-r::,.•. n,H� .,rux�r�`r4 rF Hi xs t .n •.,,� T' • ` ! „ r,a,,r/r.;/Y,�/r np"l!.;/JH,{rE.�i,..."w �,/" /'r.� �1 Hi;•;'/g/' '1•°:I�.'{Yr:•.,��s!- ,y.}�i,`.:''!r''.•I t^�'%° I .. ,•.i.:. r,,,,:A l�f...4",.,,y ., .•r. :'%%�•/, �.:•�r/"� ,,yg�'/ l�w.,w.wwr •,.:. /,:.`..: .::: /� r�,.:. ',�r•Y>:.:�u/,::.,.',� S,r:'r.r ���yi".. P"1 'br/-'v .. r.6.0 ,v�lir,3'rr��',.r/:.,A .::r •"'ti ' .HS.,_,:.. , rr .,y.-.,n� ..:,,,, W.,.r,r >/..r ,, ,r,„;,",:l /w''r./il sv{j5,''.. r / ,"/ ., r�,,"/'>,9�4•r / / / % ..� +", ,: r ar, ,��u,.:r1///, v.. // 1 r//r/, it .n.>l•r�,,/r � ,.......,,v.. ,4 1 ,/ i::.: .�A / 1 t':,.1,: �. :i:•!' N .5'' � ... ` ,r ,, r! r r ,,✓,u ,: ,n,;�%,. 1 � .•��/ Y �l . :.,/.. ".r.,,..,.. .. u• ...,r., .:.:: .i,!/i/ r.... /,...5 r !...N/yy, 'T'7// ..,.1/ .. .:. .. / •'.': r.,..r < ..f,•;,,/.5:�°4..: F' :x.,' .✓o:.v r -, ,r r,:./i„//� �u.,/,,.,i/.� r r,/a,/.q!•,H 'N / ,,.;, � :.:...:.. .:......•.� :H�y'" !.,:.e r ,... � r,r„.• .�.r :r.,,� i,,�' ru ';r fir,,�/;y, r r;, 5 ,/,. � r$...:,&F . A'• :; .::. � .4.:::, a'., /,i:' r ,,,!, ,,,r,,.:• �, ,"+ ���ar' �.” ✓�a>a a19� .w, ,mr,' � „ , j/V r✓//i�ri�,:i/r/y H yk. x:.e (4-***, 4 ,�'� •.c�”eihM, :'^ ":A`:; a a►� µ'�,^4�v,.� �',r�k✓�111�' w , ..( r, , w.,.. r r 11 .moi w „, , •:,. .._...:.' ,� ,.,,,,�+.,., % ... -may,... �..•.,M„ ..x .�•r'.. M:. w\.,2� �w .. '� \ /w„• - ' .//' \'i,,.* tR ar ti/G F ♦..,ar '.37 '1r �'- �./ "'a ' .. +YDS ... ~ .Y:.w, 1'� it 1 ,.•. .. �,,�,"..... \�\'wN �• \u\'"� / ',� MM„/:;:Ynnn' n.R Ft,Hw• :.. *1: ,l' Fy .w�•--^..� �• :�4,,.�1...:., I �$; y::7: n3H 55 .'i'<;.,,i ^' ti T ,_ w :•w.«,. a M.Yr” >w ••••;,,,,,,I;4,;‘,9,•„,,,,,, •:tt, ..`. H' .. �2 ';Y. �. .. .. „ .... ., A,.. p f}�,�,• ..{ r.. ' C b 4PC { ., i w. • aPy w7c 9.. « .. .•. dry... p .,� .•a.«.' N,., � ,�, .. „� 7' � `\ / t' ,,Aq n r' ""xa ',r pt"b7,� �: ,, �?'���•:' ;� is Y'�� a�'T !e "rap d .., .., ;rq, '. -...,MYTtw;..:,unsf( ;N '\' „.tw \,a ,P;+.;ra/!P ♦` ir�w•�'rPK • W 'rw. Mr, • 5 a , Rte. q. !jjjj! • Sof,.7 ala •,t/ . •o ` r/r 3q \'` w ,a ��r� • > W.wr«aw .M ,,,,. '. ii n 'yam yRur baaµMwN�i fie•, ,H, •Hi-/ Vla. • S RwVC\. CO,,V ESS oUCC A � E n MIAMI BEACH r`r -Be u. 1, ,,H1,1 RFQ#2017-129-KB Engineering Services for Water and Wastewater Systems Projects 1 ngENGINEERING ASSOCIATES,INC. r, � ;� �� r/ /rer rrrrg avn,ru;rarr nur; �Jr�/p/��/�, 7v � I)�r°r 1/ / ii'''''''''''l,, � ,,,r717,77777.",",,,,,4******* //1r // b"�d141, ivi'''i' ' ln�biNi�\ ,, �//, , 1."'",,,,,./,,,,,%,rM � /(4/� r� .! '11,rr r �rm'.cH/ d/// p�' .,rar/mikitx, 7Mnh t r, / /. 3 ; i \ . i�4 %/ii, /rr/ I &,n or lrr • '''''' .:4;i:),•!;,,,: 's.N.,,,,,,,,,, ,,,,,,„,,,,),.„, . . • , 40,,,,,,,,,t,.,,,i,' ' „' (j"P' • „,,,/,/ / �/l/ ' ///rviuva ✓va/dv141.44,"0„,' "'/' y :,i .. ',, ,,,,04,.y 0f +• Y '`.,,,,,‘,",,\,./4,',4”� �II /t\ � r;Ir, rv'' ymrK. w �;u + P�jr�1 / / ti) ./A. 0Y4/ ° 7,11010 idd�/%iy / /i / • a, tA / �,..;,:,,,,;;,'"// ?i/,,id •/ t • ,,,:, ;„......". .•••°°°' • ,,'111.,',,,/,:,..Y''' •• • a , 'rr/ra-1'::',.:;,:.,,,,: l � /r,. N//, r// _4...,,,,,,,::,.,.,,„,,,bik.,,,„•,, 1fy, 1pl IAY ryryNs � � � '• • • • • r 'N!/ H s,;/. • • • � i 4N• . • • • • • r r /0!%wubr, a.. •• •• • % Ma.rr s/.. � � � • • . �'w . "/72 ./r% j /%/ /� / /, n.,/ Hy///AE-/rr �// r , rUi,"i° / ar -/ .,,,;,,,,;/,,,,,e,,,,,„, / / !/ all /�/ /� S l- %% �rn,'y/// ' � rnyj/ ^%,0�� n/ rr �4/ �� -7,77 ,,,,,-;.44,- „ „ k ,,5 ' / ,' 1J ��Ni /,,,,r/� ip/ 4mid%,�� , ,„ /" -,,,,,,„,,,,,;;;;,,,„,#/yH : I� u �: ,:'//r,,,,„„:„!...117,11.0":„„,:,,,,,,,,..„, / ,1 Inns ificai'' 40, IN Iffi Qual 0 Table of Contents King ENGINEERING ASSOCIATES,INC. REQUEST FOR QUALIFICATIONS Engineering Services for Water & Wastewater System Projects 2017-129-KB Table of Contents I. Cover Letter & Minimum Qualifications 1-27 ► Cover Letter&Table of Contents ► Response Certification, Questionnaire& Requirements Affidavit ► Minimum Qualifications Requirement II. Experience & Qualifications 28-252 ► Qualifications of Proposing Firm ► Qualifications of Proposer Team ► Subject Matter Experts ► Financial Capacity III. Approach and Methodology 253-314 ► Our Approach to Your Projects ► Documentation - Licenses/Certificates King Engineering Associates,Inc. -i KingApril 21, 2017 ENGINEERING ASSOCIATES,INC. SERVICES Civi;Engineenng City of Miami Beach Transportation Planning&Engineering Attn: Kristy Bada, Contracting Officer III Environmental Engineering Procurement Department Land Planning 1755 Meridian Avenue, 3rd Floor Ecological Services Miami, Beach, FL 33139 Surveying&Mapping Construction Management GiS Mapping Re: Engineering Services for Water&Wastewater Systems Projects Landscape Architecture#LC26000183 2017-129-KB OFFICE LOCATIONS Dear Ms. Bada and Selection Committee: FLORIDA The City of Miami Beach is seeking solution oriented Miami -- ti .� engineering consultants for the development of a long-term ) Sarasota r.. I capital improvementplan and design of improvements that Tampa p p g p are dedicated to "future proofing" the City's utilities infrastructure against the effects of time, the environment, TEXAS climate change and sea level rise. Austin King Engineering Associates, Inc. is pleased to submit our proposal in response to Miami Beach's Request for Engineering Services for Water and Wastewater Systems projects. King is a full-service consulting firm providing water, wastewater, and reclaimed water master planning and engineering services for governments and agencies throughout the state of Florida for 40 years. King staff has planned and designed over 500 miles of water and wastewater utility pipelines and supporting infrastructure of pump stations for municipal utilities throughout Miami-Dade County and the State of Florida. These pipelines have been constructed using a variety of methods including open cut, horizontal directional drill, micro-tunneling, jack and bore, auger boring, and subaqueous installations. Our installed pipe material has included ductile iron, PVC, HDPE, fiber glass, steel, and PCCP. King has also extensive experience in the rehabilitation of pipelines and pump stations. To upgrade and extend the useful life of pipelines we have used a variety of techniques including slip lining, pipe bursting, swage lining, folded liners, and cured in place liners. Local Firm / Local Team - King's services for assignments received under this contract will be executed from our well established Miami office which is located approximately 30 minutes away from Miami Beach. 8700 W Flagier St. Capacity - King maintains a full-time, Florida staff of 100+ employees including Suite 340 specialists in water and wastewater systems master planning and utilities systems Miami,FL 33174 Phone 305-392-9979 engineering. King is well known and recognized by many of our municipal clients for Fax 305-392-9912 our extensive expertise in water and wastewater utility services. www.kingengimitring,com 1 City of Miami Beach 2017-129-KB Our team of Master Planners and Professional Environmental Engineers are supported by a cohesive team of Transportation Engineers, Surveyors, Geographic Information Systems Specialists, Senior Environmental Scientists and a committed team of Technicians and Administrative Personnel. Furthermore, our senior staff includes certified water and wastewater operators that bring the long term operation perspective to every project. The King Team has the capacity to run multiple projects simultaneously to increase productivity and complete numerous projects on an expedited schedule. Exceptional Leadership and Team Experts -Agustin Maristany, PE is _... our proposed Project Manager and Primary Contact for this contract. He 3+i has evaluated existing utility infrastructure for deficiencies and hast ;.i, provided recommendations, planning strategies, design, and constructioniII4, ¢° 1,,�t„ i � raz-ta services for south Florida utilities for over 29 years. He knows the local - : .: environment, conditions, permitting agencies, and construction methods. - •" ,--.M..• ,..,, 4 _. ....,...: Mr. Maristany's experience includes master planning and capital A ' ..-: .2". -- improvement planning, hydraulic modeling, condition assessments, pipe material selection, pump station design and rehabilitation, microit ,µ tunneling, SSES and Ill repairs, pipeline rehabilitation, flood proofing, -;c �', 4!1' wg, design/contract documents, design build criteria professionali4745---2A4tboik-- services, cost estimating, scheduling, permitting, bidding assistance, ..,,y.-%It 67.:;1 construction management and inspection, system testing and startimam - up, development of O&M plans, stakeholder coordination, and public9----4--am relations. Mr. Maristany will be leading a team of experts, equally ` L ,-". �_-�experienced in the development of water and wastewater , ; , , ,, -. , L _ . master plans and their implementation through a well- �-- thought out Capital Improvement Program(CIP). ,, ,; yv,;-i„`-``I 1 _�_ jf,',w.. ,:ty\>, i t \ cf:F.,-.t.____I__7_ In addition to our Team's expertise in utilities system master ."7 -_� P Y ti`s -- �' planning, we are very excited to have on our team, known _ �. ` r • . ���" ,,,�aux s •� -� ...._..._. 71 industry experts in sea level rising and climate change and �- __ how to protect existinginfrastructure from the effects these .----�> -----�'o -== "`'"� pita't.lis'2Uz.S s-r mitt tuL'.fl t.t.itAtttlk'Flt%ltM mat w environmental conditions can have on coastal communities' assets. Sam Merrill, PhD, of Geotechnical Consultants, Inc. (GEI) will be leading the services for coastal planning, •.• - 4,i 10 a resiliency and engineering for this contract. GEI has aw;,,••fw".- conducted resilience-based engineering around the , _ - ,-� _ M M coastal US, including Miami beach, Fort Lauderdale, and the Florida Keys. In 2016, Mr. Merrill met with the Rising Above Initiative with Miami Beach Chief Engineer, Bruch : Mowry, and Resiliency Officer, Susy Torriente, at which time technical approaches were discussed and in particular, a -` design-threshold benefit-cost analysis, both of which are outlined in this proposal. • „log 2 City of Miami Beach 2017-129-KB Another key member of Mr. Merrill's team of coastal engineers is, Patrick Massey, PE. Mr. Massey brings 10 years' engineering experience with expertise in pipeline condition assessments, recommendations of repairs, replacements, and or rehabilitation and project prioritization. He is especially knowledgeable in the protection of pipelines located near waterways. King Team Experts — We have assigned a well-seasoned team of uniquely qualified professional engineers with experience in water and wastewater distribution and collection and pumping systems. The following chart depicts the King's team members' areas of expertise in water and wastewater master planning, rising sea levels and utilities systems engineering. SUBJECT MATTER EXPERTS Water Water Water WW WW WW Team Expert Master Distrib. Pump Systems Collect. Pump System Hydraulic Plans System Stations Design Systems Systems Design Modeling Agustin Maristany,PE • • • • • • • • Tom Traina,PE • • • • • • • • Chris Kuzler,PE • • • • • • • • Loc Truong,PE • • • • • • • Ben Tumage,PE • • • • • • • • Tom O'Connor,PE • • • • • • Patience Anastasio,PE • • • • • • • • Sea Level Rise/Climate Change Sam Merrill,PhD Additional support services will be provided by the following subconsulting firms. Each subconsultant was selected due to their abundance of experience, technical expertise and our success working with one another. Our relationships with these subconsultants include established long standing and successful procedures for the efficient execution of your assignments. Corrosion Control and Protection - Corrpro Companies, Inc. is North America's largest corrosion engineering, cathodic protection and corrosion monitoring business. They are experts in pipeline integrity, external corrosion direct assessments (ECDA) studies, AC mitigation and coatings evaluation. Corrosion control services will be directed by Daniel Crabtree, a 22 year specialist in corrosion control. His full-range of corrosion control services include: condition assessment, corrosion detection and corrosion control for water/wastewater pipelines, regulated energy pipelines, and other underground structures. His expertise includes corrosion control design and in assisting clients in cathodic protection troubleshooting. Structural Engineering - Eastern Engineering, Inc. will be performing structural engineering services. They are a local firm and Florida disadvantaged / minority business. Under the direction of team member, Raissa Lopez, PE, they provided conversion of a City of Miami Beach pump station structure into an office facility. They also are structural engineering consultants to King's design services for MDWASD pump station upgrades. Electrical Engineering - Louis J Aguirre & Associates, PA was established in 1970 and will be providing electrical engineering services. Under team member Louis Aguirre's leadership, they art electrical engineering consultants to King for a number of Miami-Dade County pump station improvement projects. They also have six LEED accredited professionals on staff to incorporate sustainability and energy savings into their designs. • 3 City of Miami Beach 2017-129-KB Geotechnical Investigations - Geosol, Inc. (GEOSOL), founded in 2005, has participated as a Soils, Foundations and Materials Testing subconsultant to King for local pipeline and pump stations projects. Oracio Riccobono, PE, who brings 30 years local experience in the geotechnical engineering,will be overseeing GEOSOL's geotechnical services for this contract. Trenchless Technologies - Staheli Trenchless Consultants (STC) is a specialty engineering firm for trenchless engineering services. These technologies include micro-tunneling, horizontal directional drilling, guided boring, auger boring, pipe ramming, pipe bursting, EPB tunneling and in-place rehabilitation such as sliplining. Leading STC services will be Kimberlie Staheli, PhD, PE who is a recognized leader in the trenchless technology, and has worked closely with many of the foremost authorities in the field. As a subconsultant to King, she provided consulting services on Miami-Dade Water and Sewer Department's Pump Station 65 upgrades project. Public Involvement/Relations - Media Relations Group, LLC (MRG), located in Palmetto Bay, Florida, specializes in public and involvement campaigns. For 17 years, MRG has established a proven record of developing and executing successful Public Involvement Programs. Leading the services will be Alicia Gonzalez who has provided pubic information for a number of Miami Beach's CIP projects. Exceeding the Minimum Requirements for This Contract — The King Team are seasoned professionals selected for their technical expertise and extensive utilities engineering experience and master planning for potable water, wastewater and reclaimed water systems. Our team members have first-hand knowledge and a genuine understanding of the City of Miami Beach's need for a sound line of defense to protect and secure the City's infrastructure from current and environmental conditions, including the detrimental impacts that rising sea level and climate change can have on the City's utilities infrastructure. The projects listed below are just snapshot of the King Team's experience in performing services similar to those the City is seeking for this contract. THE KING TEAM'S EXPERIENCE a MEETING CONTRACT QUALIFICATIONS REQUIREMENTS ° V V ¢ rnc�GV MDWASD Water Main Condition Assessment • Town of Orange Park Water and Sewer Master Plan • • City of Bedford Water Main Assessments • • Pasco County Water Master Plan • Pasco County Reuse Master Plan • Northwest Florida Water Management District Coastal Water Interconnect • Sea Level Rise&Storm Surge Vulnerability Assessment with Cost Analysis of Adaptations • • Final Settling Tank Studies and Repair Design,Wards Island Water Pollution Control Plant • • Regional Framework Coastal Resilience • • Vulnerability Assessment and Transportation Asset Management • • • arc 4 City of Miami Beach 2017-129-KB Quality of Performance - King Engineering has a solid -,' ---n-war ;� ,.•�� - reputation for getting the job done right, efficiently, and cost 'W.. . a .%.r .; 4 effectively. We invite you to review our qualifications and ',.. 'I , :-$09:4. -4',.1:,:t. ,.. � ° contact our project references. We have consistentlyreceived i -: �' '• v‘ sw; - _,. high ratings from our clients. Below are just a few of the y r6 - ;I accolades we have received for our utilities engineering ' r� ,y - p 1,„- "` ,. -2 services: .4-.-; . ' 16---)7-4 ',I'4„:e. „-.4 2;'"--1-."4-jr..•:‘-: 9; t'''� Jd �" � + '� `."rte .„,„, ... ,, . MDWASD4 A:4177. , ,,% ,' S Sanitary Sewer Evaluation and/or Other Upgrades to the MDWASD Sanitary Sewer System i7 �t r y°' , ;' .�"�' `` 0 within Miami Springs - Rating 5.0 Excellent / Reviewer: . ,. �,�i4 icy\4." Rod Lovett, Chief Sewer Collection Division '`R= '� � .k ry `, ili;, -,-.:N.i.-*,-itr,./1 11:II MDWASD Small Diameter Water Mains Evaluation and .. ,.°�.. , .,: -*... Enhancements - 4.0 Superior Performance (highest �r c: . ' ' rating)/Reviewer: Dan Mathews, Division Chief `i �� ' �- Northwest Florida Water Management District Coastal t-,r- -'-«�»�--,-=� �--= PHASING MAP �..:.: _.1-"----- Water Interconnect - 5.0 Excellent / Reviewer: Nick . .. _,-:.-- �i:, ... 0 Wooten, Chief Bureau of Surface Water Management. Our Commitment to Miami Beach - Our team is well prepared, experienced and eager to assist the City of Miami Beach in developing and implementing the best, long-term capital improvement program that will protect the City's infrastructure today, and for the future. We appreciate your consideration of our services and as a local Miami firm, we have a personal interest and commitment to assisting the City with this very critical contract. Sincerely, , /dei . *ild,- Agustin Ma stany, PE k* Vice President AEM/etl Attachment • k f,C� Li;„..1i 5 Solicitation No: Solicitation Title: RFQ 2017-129-KB WATER&WASTEWATER SYSTEMS CONSULTANT Procurement Contact Tel: Email: KRISTY BADA _ 305-673-7490 _ KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: King Engineering Associates,Inc. No of Years in Business: 40 years No of Years in Business Locally: 9 years OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: King Engineering Associates,Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS): 4921 Memorial Highway,Ste 300 CITY: Tampa STATE: Florida ZIP CODE: 33634 TELEPHONE NO.: 813-880-8881 TOLL FREE NO.: N/A FAX NO.: 813-880-8882 FIRM LOCAL ADDRESS: 8700 West Flagler Street,Suite 340 CITY: Miami STATE: FL ZIP CODE: 33174 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Agustin Maristany,PE ACCOUNT REP TELEPHONE NO.: 786-656-4045 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: amaristany©a kingengineering.com FEDERAL TAX IDENTIFICATION NO.: 59-1782900 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. kt-L. 2u1/-I 2y-K13 19 King Engineering Associates,Inc. 6 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES x NO SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director, agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. See Attachment 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an I blic sector agency? YES © NO SUBMITTAL REQUIREMENT: if answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who ha been elected to the office of Mayor or City Commissioner for the City of Miami Beach. See Attachment. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. See Attachment kFL9 2J 1/-l 2y-Kb 20 King Engineering Associates,Inc. 7 a•••••• ••• /lr• -1• • 7 $•J a•• I a• •r ♦ • ••• t• i •• • • • • •• - • ..••: •• •• •• •••.- ••• ra •• • a• •• r •• _ •• • -w • r• • ■•• • • •• •• •• • • •••• •• •a •• ••• 1 •• ••• ••.• •• •• • ■•• •• •r•• ••• •• • •••_. 1 •• •• ••••• • + S S . •_ • .1• . w •••••• ••••• •• • •• ! -• a ••• •• •r• + •a ■••• •w a • 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees2 X YES NO Only offered if married,to either same or opposite sex. C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. kF1/4..lt 2u 1/-i 2Y-Kb 21 King Engineering Associates,Inc. 8 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Beginning on December 1,2016,the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. kF2uI/-12y-Kb 22 King Engineering Associates,Inc. 9 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City')for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disdaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFL9 2U l7-12,i-KB 23 King Engineering Associates,Inc. 10 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Agustin Maristany,PE Vice President Signature of Propo r's Auth Repr, -n tive: Date: 4/21/2017 rt,. '`i State of FLORIDA On this da of ,� 2 ersonall s to ) y ,p y appeared before m; ,., 4' 'ti " 0 Cou tY of c: ,. stated that (s)he " the � o.sate o v , a corporation,and that the instrument was signed-in behalf of the sa' c poration by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Bfore e: 664 fo—e Notary blic for the State of FlArida ,..4::'; PAULA R.ELDON ' (4 �� My Commission Commission#FF 150431 Expires: ;--: ��.:� Expires September 17,2018 i�,- , �� Bonded Tru Troy Fein Insurance 800-385-7019 Ri-v2j l/-l 2 -KB 24 King Engineering Associates,Inc. 11 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Appendix A— Response Certification, Questionnaire & Requirements Affidavit 3. References & Past Performance Submittal Requirement Response: The following are references for projects completed by King Engineering Associates,Inc.that are similar in size and nature as the work referenced within the City's solicitation. 1. Northwest Florida Water Management District Coastal Water Interconnect Firm Name: King Engineering Associates, Inc. Project/Agency Name: Northwest Florida Water Management District Project/Agency Contact: Nick Wooten, Hydrologist Address: 81 Water Management Drive, Havana, FL 32333 Phone: 850-539-5999 Email: Nick.Wooten@nwfwmd.state.fl.us King was retained to provide planning and design services for the implementation of utility water system interconnects to increase water supply reliability in coastal communities in the event of water shortages, natural disasters, or system failures. A longer term objective is to provide sufficient interconnect capacity to allow the transmission of regional water supplies to coastal areas with limited supply. The study area included a total of 18 water utilities along the Florida coastal panhandle, including Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties. The Northwest Florida Water Management District(NWFWMD) retained King Engineering Associates, Inc. (King) to provide planning, engineering, modeling, design, permitting, and construction management services for the implementation of regional water system interconnects with the objective of increasing water supply reliability in communities along the coastal panhandle in the event of water shortages resulting from environmental emergencies, natural disasters, or system failures. The study area included 18 different coastal utilities in Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties. King had previously completed a preliminary feasibility study of coastal water systems interconnects 14, in January 2009. That study " identified potential interconnects that , n e achieved a high level of reliability for current and future demand in a cost- effective manner by relying on existing interconnects to the , maximum extentossible and p implementing interconnects in 4 phases to match future demand growth , King Engineering Associates,Inc. 12 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB A more detailed engineering study was recommended based on the successful results of the feasibility study. Subsequent to the preliminary study, the NWFWMD retained King to proceed with Phase 1 of the Coastal Water Systems Interconnect Project. The objective of Phase 1 is to develop a Basis of Design Report (BODR). The BODR is intended to define major project elements and outline a clear course of action prior to initiating detail design activities. Major tasks under the BODR included: • Analysis of current (2007) and future (2030) water demand for the 18 utilities • Evaluation of current and future sources of raw water, including current permitted capacities • Determination of utility emergency production capacities based on well installed pump capacity, high service pumps, and water treatment plant capacities • Establishment of minimum interconnect flow reliability targets • Hydraulic modeling (H2ONET) • Construction of hydraulic model (H2ONET) including all 18 utilities, pumps, ground and elevated storage tanks, major transmission and distribution mains, valves, and interconnects. Used TAZ population data for geographical distribution of demand. • Model calibration to 2007 conditions (flows and pressures) • Creation of a 2030 base model including additional improvements (pumps, pipes, source waters) • Model evaluation of regional interconnect alternatives including failure scenarios and required additional infrastructure to maximize interconnect capacity • Analysis of finished water quality and desktop blending calculations to evaluate potential water quality problems and recommend chemical adjustment when blending waters from different sources and treated by different methods. Also estimated residence times of water in interconnect pipes and recommended solutions. Effort included finished water quality sampling event. • Evaluation of alignment alternatives considering cost, existing ROW/easements, utility conflicts, and MOT requirements, etc. . -.alas - ._...arias...'ir,-�:sa in+-_-�� . • Prepared 200 scale maps showing _:. preferred horizontal alignments i:°w, M.•..J.-•• ..•. f / • Preliminary design drawings "� -- • h •v:.•..r.urN. 'YM. Ia'►•4•I">a a I Permitting requirements and schedule a r.nw•av'w.w.-,..... -:.� r.<.as'wr__.v.a 1:.. • Prepared opinion of probable cost ~ ' < •Ai W Nr•o.i+.rs t?i /JY• ..:4 a i M:'.•'J.Nrit Preliminary• Operations Plans/Protocols �`"� ' +7 • Detailed implementation schedule `" "" ��' r` .Y- •aJr 'io.••.II°s� .w'w'T WO,t. • Basis of Design Report summarizing _,.=�1. q ! � .,� .r YJ.r.r..l�. irJ.J. w Jfil J/r•Yh-f Phase 1 work J.,�......._ ,.�. .y.. „.,..„ King Engineering Associates,Inc. 13 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 2. Design-Build Criteria Package for 48-inch Water Main Interconnect in the Central East Area and Installation of 48-inch Water Main in Vicinity of "All Aboard Florida" Passenger Station Firm Name: King Engineering Associates, Inc. Project I Agency Name: Miami-Dade Water&Sewer Department Project I Agency Contact: Lin Li Address: 3575 S. LeJeune Road, Miami, FL 33233 Phone: 786-395-9186 Email: lin.li@miamidade.gov King Engineering was retained by Miami Dade Water and Sewer Department to provide design criteria professional services for potable water transmission and distribution system upgrades in a�, the Central-East area, north of the Downtown Miami,where a new ; water main is needed to interconnect the Hialeah/Preston (north) Ww, and Alexander Orr(south) water systems. P NaThe project consisted of 4,200 feet of 48-inch water main extending from NW 1St PI and NW 17th St. to NW 1St Ave and NW 6th St. where it connects to 2,300 feet of 36-inch main extending south along NW 1St Ave to NW 5th St., then east along NW 5th ST. to east of Biscayne Blvd, and 200 feet of 30-inch water main. The area is very congested with traffic, utilities, and multiple concurrent construction projects. Project included three microtunnels, two under FEC railroad and one under Biscayne Blvd. In addition, The Miami Dade Water and Sewer Department expedited the design and construction of the 48-inch Water Main in the vicinity of the new "All Aboard Florida" Grand Central Station to avoid conflict with the inauguration of the proposed station. Major project components included installing approximately 100 LF of 30-inch, 500 LF of 36-inch and 800 LF of 48-inch ductile iron pipe and fittings for a new water main transmission line, including the trenchless installation of the 48- inch encased (72-inch casing) ductile iron pipe under an active FEC Railroad, along NW 1st Ave from NW 8th Street to NW 5th Street, in Miami, Florida. Work also included installing large diameter Resilient Seated Gate Valves in a reinforced concrete manhole, providing launching and receiving pits for trenchless installation of 48-inch encased DIP at FEC crossing, making a tapping connection to existing 30" WM at NW 6th Street and NW 1st Ave, installing cross connection at NW 1st Ave and 6th Street for the interconnection of the new 48- inch WM (N), the 30-inch WM (E&W) and the new 36-inch WM (S), providing interconnections to existing water mains along the route as shown on plans, constructing air release valves at all high points on the new water main; curb and gutter restoration, temporary and permanent relocation of existing utilities in conflict with the alignment of the water main, constructing and restoring pedestrian curb ramps and detectable wearing surfaces, pavement, sidewalk, trees, landscaping, sod, pavement markings and or driveways, traffic control and cleaning, testing and disinfecting the main. In order to accelerate and expedite the design and permitting process King procured a dry-run review with the City of Miami Public Works Department. Construction documents were completed within ninety (90) days of notice to proceed. The Miami Dade Department of Regulatory and Economic Resources review were acquired in a timely manner and the Department of Health permit was approved within 3 weeks. King Engineering Associates,Inc. 14 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 3. Pasco County Water/ Wastewater/ Reuse Master Planning Firm Name: King Engineering Associates, Inc. Project/Agency Name: Pasco County Utilities Project/Agency Contact: Robert Sigmond, Fiscal & Business Services Director Address: 19420 Central Boulevard, Land 0 Lakes, FL 34637 Phone: 813-235-6189 Email: rsigmond@pascocountyfl.net Water Master Plan: King provided dynamic hydraulic modeling to reflect the current demands and infrastructure, incorporating the County's various dispersed wells, two treatment plants, one inline booster pump station, and five Tampa Bay Water points of connection to the Pasco water system. This model was used to evaluate diurnal transfer, storage requirements, water quality analysis, predict system pressures, determine the size and location of future water mains, evaluate alternative water supply options, size pump stations, ground storage tanks, and distribution mains as well as aid in the preparation of a Water Master Plan. Assisted in calibrating the dynamic hydraulic model of the County wide water system to be used as part of the Initial Distribution System Evaluation study required by the EPA to identify locations in the distribution system with high concentrations of triahalomethanes and haloactetic acids. Wastewater Master Plan: To assist Pasco County with complying with the conditions of the Florida Department of Environmental Protection (FDEP) Consent Order, King developed demand projections and performed master planning, hydraulic modeling and system evaluations as part of developing a program for the consolidation of the County's wastewater systems. A list of required projects was developed along with construction and life cycle cost estimates and timelines for inclusion in the County's Capital Improvement Program which, when completed, would consolidate the number of pump stations and wastewater treatment plants, improve operations, interconnect the County's reuse systems and assist the County with meeting the requirements of the Consent Order. Following the development of the Capital Improvement Program, King provided design, permitting and construction management services for a number of the required projects. King was retained to perform an evaluation of the County's overall wastewater and reuse systems and to implement a number of projects required to address the Consent Order. Engineering services included updated wastewater flow projections, evaluations of individual wastewater treatment plants and pump stations(increase total capacity by 25 MGD), hydraulic modeling of the pump station and force main systems, evaluation of potential transfer pump station sites, capital and life cycle cost estimates, and development of a list of projects to reduce the number of wastewater treatment plants, improve operations, improve collection system performance, interconnect service areas, and provide 41,000 additional reuse customers, 800 MG of storage capacity and 10 MGD of aquifer recharge capacity for the reuse system. Results were summarized in several documents including CIP maps, a Wastewater Master Plan Report, a West Pasco Collection System Preliminary Engineering Report, a Wet Weather Assessment Report, a Master Reuse System Master Plan Update and Due Diligence Reports for two reclaimed water reservoirs. The Master Plan recommended 43 major capital improvements projects, with total costs of over$131,000,000, to satisfy the FDEP that sufficient disposal capacity King Engineering Associates,Inc. 15 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB would be available through 2025 to assure that the expected growth of the wastewater system would be met in accordance with regulatory requirements. Reuse Master Plan: King was retained by Pasco County to develop a master plan for the future expansions of the County's reuse systems. With the use of a countywide GIS, the plan evaluated the current and ultimate reclaimed water disposal capacity of the County and made recommendations for reclaimed water systems expansions. Hydraulic analyses of the countywide reuse systems were conducted in order to appropriately size more than 90 miles of pipeline, determine pump station capacities, define storage tank locations and evaluate instrumentation and control strategies. The reclaimed water systems ultimately consist of more than 90 miles of pipeline with a disposal capacity exceeding 60 mgd. The plan also included a County ordinance on reuse as well as engineering design standards for reuse systems. Based on the plan, the FDEP issued a general reuse permit for the County, which eliminated the individual permitting requirements for new reclaimed water disposal sites. The Master Plan included the development of a County-wide H2ONet dynamic model of the reclaimed water system containing over 540 pipes, 295 junctions in addition to storage tanks and pumping systems at the County's seven subregional reuse facilities. .as 10104, 4‘" t."""' -dr + v w xw� °ate N �. .�, '. „awec�.� • <ue ,� tl�”''"\w cam„ IMAMMIMRwIf .. �,mrnmaFw n... \� a At+WMMNM.R � n, � b •,.y..........,.i � w+ 1 4 , �:u, �m ��"� . 044 °., I'tsco cio, y ')4,4o-rr: W,S 1 FI\"Ti I SYSTEM f -1U 11.'04 UP PLAN King Engineering Associates,Inc. 16 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 4. Design Services for the MDWASD's Pump Station Improvement Program Firm Name: King Engineering Associates, Inc. Project I Agency Name: Miami-Dade Water&Sewer Department Project I Agency Contact: Juan Curie'/ PS1P Address: 3850 Bird Road, Suite 502, Miami, FL 33146 Phone: 305-446-7450 jcuriel@miamidade-psip.com The Miami Dade Water and Sewer Department as part of 4`y :" the Pump Station Improvement Pro ram retained King � Engineering and Associates, Inc. to provide, surveying, AGO M p „ r,, geotechnical, final engineering report, design (civil, rp. hydraulic, structural, mechanical, electrical), cost ;c!, • ;xke permitting, f estimating, scheduling, p g, and limited , • • ee, construction support services, for the fast-tracka�, / implementation of various sewer pump station / 7�,,, rehabilitation and force main expansion projects. fri:17/p In order to accelerate and expedite the design and permitting process King procured all applicable dry-run permits. The Miami Dade Department of Regulatory and Economic Resources permit was typically approved within a few of application submittal. Force Mains` Sewer Pump Station Rehabilitation FM 65 Phase 1 3,000 feet of 8-, 12-,and 16-inch DIP PS 65 650 GPM PS 109 2,400 GPM FM 65 Phase 2 1,250 feet of 16-and 24-inch DIP PS 500 730 GPM PS 836 300 GPM FM 500 2,400 feet of 10-and 12-inch PVC PS 502 600 GPM PS 530 650 GPM FM 394 5,000 feet of 10-and 12-inch DIP PS 67 500 GPM PS 1306 570 GPM FM 840 4,500 feet of 12-inch DIP PS 26 2,200 GPM PS 1201 600 GPM King Engineering Associates,Inc. 17 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 5. Dunedin Causeway Water Main and Force Main Replacement Projects Firm Name: King Engineering Associates, inc. Project I Agency Name: Dunedin, FL Project/Agency Contact: Doug Hutchens Address: 542 Main Street, Dunedin, FL 34698 Phone: 727-298-3005 Email: dhutchens@dunedinfl,net King was selected by the City of Dunedin to provide planning, hydraulic modeling, design, permitting and -110- 144: construction management services for force mains and water mains connecting Honeymoon Island with the �`' � ' �,,a ;, � mainland along the Dunedin Causeway including w u. subaqueous crossings at both the Honeymoon Island and0'4 °' Bascule Bridges. The project was completed in four phases. Phase 1: 7,500 LF of 14" HDPE Force Main; Phase 2: 7,000 LF of 8" HDPE Force Main, 3,500 LF of 10" HDPE Force Main, and 2,500 LF of 18" PVC Water Main; Phase 3: 1,000 LF of 18" PVC Water Main; Phase 4: 3,500 LF of 18" PVC Water Main The water mains and force mains were designed to be installed by both open cut methods and horizontal directional drill (HDD) methods. The HDD portions of the project included a single 3,500 LF subaqueous HDD 50-feet deep under St. Joseph Sound, while the remaining portions of the HDD were installed along the beach, the Dunedin Causeway, and U.S. Alt. 19. Preliminary engineering efforts included developing a hydraulic model to analyze existing flows/demands and account for future flows/demand in order to properly size the water main and force mains. As part of the HDD design, both land and underwater geotechnical soil borings were obtained in order to evaluate the geotechnical soil profile,soil strength and stability characteristics. In addition to the geotechnical evaluation, King performed detailed calculations including pipe bending stress / strain, pipe buckling and ring deflection, bending force, Y Capstan force, hydrokinetic forces, and HDD total pullback �a p y s forces. These calculations coupled with the geotechnical ' -r evaluation were used to size the wall thickness of the HDPE • pipe, establish the depth at which the pipe could be installed, and determine the locations for the entry and exit of the HDD. King also provided detailed requirements for M„ active guidance and tracking of the bore hole utilizing magnetometers and accelerometers to calculate a directional heading, azimuth, depth and lateral position. King Engineering Associates,Inc. 18 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Since the Causeway serves as a recreational beach for residents, the design documents included extensive Maintenance of Traffic (MOT) and Maintenance of Pedestrian Traffic plans to maintain access and safety while minimizing disruptions to residents and visitors. Due to the environmentally sensitive nature of the site, permitting efforts included a Florida Department of Environmental Protection (FDEP) Environmental Resource Permit, FDEP Domestic Wastewater Transmission System Permit, FDEP Sovereign Submerged Land Easement Permit, U.S. Army Corps of Engineers Nationwide Dredge and Fill Permit, Florida Department of Transportation Utility Permit and Pinellas County Right-of-Way Utilization Permit. During construction, King provided construction management services which included coordination with the U.S. Coast Guard and full-time services of an Environmental Scientist/Biologist from King's in-house Environmental Science Department to conduct visual inspection, monitor water quality, habitat protection of seagrasses, and underwater mammals via a watercraft. King also assisted the City with developing a pre-qualification package that allowed the City to pre-qualify contractors for bidding the construction project. During project design, a bridge contractor on a different project damaged the existing 20-inch subaqueous water main on the Dunedin Causeway Bridge /r// rr rr iruGNr. while drivingnew bridge fender piers, resultingin a water loss r,, � ' g r� / of approximately 1 000 g p m2 reduced pressure to the ±900 fr r%/�/'!Cr//�a� T« 71,7/040city residents living in condominiums on Honeymoon Island „wit ,rr yyr and potential contamination of the island's only water supply. King assisted the City of Dunedin with the emergency .,w.. replacement of an existing 20-inch water main serving Honeymoon Island. King worked with City forces to locate existing valves and abandoned mains and to develop and execute plans to install a temporary replacement for the water main across the channel. 5. Vendor Campaign Contributions Submittal Requirement Response: KING ENGINEERING ASSOCIATES, INC. Keith Appenzeller, PE; Thomas M. O'Connor, PE; Christopher F. Kuzler, PE; Michael Ross, PE; have a controlling interest in King Engineering and they have not contributed as an individual or entity to the campaign, either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. SUBCONSULTANTS Listed below are our subconsultants and the names of the individuals that a have controlling interest in each firm, respectively. King Engineering Associates,Inc. 19 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Eastern Engineering Group - Raissa R. Lopez and Gonzalo A. Paz. are the persons with a controlling interest in the firm and they have not contributed as an individual or entity to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Louis J. Aguirre &Associates, PA- Louis J. Aguirre, P.E., LEED®Ap, President, has not contributed as an individual or entity to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. GEI Consultants, Inc. -GEI is an employee owned firm and no employees have a controlling interest in the firm. Furthermore, no employee has contributed as an individual or entity to the campaign, either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Corrpro Companies, Inc. - Charles R. Gordon CEO and David Martin CFO have not contributed as an individual or entity to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Geosol, Inc - Oracio Riccobono, PE, owner, has not contributed as an individual or entity to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Media Relations Group, LLC- Media Relations Group, LLC is financially controlled by two Partners, Alicia Gonzalez and Oscar Gonzalez. None of the two partners or the entity itself have contributed to the campaign either directly or in-directly, of a candidate who has been elected to the Office of Mayor or City Commissioner for the City of Miami Beach. Staheli Trenchless Consultants, Inc. - Kimberlie Staheli sole owner and 100% financial controller has not ever contributed as an individual or entity to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach 6. Code of Business Ethics Submittal Requirement King Engineering Associates, Inc. will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. King Engineering Associates,Inc. 20 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS Understanding of the City's Utility System Needs for this Contract The City of Miami Beach is seeking a team of consulting firm(s)that will guide the City through the decision making process for the development of a utilities system capital improvement plan that will make the City's water and wastewater systems reliable, environmentally sound, and resilient to future conditions including Climate Change and Sea Level Rising. Firm(s) that are not selected for this effort may be eligible for the City's prequalified consultants continuing pool. s. The King Team Meets All the Requirements of this Contract The King Team is exceptionally qualified to provide the required services of this contract. Our Team of consists of master planners and engineers that have assisted multiple communities in the assessment and review of their water, wastewater, and reclaimed water utility systems. We have provided recommendations for replacement/rehabilitations, upgrades, expansions, development and prioritization of project implementation, scheduling, and cost estimating. We also have specialists on our team such as GEI, who are dedicated to protecting and correcting the detrimental effects caused by sea level rise and climate change. Additionally, Corrpro, is North America's largest corrosion engineering, cathodic protection and corrosion monitoring business. They are experts in pipeline integrity, external corrosion direct assessments (ECDA) studies, AC mitigation and coatings evaluation. The following pages summarize our project experience in performing the requisite services of this contract, including but not limited to: water and wastewater master planning, coastal engineering, coastal resiliency, condition / asset assessments, recommendations for corrective actions, design for water and wastewater systems resilient to immediate and future environmental conditions including a rise in sea levels. Detailed project descriptions are located in Tab 2 - Qualifications and Experience. King Engineering Associates,Inc. 21 362220 ! , . alewila/6u!s(d lanai eac • Apua!psad N N /uog28pawad/1oJiuo0 ! • • ua+so.uo 62uaaUm6u3 aniec u6isaa swaisAS 6ucdwnd ! • • p22 U04 3,31100 Jai2Mais2M • u6±sao swaisAs 6uidwnd • . put uounqu s(a IaieM saiepdn 22jd ! • • • • • JaIs2�y/6u!uueid Jais2(; s(sAI22V • • • • /uo(lezpo6aiea/SIC N aoUeis(ssV CD ivawdowaa dIC • • 0 c� .� 62i1npa2oS/sa!6ai2iis • 0 • • • • • /uoRez,iuopd ioafoid W sanRewaliy/sopeuaoS U anin�/�ua�,n � • Z a 4o uoRemenE, W a suodad/sa(pnis • • • X w sisAleub H 6uilapow • • • • • • • 0 Z ogneJpAH/6uppow W 2 s6uines LIJ cc ISO /saiewiisd iso • • • • • • • • sivawanoidw1 UJ )o suoiiepuawwooad • • • • Z uoiieivawnooc • • • • • 0 0 O 6imsix3;o Mainad Qtioivan2I Jo/pue U suoiienien3/siUawssassy • 0 0 • • • • • Il uoiiipuoO J a a o d E E E E c c 2 E E E 2 a cf 1 aL aL_ nE a_ u) aL. aL a 0 0 o Oz O v 8 O O O- O V�1 O 0 O oaco Z > Ef3 ea. ri co Q Ef} ea FA . Cl) O M ti M O W j to 0 ao N. C-3 r O Q Q.0 O N 0 o O O m m m O N N N N N N H H H N o U N M N - O (n Cl) N < 8 7 in 2- N O O r"nR N N O O N O O ON rO NO Z p ) O W W O ; a6veg; , alewi10 i Eu!s)d Iana-1 ea9 CO Aoua!psad N /uo+leipawad/loiluoC • • • • uc)so.ucO 6uuaau36u3 an?et, • • u6+saa swals/<g 6uidwnd • love uogoalloo iawmalse,)j; • u6+saa swalsAg Eodwnd , • • pue uotingiJls1a ialeM salepdn veld Jalsel)J/6uiuveld JalseA StSAleUr . • • • • /uoilezpodaleo/gig N aOUEIS)SSV •d • •luawdoIanaa dl� • v •a) 6utinpayoS;saEaleil5 • • • • • • co /uoilezRuppd loafoid UsaNlewally/sopeuaog • • • • , • Z aJnlnd/lua.nno;o uoilenien3 W a spodad/saopnlg • • • • X LV s!sAieuy C/) 6u//apow • • • F— Z opeJpAH/6uqapow W w s6weg • • • • • • • m 1So0/salewils3 lsoo C1 sluawanoidwi LLI to suoilepuawwooad • • • • • • • ce Z uoReluawnooa • ilsix3lo Mainad • • • • • • • • • 6u Qkoluanui Jo/pue U suoRenien3/sluawssassy • • • • • • • • • u_ voilipuoO J Q E E !1E) E E E E E m _ o 8 8 Z vo o 0 02 0 0 0 0 0 E y O �'csio o N o 0 o M U o LI U) rn Cl Ca C•1 Z > U) Eft e» v cS j 0 CS o Q E 0 I- I— I— ON N N N N o ° O " N Q O - t� . S M - N ;a is r.7 O O O O O O Zto O O O ON `N N N N W W Z_ w U' �I c O O rn o E m ° I - C Z R v7 c� °o cv c Y o c g ti Q rn° ,0 Y 11N V rn rn Nti � "2 d13 d �� O vv g1 gv Uo c C O U •-•,• .c7, O N Ad V M -cv- ro4,vnEL 5eo O M j-� wv v �.� . > o1@ 3(fllUM � c � rnU O 7 E 2'- E O�'" E >,omR tM v >, Ecos .aON -t�° ca' c cOati n0- 78.2 -c(1 ,1- a O cm . E6a rnNC CMT 0 UO C � ' 8 , 3 ov Tc-80,0 (n��v o UwMm= 1N UiMpujU �� (� 2O O UpL OQco C@NC 'QOF w O ON t.L2iQ CQ c Q m O co E cc% 2 (CQN Eat O o 0 ca Ci o i0 0 0 >t 0�sO 0a)_t Uma t UzM E ao�a � ia cn(90a_0 zozaoz 20a.,L 2cca... 67&)ti C U U t 8 ` O 4,2 U y E. :° .O � o t 0'a c ,_ 0. c.. C o cca O 0a ; L o f .o o� v c N v, V] v cw 3 w 3v°O > ot," lCi, Cd 3 � dOi O"° iUO > ° NOO >U.O m . OVCE2 cN No c_ • •c�. Q COU0 U w O . f C OOO ija.S 2 uU ch U C. CN_ O O N N O N C 07 N c ca _ _ Q. V OC NCN00 • _ oO aQ Ocvr .171 C CO OC0 03 N .. E N 03 O cQ >. CE O::_r," CN U N O a O O O c3QU 7 O C's)72 >, gQ.N -2 0 Oa_ ! a7 VOc0S N- � OU �'dE a2" c- U •C.Vc O .= CD C.0 L.1),-.1),- Ts,.0 'N C 0.C- N O O CL O,« .Q ENuEO ` • C Q E N p..� O fp Ny O ) g O NU • N0U0CCg iO0_UCm Q�-11 � a i�b ,, SEo O.2o dgE � E� g_g_w'o 43ii V>,.voO8 • >w0 >l.2oOUoEo 2.Ev_ x Tai O 15 On,C QL m w 3 NU p O O i �«. O' CZ E t.i - v - v ` cel" 2 o E "2 N E c t E c t W ac can- i p Eir, Li-r, aE- (n CoNOC (nC . 0Lc nCm0 2 CC c a 2c OmoEUo O � oE°3.2 O'moE�,o VaY;,y 2gO) Ug 2iH1 w .-omu,Q ,can2flfl Q il u8 O a,_ � 8 a ° � O O .1 Y O U O L O 05O > C O N 0 >c L o 0O > cO U NO 50w ( ( C o 2wwOQ :E5wwa0 Mww0O a2 a6uetla a;eu.,10 E,.;3516;anal en oua3i?sed N ,c,ie,Pa11a6/1OJ1u00 UGIsoiio3 Lut.,aau4113 anieri UESaCT,swalsAs 6u0wnd Yue UG, a3io3 Jalernalsei • • • UE35a13 swalshg Eu3dwnd • • • • • • • • • Yue uo,ingilsia Jam?, salepdf ueid Jalseyy 6u3uueid Jelsel,N sshieuy • • • • uoezi.io6aleo/sic N a3uels�ssy CD luawdoianaa di v •� 6uiinpa1iosisai5aleJls •Co • • • • co ;uo4ezRuopd loafoid W san±lewelibisopeuaos U ainln 1ua��n • • • • • Z .4 o;o uopniend W a suodo i sa3pnis • • • 0 • 0 0 • X w s!shieuy H 6u31apow • • • • • • • • Z aline.ipAH/6uiiapow W w s6u3nes W • • • • • • • • • • • ie lsoo i saiew±ls3 lsoo 5 ✓ sluawanoJdwi • • • • • • W to suolepuawwooad • re Z uoueluawnooa 3;o Ma±na�{ • 0 • • 0 • • 6w1s3x QAioluanui Jo/pue U suoileniena/sluawssassy • • • • U. uo!ppuoO J Q m a, a) a, a, a, a, a) a, a, a, a, • Cl o E E E E E 2 a a a a a n. a a a a a m 2 EA o Z _° NM N _N 8O OO OO 1- E cd r NM COr r ON ON MO O O rt o >U . ; 69 A A N coO A Z to c in W o 0 r` co m 0 �° a O o ~ d N N m m N N N N N N Q H H M N . , . N U ° 0 Q ..° o m up N o o - 0 0 0 0 cY`o rp O O O O N N O O O O C7 p N N N N N N N N Z I - CO - O. u7 40 O M , W ' W Z_ Z w Z o > oo, v, L C o Y E O w o O O w' 4;:. U a) a >+ y cd ° N O C C C •N I O a O of a N O J p J p 3 C CO O Oi E CO rn y N (O O u_ r U u_ U J O U O O a0 .9 'C L N O 2 r- N t F to O c O O a 0O O a., °c �� Oc -'OQ >.wc0 cII >,w0 caC,.. cN►O a ;,.. 2-o`- o `0�V N >to//,���� .7,--,'g lL N O (II C a M N C a M N N pI C M p � f� V a) cc, O M c 7 M C a, 200 A d a ' E O, V, . E . ..m . E oY.a 01,a QLc0 L O, M�1 O •cp a w c? g 0 cC N O ow"? . �2 N a) o w c'? co U c� U C S (n a)M@ 5`,2,. .C09•El F2t? c >Qaaoo//,E�� 0. @, m � -.v g 0=NL il!i ,V j'Cto 7 Jr-Vc = a `O E O a,~w•= •cca, a ct- E Eo Scpwliot p S._ � U j 2�a'5 �UaQ 2.o ��a.E 2Ja•c a.--a g 0E-a E aaa a UOav aaa F2 x-50-.S? C rn 15P. O L f C 6 cn o m a g l c O c�i O O.o p E en ,-:� �c0 c Q 6 0•. J• J N L C C co N ,n w N g LA a.La O E E c +r o o 8 O.E o c �� 3 -0 , em c N-o c c-N E-° c Fay L 2 U O E ". N O O «S C p 2080 0 O c O N 0) O.0 N t a, v, N 0 M S E o 0 3- 3 o n:a`, -.7'1'7)2 c . 7ogcoi o,E m _ °-oco E o2 c"ca•c a, O L Ty, °c o a�g L v.. y E o ���, - >,c 2. c,' c o 2 0 0a. cc aD` �, a. om w 8 c ami c 2ND o-o ca 6;, 0 vM c=v ° vim° c . ° 0°`•E o.5 O o w o v N o ca y c 6.2 v.5 Qa,2 N co ow o a,ca'3 00 co co v N_ vim 8 . ami u_a Q a °0� •v,5° o,L 8 o c Nv ns 0►._ o.-gE - aa- E-s vi-.` E0 .- pc:, m E °'5 o E•E JD a�� �'� a,.c Z a`, �o °'c c cEu >0 E '7aEv 'C EE a.°i .a2 73 0vv .g E.Sv E ca or C m Q c A O a) a, L u.tII c a) a, >.c4 00 c 7 7 O«. c 00 cC +v c I�L U O U Qv0 Q00 N.i= 0aJ E w� Oav7U vE > 3 2.0 aaa) 2M rn2 2'4 I�w v7- 2 N O N M.0 ' a) ca C O o o >. _ C C_ N L v U c , . - • ,• a, '� m . I N ca •� . : U Z Ed N rn C w N OLa II N ° (n Zn O NL ` U d- 05 U , oQ UE ‘,,t), NaacQ u °` vi4'1 ca, a c,� fl- 5>,oav, ca °E� U tL Ny W O v E. 0mU2_« v- Cc.- 7.E . 5E0 ` . E . m 'a' y C y . cUa . aNcy L0LUN O 2 - ° L 0m3 OmO O ZC . . Cc O aL a ) yR 0•c� u> -OaE ° w N E� Rt -- aUoa - Ua• .2.25;,11, c ° caa C cngc o w20 -.. - mc_ , > E vaLm 0aLm o0w>. ggm (0. --,,av Q � �Qca QL QUi, � y � Q ` O ` � a `vc� a ` ° n `c(n vac° � o aQo Y E rn -1,2-. 2- ,-22 av .o c ° .oc2ma 020- -2 ,_ � Q 0 0Nw, a, a 0-j mc ca >. v2vrnO O ° 2m78 c m ° a cma N0• 2E5SwQ2E o2E5a 2Ema55U Dacn ,o2EQa aJm2E aam2E a2E5,aJ 05u`OC 05€ , 0:i:i , a6uego a; :� E',sra iana1 eaS A3ua3psad Cy =,c,:e'pawad/ioJluoa uoaso,00 L:,uaaui6uj anleA • • ..,f,a.s:ualsits 6u±dwnd • • , • • • • • • • -e...•,oa;o=,ale=aiseM u^,saa swaisAs 6uCdwnd put uc,,nquisio J.31810 salepdn uejd ,a:se+; 6u!uueld Jaisel) sasAieuy uc:;ezUo6alea/S1J (p a3ueislssty d ;LI awdoIanaa do • v Lu,Inpa149s/sai6a/eiis • • • • uo lezquoud paiwci W sal+iewal�y/soueu.S U •�o ualen�en� • • • • • • • Z a,,,,n,lua„n W_ R a sluodad/sa±pnis • • • • • 5 • • • X W s,sAleuy N H 6uiiapol • • • • • • • Z o//ne,pAH/6u,IapoNl W 2 s6umes W • • • • • • • • • • X Isoo,salewiis-g Isoo m a sluawanwdwi W to suoilepuawwooad • • • • • • • • • re Zuoileluawnooa • 0 6uilstxg to nnainad • • • • • • • • • Qkoluanui Jo/pue U sualenlen3isluawssassy • • • • • ti uoippuoO -J Q n a) a, a) a� a) a� a) a� a� a) ('1 0 E E E E E E E E E E c L 6-. 6-- L L L L L L 2 I a a a a a a a a a a n 2 N - La 'o , O , M Z >°v v9 ui c W ° co co O 0 0) o o N p W p N W O N O O Q D I N N w N N Q N O g N V V O N O Cl) Cl) .,, Lo - 1t', O_ O_ p O_ wa; m N O O O N O O N O Zo D M `N CS)-1 N N tf, c.-.1 M ca OE. N W W _Z a Z w U' 0 2 15 8 8 8 8 8 8 g a 0. a_ a(7, a > a a, q, O of N (7, (7, O N H a, a a a a a _ o a v t O W v O a O O O c O O N O W I d O 0 W 'a c ato ca aM a�n CL 53 a.� au, O �C aM a� aM 3 cn ti v 2 v v) v fn v U z-a U)'v v co E (n a° a6 E .Nao E ab E aco E aco E 2E co co E ��+ �� E �N E a�v.c_v eco cv a�vm siW.T a�v•T mv•T oN O 6 o^ p.°�`� O c`v� O'L v .:)--" E N O'c v E 13.'1-E O c v E a c v E 0 1 1 @ '^- E a co La cn 1 E !!()-82— (Do 1 (..'c),,6© () o 1 (t)d6@ 1 v)a,)0 (n 3 cD V'• 1 V' Uo@ <> ) QUo@ QUo@ <>c © Q°ao `<q;5"6 QWaoQQ C M.O 7 > c M.) C M.O C M.� C M.1 > C O W ti > c(-9,71, > 10 �s`5 ov_ 0 ° o ;t' 0 °. 5 Oa) as, G, Occvsaa) 0gt '5 Octet U 1 2-,a, 2Wa a, 2a0 ., 2,0_34 2-,a., �,a., 2-ate 20a-v 2,a.St. 2Oa-o C Dvc ,i,�`” m E E V L c—IL flL co U 2 Fr �N � a' fl 2> � > oy trn rn CDifi Oox3 Ba , � c- M - N LSu_ CV OO f~ � CCUdO ofO o a y O OU •C QLCO Oa OO O aE CO CO =O CO i CCw > QCNONQCc ONO Cea : OOC (co nQcv aC' O C C 2 C E L XCme •rnm� a- > EO o a= a > E o o. .i. o► rnco EL cam= g- - cn= a�)M c C CrnN L �2 U L v C 3f .i I OE 07 a.S U oN U UN ce F. U (P aMUE = E ago.2Pc• u_E 0 . E a2asEacD °7 O ° w L3WL L Z a C Q•6 °'oEE ° U'r c o1 Q) .0 z? v2= uo 0c, a� TavLo a, E oc C d o U _ E 3a uco a a co ` E o . pE > vm C•y w oE Z C o p ac o' a D Dao a . .E ..°) O,XW .V(OC«c Jco aN. a)oaOaucoO- Oou 0 Oo O0 >Q aE Z< E owoZaCD (n v (aaE OLU >Q CajuU (n, co a a,.N n. co ca* cQ. Qc7co8 Qc . c (nO Qn (n Q c (Q oWL Q c m c C O > cC Q O.-C O E c a� Y L L a2 o ' 3' oE a o O E CD o vrnvo0•aprn(wpiawm acc O T.' 0)5 )50 2E0Damu2 on 22 2u) 2nui2E(n�(n owa Ea �0NUaQa a6uego aiewp3I 6u!sld lanai eaS Aoualllsad N /uoiieipawaa/loJ;uoc uoiso..uo0 6uuaaul6u3 ante, • • u6+saa swaisAS 6uldwnd • • • • • pue uoiioapoa JaieMaiseM u6isaa swaisits 6uidwnd • pue uolingpisia JaieI saiepdn ueld • • iaisep/6u!uueld JaiseW sisAleuy • • I uoiiezuo6aiea/Sla w aoueisissy W ivawdolanaa 60 • v .0 6wlnpatios/sai6aimis • • • • • • • cn /uoiiezRpopd ioafoid LU samewamsopeuaos U aJnin/iva��n • • • • • • Z o io uoiienlen-3 W_ W spodaa/saipniS • • • • Q. x Ili sls,tleuy H 6uPpow • • • • • • • • Z oIlneJpAH/6uilapcm W W s6uineS • • • • • • • • cc isoo/saiewRs3 isoo sivawanoidw1 W Jo suoiiepuawwooab • • • • • • • • • • Z uovivawnooc 6uiis!x3 io Mainab • • • • • • • • • Q tioivanul Jo/pue U suo!ienlen3/sivawssasso • • • • LL uo!ilpuo0 J a ! D IN N N N N N N N C1 0 E E E E E E E m 2 o co M o 0 0 o 0,E oo o o n o opo ri O ci a 6 6 Z >U N MH N_ . 6? . I W ° M M c0 cco o 2 Q7 r - r 1-- Q O O co O N N N N N N a '. 4 M F- N N Lo ti ,t U 3 1 O Q I N O N N L. N M r N 8 r r r 8 r r c4 N O O O O O O O O C7 N Q N N N N N N N N Z f CO I M , O R L I W Z Z i > LuJ w O 0 c 1 6 N N Z ° 1 5, E o E cv x p -� Li N O (> L L J a NL C L 0 0 2 j- O ML a O nN N .2 u 7) z. ,O W O T co.. QNN N wn W Cw., J J M E M E J co CLN7 o N W,-o N O c60'..q 0an LI-i>) U U Uao VJW. U - OCL NU 0CO@ cNMC c uNN :e@iv a -0 CNc ..,,-TE -o 0 ' n L r: N UNL( ) O a O) 'UON15.NO'0 UO@ 2N-T, � rnN'E ONOLC Lg,' OYU O ,3oi0 Mm NN-TU wN CNN 022 � O� o cov�m °ENV >� -15 J2,� _12,..:.@J >_,-� ,_NcoN ( .6@ Q=NL v- n OCQi00� OO Q �N wYNo 'O U N n otN0) >. 'CMN OpNQ ',5,--co) OOa' O Oy4 wLE wLE ELN CCN OLL ONN LLL McNi (3 ,, .- > L c OI-CLF- 000. u UUa . 0110-. D-aa , 000io aaa 'own . C tn F 11:-(58T N '43 O cn N 3E2, V cC V NN > N c7)a y0 Iii wN LwNU NN N YN MC jp E3 CDL U.- Q UL , UN .N. NNOcN awa .m . wO : d Oato` c wN Utc,' ' 0.oEc. j7 a = N Lo= OEEaE . 2m oa.oE.gN oal 0o �))Ei < 20NM VCOcv'� =�NcUCyo, 5NN- coaEc.om .ci -E.. 22.3-9,2 _t2N.aNLc n ma.E.o NNOL tic o.. mcNONNtm0. 2OwOc- LNN•O T NN No > >'CE o 3U° 10O0'52 2 ,6u., >,,, 2 av cyc - p)'a . . aULLc EE t‹ .. 0.E NN ` Q d c I2:c _ N .. 3 uJ_ E JL'Ea ` Oc311N: Cw -�-t ENN -23J . oE 22-,S111QE_ 2O Q f� N7c , . ON0aNN= U a5QV6O ofNSNN 'O 0N88 NN N w, ON ONS '2«vC C m Q%y mcaNYr- N OU 0OC«ti,-aN NcNLLNNOU2NOURn.nNnCMU >y > NO'XUO UTO oxotQ = owO3 o 0 ;jrF- cne5 ciULJ _ gEE_ oU, m ioN owENTo rnE ON.L .N O v, � C w I 15, Ncn —NONI Ccco oNC 2 7•Cc-o w tOaN N CN O ) C Z UN O C.cn LN. O C w OU NC OO N , w 6)C UO ! oaC o00NN NU N O ` L C C NOoSN wNp . No v N ac C n d n L Uo N E m O8 L 22'o 'cut. �2 Sca m Pg . CD O wW oQ , ) °F, ; �oC i= iE ) E1n ootiv "81 . 65 J �o > v �( 011-)2 `c� F �oc Y OU rn a-' N LMoN �.Nc w'2E 46,0 O a !ill C IP UUi,2 QVinN ` cn Y 1IIO -Urn YN- cn Q 2wcnita =pcnJ 62a. a._r- .5ccon+ v c 3 l. 5oc263 2 z2Qcccc a5uegc, alewit3/bulslb lanai eaS f` Aoualilsaei (V /uorleipawaa/1oiluos UOISoiJ0O 6upaaul6uJ anle/\ u6+sap swalsAs 6uldwnd , pue uolloalloa JaleMalse/N u6lsaa swaisAs 6uldwnd . • • pue uollnqulsia IaleM salepdn ueld • Jalsep/6uluueld JalseW sls,(leub • /uollezuo6aleo/SIS Cl) aouelsissb CD luawdolanaa dIC • v .CI) 6ullnpauoS/sal6aleJls • • CO /uollezlluo!Jd loafoJd LLI sanIlewally/soueuaos U 0Jn1n u0JJn • Z d/1 a to uollenlenp, • W_ CL spodae}/salpnls • • X LLI sisAleut, H 6wlapow • • Z olineJpAH/6uilapow W W s6ulnes • • • ct 1S03/salewils3 lso° sluawanwdwi Ill to suogepuawwooad 0 • • Cl)ce uolleluawnooc O 6ullslxJ to M0IA0d QkJOI00nul JO/pue U Suollenlen/Sluawssassb • LL uolllpuoC J Q a o E E E 2 E a if 0 0. 1 Z o 0 8 C° o o N 3 o r ,,- o >OQto to Z_ NCl W O 0 o ° 0 CD 1 o Z N n O N - N r ii 1 LiJ L1J Z_ c� W Eo 0 Cl U Zo > o a) R U 0I o L o cZZC O `y J C 12 Iii Q c4 LL 0 3 0 3 U U C U C N o ET O a N L/�� c •0 O Cl c. N•0 V V _N© cu,- a) W c0 a) >, , Q co N o f CSO N as t co t CO ©li; C S = N M v '> co M 2 co i m}� a .4. 0 -, J. � 0 OUNc)O C)N rO C COC V Y•C; NLN w 15 L. ki to' a) :•".'OLO U U0dv aQ-a. a -,aa a 0CQ-Ce C — in .0 E a) a .. c `a? Q. 2 3.o o2 rn M E ▪ c a) Q y 0 0 oN O t5i uU N 5to 3.TL)N E aw N ir. C7p n' oo 3 O C« v,, 0 15, Qco C ° E2 ` o to co 75 3 i 11 mm -, cta o '. u? E n y S - CM 3 a "• -a N a).L* co o o _ Qm C ci %1 0 T,--,La m c.) o o o_ L U O u,,2 2 d 0 o s..S o N a Q) a) m gN C � 2 N E. N N N N 3 Z E 46 N O_ N a N C N .0 I Xw o >'N o c0a -3 3W G (� O C C N a C N >N U 4? U cm a4 ~ ci2 2 mi . in c., asE.- � ov, 7222 WN�L�" o o,ga c CY av L~oc � l ` 2EC oEoo .0�cl v) cc. 2m- ov �3 � .3. cas g 'C0 C!2E JI -1 2E WH 5 2E C1)a Licenses/Certifications ,State .',''",:‘,‘‘' ' '', 4.,.,,, ,, 4' 11 i ... 14‘,\, : rida . Board,';‘,, Pro4sionalErigIneers State of Florida *Se‘lit9 that , , ., , Kitt:',;::,s.,,,,i,j‘;.,OfigAs.4ociatf,k,::::„Inc. Department of State FBPE s'-'\,4'', '‘'\c,'„,',',,'''‘,,,,,,,,_,.',.,L 4,.',.,•,,,,,"...„*.,,'‘..i•1 l'' It LIV:=AgMlit?:1 Is authorized under the provisiCipoots.,„.,•'• ' ‘1, .......,:. ,‘ •,,- to offer engineering services . +„,, , .4, to the public through a Professionallibttguzzer,, , , tv,OtisteChapter 471,Florida Statutes. I certify from the records of this office that KING ENGINEERING Expiration: 2/28/2019 '', !;s4 i,‘,''''.:', '‘ ' CA Lk.No: ASSOCIATES,INC.is a corporation organized under the laws of the State of ,,,,,‘,, ,,,,,,, Audit No: 228201900846 It 2610 Florida,filed on December 19,1977. The document number of this corporation is 555540. I further certify that said corporation has paid all fees due this office through '4,6,-,'• Florida Department of Agriculture and Consumer Services Divisioa of Consumer Services License No.:LB2610 BoPot ard of ressional Surveyors and tvlappExpon DFbruary s era iron a. ez,2019 2005 Apitlarhee Pkway Tallahassee,Florida 32395..1600 December 31,2017,that its most recent annual report/uniform business report was filed on January 16,2017,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Professional Surveyor and Mapper Business License Jade:the provisions of Chapter 472,Florida Statutes KING ENGINEERING ASSOCIATES,INC Given Nader fay hard sad the 4921 MEMORIAL HWY STE 300GrearSeal tithe Shoe qf P7evida TAMPA.FL 33634-7507 //e.7.67(..-• ,,Olg:)....., at Telkohasree,the Capital,&is the Sateen&day efIcemeary,2017 ADAMS.PIYFNAM _ COMMISSIONER OF AGRICULTURE 'ellii-111F;',';',., iICK SCOTT QCNER,IOR icEr.A UV SRA".,,',RE,A,O, *-7--'114 ih,4;ft:.--'7,.; STATE OF FLORIDA 'r' • -,:',',iir DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .. ra..,,,;,,,... .. ie,,, ''"14t, ., , 90ARD OF LANDSCAPE ARCHITECTURE ,;,,,11,,-*.,O\ 4,, .„. Secretary of State , . , :,.. ..i. I.CAICIII532Fl P.LANDSCAF'E AftCHITECT ausiNess Named 560*kAS REGISTEREC ,:,„•,„„‘:‘,,," Tracking Number:CC0010022314 Under tie prawvarrs of Ctsopter 481 FS Exprators date.NOV 30,2017 To authenticate this certiricate,visft the following site,enter this number,and then followthe instruction deployed. 47. 10 KING ENCINEERNG,ASSOCWES:INC _,,,,t,..4,. ". httprfiserehns.suabir-org/FIlingptCertilcateCatatusiCertfIcateAuthenticatka 4921 MEMORIAL owe rilitTE 300 '--..., TAMPA FL33824 4 .....a, 41'...5.ig * A— , ——. ,,,,-,•,....—--,—.----—... ...., .—.. .„—...-- • • State of Florida , State of Florida . Board of Professional Engineers Board of Professional Engineers Attests that Agustin Eduardo Maristany,P.E. ,,,,, , ‘, ThoinasJ14.0 Connor,P.E. '4- Attests,that , ,,,,,',.,I•li, ', „,,,i$0,,,, , , ,,,,,, Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional EnghrerWister Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lie.No: Expiration:2/20/2019 P.B.Lir..No: Audit No: 228201903060 It 33351 Audit No: 228201918983 I 39593 , r* State of Florida State of Florida ,, , Board of Professional Engineers Board of Professional Engineers Attests that , Attests that er Christop rank lcuzier,,P.E. ,:,, , , ,,,i tot Truon . P.E. - 4 i 0 1 & \,„ ,,,, Is licensed as a Professional Engineeri,ondei Chapter 471,Florida Statutes Is licensed as a Professional EngIneespitta464 Chapter 471,Florida Statutes Expiration:2,/23/2019 P.E.Lac.No: Expitation:2/28/2019 ,,,,, RE.Lie.No: Audit No: 228201904845 A 45532 Audit No: 228201908208 R 65709 State 'of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Thomas A.Traina,P.E. ..BenjaminCarl Turnage,P.E. ', Is licensed as a Professional Engine,r,under Chapter 471,Florida Statutes Is licensed as a Professional Engineetruniter Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lie.No: Expi'ration:2/28/2019 P.B.Lie.No: Audit No: 228201909365 It 42871 Audit No: 228201917231 It 64055 State of tate of Floridal Board of Professional Engineers Board of Professional Engineers Attests that Attests that Jeffrey E.Elick,P.E. a+ Patience S.Anastasio P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lic.No: Audit No: 228201909819 R 61019 ExptrstioaR:2/28/2019 P.E.Lic.No: Audit No: 228201917969 R 75402 RICK SCOTT GOVERNOR KEN LAWSON,SECRETARY • STATE OF FLORIDA State of Florida DEPARTMENT OF BUSINESS ANO PROFESSIONAL REGUON BOARD OF LANDSCAPE ARCHITECTURE f TLE NSF NU"aAFR ,�."`�'• ,;� • • tA66B7S67 °h\ Ar\ Board of Professional Engineers The LANDSCAPE ARCHITECT44,':41r4/-* Board Attests that Named below HAS REGISTERED \,,,,,'", ,,'w..V;- °+ Under the provimons of Chapter 481 FS_ Expirabon date. 30 John Robert Seals,P.E. \ Nov ,2017 �' \ LOHMILL.ER,CLARK s a ., a 1401 51ST AVE NE 1 ��;• Is licensed as a Professional Engineer under Chapter 471,Florida Statutes ST PETERSBURG FL 33703 � _. t Expiration:2/28/2019 P.E.Lic.No: l k r o P Audit No: 228201928757 0 51505 �h iptate of jitoriba Mate of jf1oriba Department of enbironmenta(Protection 3Bepartinent of fnlnt'onnentat Protection ISSUED: 2/24/2015 LICENSE NO.: 0014398 ISSUED: 2/6/2017 LICENSE NO.: 0006561 THE CLASS C DRINKING WATER TREATMENT PLANT OPERATOR NAMED BELOW IS THE CLASS A WASTEWATER TREATMENT PLANT OPERATOR NAMED BELOW IS LICENSED UNDER THE PROVISIONS OF CHAPTER 403,FLORIDA STATUTES. LICENSED UNDER'THE PROVISIONS OF CHAPTER 403,FLORIDA STATUTES. VALID UNTIL: 4/30/2017 VALID UNTIL: 4/30/2019 LOC P TRUONG JEFFREY E.ELICK RICK SCOTT JONATHAN P.STEVERSON RICK SCOTT JONATHAN P.STEVERSON GOVERNOR DISPLAY IS REQUIRED BY LAW SECRETARY r`.n,ot:tuna IIISPE AY IS RFOI IIRFD RY I AW sFrlICIAaY Certificate of Completion - � John R.Seals ;-. .�--;::=,�' ax. Has Completed a Florida Department of TransportationStat , He.. . Approved Maintenance of Traffic(MOT)Advanced „ , ,' ,(Refresher)Course. \i.„,t,\.'Boar ' Pro •ssional .,_.t eers ., a ",a�" is that `;-� Lo 0 ���e:I,,1 , ,►s.ociat P.A. Q3115,— )B M•rwA•11 DouQh•rtY ="" .,. ,7' x{ FBPE iiift lb `., ,! ~ ,+ /Extirr•txxt Dater F007 Prctvrdar k lmtnrcrx Cwtihr:aer M '�\‘,,:',24, ,/ \ �/ �,F t A o,,,, ,F\;• \\,\,. µ:• 4.14.► t) sis t i r►Itti>♦pnutt►►>r ,�, e >,.:�,F,\./.r,-....j '!n. ♦ sai.►,rtnu r u..t►n Is authorized under the provist .,•,'1:; r to offer services UF Lni:S=of Florida T2 Center/Univers' of Fonda '" ► ' ~ r D O public h out r, rramportafido rttstitute 2t00 NE Waldo Road t0 the s Prof �+,�! ,�„� ,/fir ,� ,• tet 4 Florida i. ran,>d.:ti 4aunwlw,Ft r. '.1;,':',;727:::;':" T2gt.ca'adze Expirationc 2/28/2019 . ,<� 7', -vitt-r. '• CA Lic.No: UNIVERSITY of FLORIDA 241•0•40ufl.. ''''. �..0M Utz, ♦"- 924 / Far mwe tnfommtlan atwut ,,ten.- Audit No: 228201901658 R 1. '" d TrafRc(MOT)a io wary thin +w � rww.rtrA•rJmm.cxwre °' s� v vv'', ;;• State o )r da ,,,,, ,,, v. Board of Professional Engineers Board . • Pro 'ssional E eers Attests that y t #ts that '� .,,W%', b �"\ \'�''�` ''�`mar'\ Louis J.Aguirre,P.E. ,,. , + ,µlb Is authorized under the pr visices.ot ..,/,,,:,..,,,, , s utes,to offer engineering services Is licensed as a Professional Engineer under Chapter 471,Florida Statutes to the public through a Professional• • w itl)d rr'Chapter 471,Florida Statutes. on:2/28/2019 P.E.Lie.No: No- Audit 228201912881 R 11642 Expiration: 2;!?8/.'019 17.:0;\) ��\ ���� CA Lic.No•. Audit No: 2.8201901301 I� 551)) State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that oracto%Riccobono,P.E. ‘p, AdnanA.Ismail,P.E. \ iia Is licensed as a Professional Engineer r 'er Chapter 471,Florida Statutes �'` Is licensed as a Professional Engineer'under, � Chapter 471,Florida Statutes Expiration:2/28/20019 P.R.Lit.No: Audit No: 220201911225 t 4`3324 Expiration:2,ZS/2019 P.E.Lic.No: Audit No: 22920191 38.30 R 76014 fFlorida„„,,,,,,,„:,,,,,,,,,,: „,,,,,,,,,,,, . i State;,:,,,:;‘,‘,,,,, :t!.;,:4'. --1-, ricta 1 ., State o ' F oia . , ,t,. ..\.. . , „.,.,,,,,\,, ,,,, , \ s . Boarct,.;: ', Pro . ,,,‘iaria ri,,....., eers Board of Professional Engineers t1„,4‘, „,,,,,toi7 A ,ok, Attests that '°"*:,,,t::‘:'''''',',nf • •, ,4,1,0;'‘C4 „ ,i East,* :4:4*' r'.:7 ,„ s',-'- .tityltieflpany FBPE . a., \,., ..,, ..,, , Raii*aL tiquei Lo z,P.E. '''\'' ib''''''' "//'' ., ''• v , ,' Igr,!::..!:7•11,te:A AVNU .''' ''' Is authorized under the provisiiiossits'.':-?:1!, ,;;;:!: .."'s. . .,,,,. to offer engineering services to the public through a Professions , ':7,4”bibdsiChapter 471,Florida Statutes. Is licensed as a ProfessiOnalEnginecitiristter Chapter 471,Florida Statutes Expiration: 2/28/2019 '',\! f;s, ,'' \''' ,:,0 :>, CA Lic.No: Expiration:2/28/2019 , ' P.R./SI Lk.No: ' , ,,,,,r,' Audit No: 228201901418 SI 59399 7014079 Audit No: 228201900394 R 26655 SPECIAL INSPECTOR State of,Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that ,,,,,, Gonzalo A.Paz,P.E. Kimberlie Staheli,P.E.131'1_ Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 •P.E.Lic.No: Expiration:2/28/2019 P.E.Lic.No: Audit No: 228201901438 1 60734 Audit No: 228201932755 R 73673 913150' f ,'. 237883 . • O'tit e of Eenne5ee State'si% ,/,,,,,,1 orida STATE BOARD OF ARCHITECTURAL AND ENGINEERING EXAMINERS Board of Professional Engineers PROFESSIONAL ENGINEER Attests that - MICHAEL PATRICK MASSEY Giov :aitin A:Bontta,P.E. 1,11f:?''' Pf;;;*, ' :,!....rT : Lie. Is licensed as a ProfessiOnalEnginiei,iirtde:,Chapter 471,Florida Statutes Expiration:2/28/2019 ID NUMBER: 001 1 4 450 F-liX. ,:f• '',: P.E. No: Audit No: 228201904239 R ,, 71720 UC STATUS:ACTIVE Ail:3i IDCPIRATION"DATer 06/30/2017 IN-1313 DEPARTMENT OF COMMERCE AND INSURANCE ,r,,,,,,,,,,,,,i:,,,,7;,,,,,.,,,,,,7*.e7,,:!'"trr:!1,,,•.;4 'orilittlst.'!:,''''''''','''''.' '' ''‘ '''''''''' ' (IF 14.4 ..ic,4t'f,l'41g1,1'14 "' .,,.!...'',4''' ,,,,, ,, _,...ATc,., _ _Aix, i,,',c;:014ItA4Mt ..:',..'4,:6.,,.'1,,.:;'',',7,'2 ,'s':.‘„, '''', 51 ,r4..,,,,..,', ,,,'', ,,,, 11:it knower that '1 ,4104,...iali.4., Etirahrt4 (L Illabinsint 1 "'friA!',""s* :, HAVING QUALIFIED AS REQUIRED BY LAW IS DULY REGISTERED AND IS HERESY AUTHORIZED TO PRACTICE ''':. , ''',',''.'''''':/..,:".'"::','''''';‘,,H,‘''.,....44,:ort.;:,..',1,:x:;•!1•'••‘. 0:4t,••• •,,, ,••••'," ' '. .,.,.. t44 '..i IN THE STATE OF MAINE AS A 4 ,113\*.$44,44,,i,,,,*,,,,,5,0,,,,'.,,,,.4.,s.s.., ..„,, .. ' Ai,- '' '.4 .'4"""i44*'''' '''''''.''''s' '''''01.49***NO ,...•! ,,,.. PROFESSIONAL'.444-4,44,0.-ik,',,,,,,-,,,‘-',''' ' ' ''''-'' ' ' '''' . 4,-• , t-_-„NCIINEEIP,\' :,;,..,,,,,,, ,,, t,f,:„4.-:_.;, .:.H.,.,.::,,,,,,,,:.,,,r.,r77,:, ..,,, , .,,,,,..,,,,,,,,,,,,,,,,,„.1%,7,77,,,„,,,,,,,,,,,, ,,,,,---7,, . , , . , ,,., 0_ ,4,,,,,,,..,,,, 0„,..,„,,,4,,,...,„,,„...4.4,,,,„...„,„,,.. , . , , ,,,,,,,-,,:,.,, issues sr Ts'WINNE STATE BOARD OF '' -.- , REGISTRATION FOR PROFSSsIORALI/RUREERS "1 ' ''ttlil! '''''''. f 'f) (%., „,,,.?:' lte.,..41-C.-44....,... •. ,, ',,,,, 0..1 rio. a*3. <44%;).2,.„'C'' .1.,..,:`4,40-,.''''''''.,,„Ar''',.;:,',„..%0A0''''',;:..7,),,,,,,,,'Y'r,,,,,,,.„,i',1'.,.:(1:,,,Z,.,•,,.[.,",,..,t;,,,t,,,,,..7,,,,,,,..„.„..,....E.,..,,,,,,,f ),,,,,,,„,,,,,,,zi, „,. :„.....,.., ,..„,,,NACE Certificate of Achievement ,' neya i@,,,,i ,;INTERNATIONAL 2,1 Y4/ International sst i The MACE International Institute Recognizes ,,,,N Info lq Informing the World on Corrosion Cam: Michael Dammer ':;.7,41,.., Iris unifies that 1.)attler. Orifitree ha-... W, ..' !7.1.'. €1, As a Certified il,:L),. ' tie retpirtmatts st-thousariation , ,,,,y: , frieRritilitalf a CP4-Cathodic Protection Specialist tt, ,, \ ,;.:. Corrosion Specialist CERTIFICATION NUMBER 14169 : ';.'.‘4 , ,,,,,,,,, • , # .. 1I4,4,4 38 ";5, ,,....,,,i).,,,,, Awarded i(l• ., ''..• am? 3..44414 A.11.4.9, ,,4'1 z-E.r.-- June 2016 i;,',..4..,, • ;iiiier="1"r".,-"1"2 •,.-47";??*‘7-,-., ) -'' -...... eso.s,..... -°”" , C:;"--4,...1N..."""...4..k.,.-#....,,,7.;-#.1"-Z.T,-0;;;747-:"";"-7."- ---'7:7.^...7:';--,i,i4;.--T:To.ii--:.---7,77":44-7::7`41:k ,,,,, ,„,., ,,, ,, ,,, „ , ,,,.,., ,,,, • 4..:74.4.:,d,4,..,C„..,...',.Cei ....Neo.- .44,42..,,t,.1,4 ''.‘e 'Y''' 'N. ". . ,, "54036 KingENGINEERING ASSOCIATES,INC. /i///i/��///'#f'r v��//%/r/�iid�i/�r r<�i//ir//i / r ,:/:/' ; 0 / //y/ r//n//ar/ar ny / ',:/:,,,;:',''''''7/'::' as - anuam anayr ',;',::::1.A/40/// ��%'����/.,.. ,//N/,�+r K�\��; ‘...,..;",....3,;•:,'",",,,""'"'''' °,.r;\��\\\� .,..,r„wvr, rvar -' \\��/1���)fl//j;a)//%)��i/,�1�9»,;,:')� ,//� r�,„,:41,"111,1149' r. eit:''''''' � r ..4/00':.;:,...'''''' re>tp \�`/)`r r � r'>�I v/i, $///�Ni a r r%/,�r�r '17:;41"'” N/ c'/)/ alK')�)�Y',',, /r ua� w w /r///r%{,U)M %i//., ;,'''pi,,y/�Nii ON :,:i.t1,,,,,:iro, ;, � riirrrrrllydJ/fib � a���' ��!/, : r. � � /��\\ / '',,,,.'e,4,,,,,,,,,:''.44,,,, ''"✓Gr/r/np"i�err w. r .w. /. / �''r /n„ .7,77.„/„..,,,,,;,,,,,,, ' �Y v5//�'7 :n�mm'.ri,/VGrrd,/r �,.�/rT11ir/nry� =:'' f'' ,,,, / i��%i.,.fa' �y/,41- .� 5 ra�;.1,7,,,;',4' ur „ %/� 7innm '7,/,',,/,, v/rN,/,rr///ri//// / 'g >/ a/ %/� a ;/ /%/vr/r�„ /� '/ r Qualifications: ////!/i ,,,,f,,,..'''',,,,,,////* �uvua /H�a; // , �° r.n � ,"i,v;. 1/ x � r%)/h,,,N / ., City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I 2.1 Qualifications of Proposing Firm Mw;- Introduction / History .` 444King Engineering Associates, Inc. (King) has been providing tr comprehensive consulting services for Florida governments and agencies since 1977. King is licensed by the State of Florida to V provide Civil Engineering under Florida certification #2610; and yi Surveying and Landscape Architecture services under license YEAFS. numbers LB2610 and LC26000183, respectively. 1977-2017 As a full-service firm, King offers the following listed multi-discipline services in-house. King's Full-Service Capabilities • Water/Wastewater&Reclaimed Systems Planning • Permitting • Water/Wastewater Engineering&Construction Management . Land Planning • Transportation Engineering&Maintenance of Traffic • Landscape Architecture ■ Civil Engineering/Site Design • Surveying&Mapping ■ Ecological/Environmental Services • Geographic Information Systems Financial Stability King Engineering Associates, Inc. is a privately-held, employee-owned company. We are a multi-disciplined engineering company with 40 years of continuous service, which has allowed us to offer services to meet the ever changing market and economic demands of our clients. We have excellent banking and financial relationships and have been able to expand our growth and services using both internal and external resources. We maintain a very strong balance sheet with strong equity and limited long term debt. King's Dun & Bradstreet number is: 09-298-1521. Bank reference: Paul Ferrentino, Vice President Centennial Bank; Phone: 813-367-8146 Abundance of Resources for Your Projects King maintains a full-time staff of 100+ employees which includes a team of specialists in utilities systems master planning, design and construction administration. They are supported by civil and transportation engineers, certified land planners and landscape architects, environmental scientists, construction managers, field representatives and registered licensed surveyors, and dedicated technicians and administrative personnel. We also have LEED and Envision® (sustainable infrastructure) certified personnel that can provide project sustainability. King Engineering Associates,Inc. 28 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Local Offices / Local Qualified Team Services for Miami Beach will be performed by local personnel from our Miami office located at 8700 West Flagler Street, Suite 340, Miami, FL 33174 and from our Tampa headquarters located at 4921 Memorial Highway, Tampa, FL 33634. Our Miami office is centrally located approximately 30 minutes from Miami Beach offices and potential project sites. • R • I= c .A A.... ft T „ :ani 4 t'E B i4. xG 111111 King Engineering Associates,Inc A 8700 W. Flagler St,Suite 340 Miami, Fl 33174 King Engineering Associates,Inc B 4921 Memorial Highway,Suite 300 Tampa, Fl 33634 eking Engineering Associates,Inc 2930 University Parkway Sarasota, Ft 34243 King Engineering Associates,Inc. 29 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Proven Performers of Similar Projects / Similar Contracts Since our Miami office opened in 2008, we have established strong working relationships on a continuing basis across the state of Florida and in the Miami area including several utilities engineering contracts with Miami-Dade Water and Sewer Department. We have been providing practical and economical engineering solutions for Florida governments and agencies utilities systems under similar general services contracts held with 18 Florida governments - Several of which we have actively maintained for over 20 years! KING'S CONTINUING ENGINEERING SERVICES CONTRACTS City of Tarpon Springs Engineering Services UtNies City of Clearwater Engineer of Record City of Dunedin Consultant Services Continuing Contract City of Largo yVastewaterEngineeringProfessionaf Services-alit,/Distribution&Collection SisLems. p Wastewater Treatment Eacilities Pinellas County Utilities Engineering Consulting Services City of Safety Harbor IVliscellareous Architectural and Engineering Services City of Lakeland Professional Municipal Engineering Services Contract Hillsborough County Miscellaneous Professional Engineering Services for Utility Relocations Miscellaneous Professional Engineering Services for Water and Wastewater City of Sarasota Consulting Engineer Services- Utilities infrastructure Projects Peace River Manasota Regional Water Supply Authority City of Venice Professional Engineering Consulting . Services for Water,Wastewater and Reclaimed Water Systems City of Punta Gorda Engineering Library Florida Fovernrnent Utility Authority Contract for 1 Consulting/Professional Engineering Services Town of Southwest Ranches-General Services -.---.Lauderdale-by-the-Sea-Gereral Services IP Hollywood-General Services 417" . Miami-Dade Water&Sewer Department of Design Services for the Implementation of a Pump Station Improvement Program 0 s City of Doral Professional General 111 Architectural and Engineering Services L,.. ' Miami-Dade Water&Sewer Department-Design of Upgrades for Water Distribution and Sanitary 411k---.....„.....,,.._......._, Sewage Collection and Transmission Systems South Florida Water Management District- Professional Engineering Services for Operation. Maintenance,Repair and Replacement King Engineering Associates,Inc. 30 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Overview of Experience 44* at .., , COL...COOgb,..MY tote or N Understanding of Your Needs The City of Miami Beach is seeking team of consulting firm(s) that will guide the City through the decision making • process for the development of a utilities system capital improvement plan that will make the City's water and wastewater systems reliable, environmentally sound, and resilient to future conditions including Climate Change and ,:a, Sea Level Rising. Firm(s) that are not selected for this x►...�..,,.,mom +r..,..... effort may be eligible for the City's prequalified „, consultants continuing pool. ... Master Planning Services „\\. : The King Team assigned to this contract have assisted governments across the state of Florida in the TOWN OF ORANGE PARK'',I' assessment, planning and prioritization of future utility Town of Orange Park systems' needs. For these efforts, we have performed a g full-range of master planningservices that have Water and Sewer Master Plan addressed the following objectives: • Assessment of existing facilities and infrastructure to determine their current condition, recommendations, and prioritization of corrective actions kr'•'" °`w• v H M vi • Equipment and system analyses and inspections to determine if optimum capacity is being utilized a p Hv : w µx* • "Hands-on" physical/visual inspection of existing y Q : r Wr equipment and infrastructure MDWASD Small Water Main Evaluation&Enhancement Ph 1&2 • Analyses of existing infrastructures and facilities to determine if current demands are being met f• • Development of future population projections to � r determine if existing systems can meet future " demands rrlit,;\ • Alternative approaches to maximize or expand existing systems • Evaluations of system upgrades/expansions and their NWFWMD 18 Utilities financial feasibility for project prioritization of capital Systems Interconnect improvement projects King Engineering Associates,Inc. 31 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Water/Wastewater Systems Design King's extensive master planning capabilities and decades "a1 ,, x of water and wastewater engineering and consulting 7,--,-7,,i',.;17,,I,,''f. ,, ��' services for local governments, includingMDWASD, not "As,` . " " ,� w only adds value to our ability to perform master planning and related services, but it has given us a genuine ;w , . �. understanding of, and direct experience with, the types of water and wastewater system improvements the Citymay .- ., 'zw ; w Y p - �� require under this contract. Dunedin Causeway Water Main/Force Future City of Miami Beach's utility collection and Main Replacements-Subaqueous distribution and treatment systems are driven by the City's desire ,-, -- — - .i to provide the proper level service to the Miami °4 Beach community. ► . �,- a� r co u ity. System improvements may include , t , 0,,,..„;,,,,,,,,-.4,102,, meeting current and future system capacities, upgrading of ° ; cr....A`., "--, ��,,A older facilities, correction of existingdeficiencies and , `,.� , rY � `t • }.• compliance with environmental regulations. In manyi„ �a'�`�',,..Win ,1 , ,,, � j# µ g cases, these improvements will need to take place while !,"":07.7t.::Ir'''4', 71� �, keeping the existing system in operation. Potential utilities ;,,,,,.,,,..:,%J.,, ,�, c y, systems that may require improvements, rehabilitation, ,.' -"•::_!,' ix ,',,, 7.1t: ,\,,,,,,,,., permitting or assistance with meetingregulatory - , �- .t . upgrades, p g � /h/, �« � � compliance include: "W , ,.. d " •"•' ,A r 4.0 1 / 'y° a 41 re, •t t r, x• Sanitary sewer collection and conveyance systems % � �qY � ! 4• Wastewater lift stations anforcemalns , : 'w4�. � ar : 4 / a �' ' "; , .• Reclaimed water storage, pumping, transmission and % « ' a 4. 4. distribution facilitiesS^ ..y,fpM•�7.f 0. ' 1�"MM ` `MM.+t W • k�y('g. ' • Control /m monitoring/telemetry systems % " W ,, r .4 ,...„,,,„, • Pipelines condition assessments ww t:a.��„�.4S�wr a.ral wsMc+tan r4iac.•rx ''r^* PWAC1n10.MAP --,..w.a, ... .-.. I& City of Venice Cast Iron Pipe Evaluations and Water Main Replacement Program tzTzni ... ... ` wira mow. — .. y4 # f . naw p pp /�(. ;r � •� ° c�� sww• • .........• •j�.... •,,�r. �i..wwnwrw..w, .wr icaummimars 4 -.....':•::::::., i liT:illi '' ':17:ti .31 4 _.. t=a—me .41,.0..11111111111111,1111111111a www.r•..._. � e , =11111111111111111111.111111111111 1 '' =NO 01.11111111111 er roonsesie . . ... .��. i.i.w.2'ay l Mwox!p t'da.k•d'awaee• ♦ A ► 1 "--r:,,,,- ...R..... MDWASD Small Water Main Replacements MDWASD Pump Station Improvement Program—6 Pumo Stations and Force Main King Engineering Associates,Inc. 32 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB As residents and as a local Miami engineering firm, King realizes that great emphasis must be placed upon protecting the City of Miami Beach's infrastructure from the damaging consequences of climate change and rising sea levels. To this end, we have teamed with GEI Consultants, Inc., known for their work in Climate Change and Sea Level Rise. ■ CLIMATE CHANGE SEA LEVEL RISE • GEI Consultants, Inc. • 45+Years in Coastal Engineering,Assessments and Remediation • 760 Professionals/35,000 projects in all 50 states&25 ([110/ 1): countries • Known experts in sea level rise planning and GE resilience • Proficient in Coast Software Approach Consultants Met with Rising Above Initiative, Miami Beach Chief Engineer and Resiliency Officer to discuss various technical approaches including design-threshold benefit—cost analysis GEI Consultants, Inc. (GEI) was founded in 1970 by five graduates of Harvard University and MIT. As the years progressed, GEI gained strong national presence in the environmental and water resources disciplines. They are one of the nation's leading geotechnical, environmental, water resources, and ecological science and engineering firms, serving clients across the country from 37 offices - coast to coast. They were ranked #107 in the 2015 ENR Top 500 Design Firms list, having risen 163 positions since 2007. The firm was also ranked No. 79 on ENR's 2015 Top 100 Pure Designers list, up 10 positions from No. 89 in 2014. GEI has earned an international reputation as a leading consulting engineering firm providing innovative solutions to complex geotechnical issues. They are highly recognized as experts in defending communities against the impacts of sea level rising. They perform a full-range of services that identify the environmental risks caused by sea level rising. They provide recommendations and implementation assistance of protective/corrective actions. King Engineering Associates,Inc. 33 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Their services include, but are not limited to the following: • Condition and Vulnerability Assessments, • Assessment of Risk to Structure from Waves and Floods, • Assessment of Salt Water Intrusion (i.e., impact on infrastructure, ground water supplies, and geothermal installations), • Sea Level Rise Analysis and Forecasting, • COAST (COastal Adaptation to Sea level rise Tool), • Coastal Engineering and Resiliency, • Design Threshold Analysis, • Structural and Geostructural Engineering, • Contamination and Remediation, • Analysis of Flood Elevations/heights, • Analysis of Wave Forces and of Wind Velocities, and • Climate Variability. Florida Coastal Experience - GEI Consultants has conducted resilience-based engineering around the coastal US, including South Miami, Fort Lauderdale, and the Florida Keys. In 2016, GEI had meetings with the Rising Above Initiative with Miami Beach Chief Engineer, Bruce Mowry, and Resiliency Officer, Susy Torriente, in which technical approaches were discussed, in particular a design-threshold benefit-cost analysis, both of which are outlined in this proposal. The following are a few examples of their coastal planning and engineering experience. • Sea Level Rise and Storm Surge Vulnerability Assessment with Cost Analysis of Adaptations/Villages of Piermont and Catskill, NY- Developed several adaptation strategies to address future threats due to rising sea levels • Assisting in vulnerability assessments and creation of new internal processes to continually address the twin treats of seal level rise and storm surge in Coastal Maine • Conducted planning and design for 10 municipalities in Connecticut to increase resiliency of infrastructure and ecosystems. • Prepared a Coastal Assessment Resiliency Plan integrating with the Town of East Hampton `s flood hazard and coastal planning efforts prltitt-,--- 7:40:1,01:-----:-/, ''"-'"v '":'44'.---% v.,,,„ ,-' ,-, _ _,,,-„,„,,,Z ep ,i "" � , w ,xa„�'�h �° w "`,. , :!-L.';."^ ret '���'a'b„ '. W°'xw e„v t' , w k ,v.� �Y�'a�.F x aal,"'1K^^� � � ''w"--1.7:,:-.;�wlr1. � ,''�. � � 9pA .iw.• it it '11",-;-' ear, + ; ,» A dollar-cost extrusion image from the COAST software showing relative financial loss to buildings in Fort Lauderdale, under a particular sea level rise and storm surge scenario. King Engineering Associates,Inc. 34 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Carefully planned corrosion control, properly designed pipeline and installation and corrosion control management plans will assist in protecting the City of Miami Beach's utility systems. Corrpro, known experts in corrosion control, can do just that! I CORROSION CONTROL & REMEDIATION • CORRPRO Companies, Inc. • 65 years of experience ✓ Experts in pipeline integrity corerrpitana v External corrosion direct assessment • Protection and remediation of municipal water and An Aeg1017 COMpany sewer systems, including tanks, plants, etc. • Remote monitoring for long-term management • Turnkey Services: detection, correction, materials supply, and installation Corrpro Companies, Inc. is North America's largest corrosion „ , engineering, cathodic protection and corrosion monitoring y , business. For more than 65 years, Corrpro and subsidiaries ', ,, have been providing professional corrosion consulting and —,— cathodic protection engineering services to government agencies and municipal water, sewer and gas utilities, and , �, , .. other industries. Corrpro turnkey specialties are cathodic ,�.\{, , . - _ . protection design, materials supply, construction and testing , . . services. They are experts in pipeline integrity, external ,,,,%,,,,;:‘, 4corrsion direct assessments (ECDA) studies, AC mitigation m * and coatings evaluation. They provide complete construction K�::4;� installation services for any type of cathodic protection system ' w. for any type of structure. They also provide remote monitoring systems for long-term corrosion management. Corrpros' .', specialized expertise includes corrosion control for coastal areas, where the water tables fluctuate up to the pipe depth. :A For these areas they often utilize zinc anodes instead of _ - *, magnesium which will work well in both land and saltwater. By applying engineered solutions, Corrpro can eliminate corrosion of new structures and stop corrosion of existing ones. Their engineering and technical staff have backgrounds in metallurgical, chemical, petroleum, mechanical and electrical engineering. In addition to registered professional engineers, they also have on staff registered corrosion engineers. In fact, Mike Dammer and Dan Crabtree, who are assigned to this contract, are both National Association of Corrosion Engineers (NACE). King Engineering Associates, Inc. 35 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Corrpro's engineering and technical staff have extensive backgrounds in pipeline systems, water and wastewater treatment facilities, industrial plants, oil and natural gas facilities and above ground and underground storage tanks, reinforced concrete structures, among others. They studied and solved corrosion problems associated with underground corrosion, atmospheric conditions, coating failures, stray currents, and all types of failures resulting from the incompatibility between materials and their environments. ■ ELECTRICAL ENGINEERING SERVICES ♦ Louis J. Aguirre Associates, PA • 45+Years Mechanical/Electrical LEED accredited professionals � Local Experience • Working with King on MDWASD Projects LE;411 v Value Engineering • CEI/Start-up and Testing Services Louis J Aguirre & Associates, PA was established in 1970 and is a respected firm focusing on providing reliable electrical engineering. They are a Florida disadvantage/minority- business enterprise performing their services in the south Florida area. They have provided designs for the City of Miami, Miami-Dade County, Florida Department of Transportation, Miami International Airport, Jackson Health Systems, and Miami Dade County Public Schools and for the School Board of Broward County. They are a Member of the U.S. Green Building Council since 2004 and have six LEED Accredited professionals on staff knowledgeable in providing environmentally friendly mechanical / HVAC / Plumbing and Electrical designs with a conscientious effort to minimize initial cost impact by incorporating energy Modeling and Conservation, Life-Cycle Cost Analysis, Sustainable Design Systems and Equipment and Value engineering practices They perform a full range of services from site analysis through startup and testing. Project types range from institutional facilities to government / municipal buildings and facilities. As a subconsultant to King, they have provided electrical engineering services for the Miami-Dade County Water & Sewer Department Pump Station Improvement Program pump station design projects. Louis J. Aguirre has also provided electrical engineering for the design of lift stations for Miami- Dade County. Their services included inspection, testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. These services were provided for the following Miami-Dade County projects: Devonnaire Park, Lift Stations, Ron Ehmann, Lift Stations, Sgt. Joseph Delancy Park, Lift Stations, Tropical Estates Park, Lift Station. King Engineering Associates, Inc. 36 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ STRUCTURAL ENGINEERING SERVICES ♦ Eastern Engineering Group, Inc. • Established in 2005 • Local Team 171:14 ,111111114111%1 Local experience • Structural Engineering Subconsultant to King on MDWASD Pump Stations Projects • State of Florida minority business enterprise Eastern Engineering Group, Inc. is a professional firm that specializes in structural engineering consulting services for building structures and associated specialty components, expertly handling the structural portion of a project from start to finish. Additionally, their civil engineering staff offers comprehensive consulting for the City's projects. General Project Experience: New structures, renovations, additions, modifications, and/or remodeling of government facilities and institutional building; low, medium and high rise commercial residential and mixed-use buildings; parking facilities; and marine facilities. Their projects often required working with multidisciplinary teams in close coordination and adjusting to owners' requests as the project progresses. Their Florida Special Inspector License adds value for clients when inspections have been required to their threshold type building. Eastern's structural engineering services include: • Structural design, analysis and overall consulting • Threshold type building inspections • Special and other inspections of existing and new structures • Civil design of water and sewer systems • Civil design of paving, drainage, striping and signage • 40 Year re-certifications • Design and review of shop drawings and calculations of railings, fences, stairs, windows, doors and other components • Preparation of documents, mock-ups and calculations to process Notices of Acceptance (NOAs), One-Time Approvals and other product tests and controls • Construction administration • Compliance with EPA regulations King Engineering Associates,Inc. 37 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB As a subconsultant to King, EEG has performed structural design services for MtDWASD's PSIP program and for the structural engineering for miscellaneous improvements to Pump Station 65, EEG has provided inspection, report and design services for pump station buildings throughout south Florida including • Structural services for the conversion of a City of Miami Beach pump station structure into an office facility, which required changes such as new concrete slab covering the pump well, wind calculations for I • windows and doors, ADA improvements and building expansion. • Completed the structural design of the BasinD-2 Stormwater Pump Station Tank for the Town of Palm Miami Beach Pump Beach County. The new pump station tank was 19,440 Station Conversion cf, made of reinforced concrete, with its base positioned at approximately 20 feet below ground level. • For the City of Hialeah Department of Water and Sewer, performed structural inspections of steel reinforcing of foundations, columns and CMU walls, and inspections of concrete beams, steel embedment, steel truss layout and connections, and steel deck. This project is a new building added to the existing City complex for the Water and Sewer Department. King Engineering Associates,Inc. 38 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ GEOTECHNICAL INVESTIGATIONS • Geosol, Inc • Established in 2005 ✓ Local Team 1111111111111111111 ✓ Local experience GEOSOL ✓ Working with King on MDWASD Projects e,nm•,wi.. Geosol, Inc. (GEOSOL), started as a small professional firm that was established in the year 2000. The firm has grown from 2 to 12 employees and provides geotechnical engineering and testing services, including subsurface exploration studies, laboratory testing, engineering, consulting, and design of foundation systems. The firm has a reputation for providing high quality, creative and cost effective geotechnical engineering solutions primarily for clients in the public sector. GEOSOL has become very actively involved in the public service arena and is already participating as a Soils, Foundations and Materials Testing sub-consultant for 100's of projects for various South Florida municipalities including Miami-Dade County Agencies (Water & Sewer, Roadways, Aviation, Transit, DERM, and Housing), FDOT and Tri-County Commuter Rail Authority. GEOSOL engineers have over 50 years of geotechnical engineering combined experience and knowledge of the local ground conditions. P. Geosol has provided geotechnical engineering services for all pipeline projects King has been assigned by MDWASD. They have also provided geotechnical services for a number of our PSIP Improvement projects. Geotechnical field and laboratory testing programs were performed by Geosol for the following projects. • 54-In. Dia. Sanitary Sewage Force Main from Miami Beach to CDWWTP; Miami-Dade County, FL. 20-In. Dia. Water Main from Port of Miami Port Island to Fisher Island, Miami-Dade County, FL. • Design and Installation of 30 -Inch Diameter Water Main Miami River Canal Crossing at SW 2nd Street were performed for South Miami Heights Maintenance Facility. Geotechnical field and laboratory testing programs were performed • Installation of 24 and 36-Inch Diameter Finished Water Transmission Mains for South Miami-Heights Water Treatment Plant King Engineering Associates,Inc. 39 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • TRENCHLESS TECHNOLOGIES / MICROTUNNELING ♦ Staheli, Inc. • Established in 2005 STAHELI • Local Team • Local experience . trénchiess • Working with King on MDWASD Projects consultants Staheli Trenchless Consultants (STC) is a specialty engineering firm for trenchless engineering services. STC provides feasibility and design services for projects which include microtunneling, horizontal directional drilling, guided boring, auger boring, pipe ramming, pipe bursting, EPB tunneling and in-place rehabilitation such as sliplining. The firm's Principal Engineer, Kimberlie Staheli, PhD, PE is a recognized leader in the trenchless technology, and has worked closely with many of the foremost authorities in the field. STC provides feasibility and design services for projects which include micro-tunneling, horizontal directional drilling, guided boring, auger boring, pipe ramming, pipe bursting, EPB tunneling and in-place rehabilitation such as sliplining. Their design services include providing input into the development of plans, authoring technical specifications for construction, preparing geotechnical baseline reports, performing risk assessments, developing project schedules, and providing engineer's cost estimates for trenchless construction. In addition to standard design services, the firm has participated in design reviews for a third party by serving on value engineering panels for a number of trenchless projects at various levels of design. When participating in value engineering, STC focuses on modifications to trenchless project design which will both minimize overall construction risk and cost. STC also provides construction management services, including pre-bid and post construction. Construction services also include full-time on-site construction management to track contractor performance, verify that projects meet specifications, and minimize risk during construction. Staheli Trenchless Consultants full-range of expertise in trenchless technology will be a valuable asset throughout planning and for both new and existing pipeline design and construction services. Notable relevant project experience includes: ► As a subconsultant to King, Staheli provided consulting services on MDWASD's Pump Station 65. For this project they evaluated geotechnical and groundwater information for the 24-inch ductile iron sanitary sewer force main crossing beneath US-1 (South Dixie Hwy). Based on the geotechnical information they evaluated, a variety of trenchless methods to determine the best method for the installation of the crossing and risks associated with each method. King Engineering Associates,Inc. 40 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► They designed of two 54-inch, micro-tunnels, one which traversed on an active railroad and tunneling through gravel, cobbles, boulders, soft sediments and buried logs. / 90 ft caisson to 130 foot deep auger drilled shaft ► Provided design, engineering and inspection of over 7 miles of 36-inch diameter water transmission main which included four 36 inch bores and totaling approximately 10,000 LF of drilling through challenging geotechnical conditions, including soft soils, open graded river gravels and within close proximity of bridge piles Y i;e 5 y bfs alikt • ,„ vor t x a avpw a r .. ..x...... An-r ^� A (., wHm y f Tulalip Water Pipeline Lake Oswego Raw/Finished Water King Engineering Associates,Inc. 41 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I PUBLIC RELATIONS/OUTREACH • Media Relations Group, LLC • Established in 2005 �I Local Team 000 Media Relations Group LLC ✓ Local experience ✓ Provide Public Information Services to Miami Beach ✓ Working with King on MDWASD Projects Media Relations Group, LLC (MRG), located in Palmetto Bay, Florida, specializes in public and private sector involvement campaigns. The company serves as a spokesperson for clients and provides media relations services in both English and Spanish. MRG also offers marketing and graphic design services, organization of business interests, and grassroots door-to-door consensus building. For 17 years, MRG has established a proven record of developing and executing successful Public Involvement Programs and Community Awareness Plans for Miami Beach, Miami-Dade Water and Sewer Department, Miami-Dade Public Works, Miami-Dade Expressway Authority, and the Florida Dept. of Transportation. An important aspect of the company's success is the personal contact made with residents and business owners, as well as MRG's established relationships with government officials, community leaders and the media. In addition, the day-to-day contact with MRG's senior staff is the key to „tt the efficient execution of client goals-on time and within budget. MRG is either currently involved in or has successfully completed s several Miami Beach projects and they include: `� ► City of Miami Beach, 11 Street Infrastructure and Roadway Improvements - MRG handles thepublic information efforts for p the Public Works Department ► City of Miami Beach, Sunset Islands 3 and 4 Right of Way Improvements Project - MRG has proactively communicated the impacts of this project to the stakeholders and continues to distribute project advisories, and staff one-on-one coordination meetings with residents ► City of Miami Beach South Pointe Park Landscape Rehabilitation Project, Miami-Dade, Florida - MRG provided communication of construction information to the residents of the South Pointe neighborhood in the City of Miami Beach. ► City of Miami Beach Public Information Services Right of Way and Facilities Construction Contract, Miami-Dade County, Florida - public information services on the Right of Way and Facilities Construction contract, which involves more than 200 CIP projects. King Engineering Associates,Inc. 42 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I 2.1 Qualifications of ProposingFirm > Experience The King Team has performed comprehensive reviews of entire municipal and county water and wastewater utilities systems for the development of master plans. We have also assisted communities in the development of their capital improvement programs (CIP) and provided subsequent design and construction services for CIP project implementation. Our Team has extensive experience in coastal engineering, coastal resiliency planning and engineering, and corrosion control and remediation. The following projects exemplify King Teams' experience in water and wastewater master planning and in protecting utility infrastructures against the effects of age and sea level rising. MASTER PLANNING I Lauderdale-by-the-Sea Wastewater Capital Improvement Plan Firm Name: King Engineering Associates, Inc. Role: Condition assessments and quantity needs, recommendations of the wastewater system, gravity sewers,and lift stations Project/Agency Name: Town of Lauderdale-by-the-Sea, FL 0:1 Project/Agency Contact: Don Prince Phone: 954-640-4233 Email: DonP@lbts-fl.gov Term of Engagement Start Date: 10/2011 Completion Date: 2/2013 Volume of Contract $82,900 King was retained by the Town of Lauderdale-By-The-Sea l x` (LBTS)) to perform a condition assessment and quantify the 1 needs of their wastewater system including the gravity sewer � I system, flow meter, and two lift stations; identified defects, tg • recommend improvements, prepared cost estimates, develop a '7'2! � ;: Sanitary Sewer Capital Improvements Plan (SSCIP), and t provided construction observation services for the gravity sewer repairs. King Engineering Associates,Inc. 43 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The sanitary sewer system consists of two separate wastewater collection basins with approximately 10.5 miles of gravity pipes, 165 manholes and two pump stations (60 HP and 7.5 HP)with their respective force mains. The SSCIP plan identified defects and needs, provided repair design recommendations, and cost estimates for the gravity sewer lines and two lift stations as well as the replacement costs of the lift stations. In addition, it included costs related to a proposed Gravity Sewer System Capacity Evaluation Hydraulic Model, proposed Lift Station Monitoring Program, proposed Suspect Lateral I/I Program, and I/I Reduction Maintenance Program. Specific activities included: • Video review of 165 CCTV inspections: 632 defects were identified. • Assign repair recommendations based on approved repair protocols: 252 repairs were recommended. • Flow meter evaluation -verified meter was installed as per manufacture's specifications and reviewed calibration records. • Inspection and evaluation of two lift stations including hydraulic analysis, spacing requirements, and electrical requirements: minor repairs were recommended. • Infiltration and inflow (I/I) evaluation, including the development of dry and wet weather hydrographs for each lift station: analysis identified both stations as having rain dependent I/I (RDII). • Prepared a comprehensive SSCIP report to assist the town of LBTS in planning ongoing maintenance, system repairs and upgrades, and quantifying the potential savings from the implementation of an Infiltration and Inflow(I/I) program. Provided inspection services for the extensive repairs of gravity system which primarily involved CIPP liners. P.S.Baste 0005•Nydrograptt r , t— l's;;;;,f, T�, t, � �—r—S'Y_.El � ,,..,.,....w,..V...............,....v...w,,.,.,.,,.,...,,..,......,........,,y,,..,W....W......,...... .,a. atae r/ y .w...o.................,....m,...... i f au Ng �.,; 1\- +- �1 //by z _ � '':z.J ,Q ..sty.µ8wrt r:3pk M,'#t :;a:},aL7 Trlf -yn i f.».a k^, Cr':M.;Y"1 •.)8 L`4.;F ;s;-� King Engineering Associates,Inc. 44 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 Pasco County Water Master Plan Firm Name: King Engineering Associates, Inc. Role: Model and master plan development to valuate diurnal transfer, storage requirements, water quality analysis, predict system pressures, determine the size and location of future water mains, evaluate alternative water supply options, size pump stations, ground storage tanks, and distribution mains. Project/Agency Name: Pasco County, FL Project/Agency Contact Robert Sigmond Phone: 813-235-6189 Email: rsigmond@pascocountyfl.net Term of Engagement: Start Date: 5/2006 Completion Date: 11/2007 Volume of Contract: $163,000 King provided dynamic hydraulic modeling to reflect the current demands and infrastructure, ' incorporating the County's various dispersed wells, two treatment plants, one inline booster pump station, and five Tampa Bay Water points of connection to the Pasco water system. This model was used to evaluate diurnal transfer, storage requirements, water quality analysis, predict system pressures, determine the size and location of future water mains, evaluate alternative water supply options, size pump stations, ground storage tanks, and distribution mains as well as aid in the preparation of a Water Master Plan. Assisted in calibrating the dynamic hydraulic model of the County wide water system to be used as part of the Initial Distribution System Evaluation study required by the EPA to identify locations in the distribution system with high concentrations of triahalomethanes and haloactetic acids. Naar, '• a , w % F /rrgy�gyyy��j,, V ry, ' "mac xa"F 74. * 2, / ."'Ago ... / / Y! ««, dr a u./ / ,i G // ,,:,ane:.,.. :':S'..._...,_........... ��YYYY�k Mt vs, • `JO> rY.bVx!•M,p11:'\I!„Y�'Yffi<a':rw,n.'WS 1,.110ty.11111.1A:,II-�wY4"p.�r+ay7 O.MS'Ei li'1 • R.tM141M1 YHLA r0"..'Y.+B • "YIB�Y�YY•Y!SR N:Yx/T�Itk:,x1MY85;"'M:R • -f.f.11 YRx.,err n;•�;a'fs+r':�'wwae'r'x-Mx \,.,w AY+exey. rvxYy'1'Yr:r•m•w,.awnc;:+erww:>� HY S,w tltY'1.YY4q M#tt•w.Y.ava'Y'•:AYwx'b Y1.•C W♦:'7p MaHP4 roP r � .+.;!f'•k fYlawYelkuxNY.!1%k n111.0"4,4 �W.Y11YflY`flf.MiS to1 Y1 R to Vti 1.. 4 k4 Yt i',ei ;'V L.,t:`I 't r.:roam King Engineering Associates,Inc. 45 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Pasco County Reuse Master Plan and Update Firm Name: King Engineering Associates, Inc. Role: Update to the Reuse Master Plan (initial 1999 plan was developed by King) Project I Agency Name: Pasco County, FL Project/Agency Contact: Robert Sigmond Phone: 813-235-6189 Email: rsigmond@pascocountyfl.net Term of Engagement: Start Date: 2004 Completion Date: 2008 Volume of Contract: $133,000 King was retained by Pasco County to develop a master plan for the future expansions of the County's reuse systems. With the use of a countywide GIS, the plan evaluated the current and ultimate reclaimed water disposal capacity of the County and made recommendations for reclaimed water systems expansions. Hydraulic analyses of the countywide reuse systems were conducted in order to appropriately size more than 90 miles of pipeline, determine pump station capacities, define storage tank locations and evaluate instrumentation and control strategies. The reclaimed water systems ultimately consist of more than 90 miles of pipeline with a disposal capacity exceeding 60 mgd. The plan also included a County ordinance on reuse as well as engineering design standards for reuse systems. Based on the plan, the FDEP issued a general reuse permit for the County, which eliminated the individual permitting requirements for new reclaimed water disposal sites The Master Plan included the development of a County-wide H2ONet dynamic model of the reclaimed water system containing over 540 pipes, 295 junctions in addition to storage tanks and pumping systems at the County's seven subregional reuse facilities. The model was used to: • Develop an operational control strategy for the existing reuse system • Evaluate impacts resulting from changing the daily irrigation demand patterns based upon the County's watering restrictions • Evaluate a representative seven day, consecutive diurnal demand for reclaimed water • Compare rapid-rate (RIB) and slow-rate (irrigation) land application alternatives based on cost effectiveness • Assist the County in selecting future irrigation customers to serve based on the cost effectiveness of delivering reclaimed water • Update the Reuse Master Plan by incorporating recent operating data obtained from the County's Annual Reuse Reports • Develop a graphical relationship between reclaimed water production and future irrigation customer commitments using approved Development Regional Impact (DRI) projections King Engineering Associates,Inc. 46 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Update the Reclaimed Water Capital Improvements Plan (CIP) and the County's Southwest Florida Water Management District (SWFWMD) Co-funding list and sizing pump stations, ground storage tanks and distribution mains. Subsequent to completing the master plan, King was retained by Pasco County to assist with the development of a one-time Initial Distribution System Evaluation (IDSE) study to identify potential locations in its potable water distribution system with high concentrations of trihalomethanes and haloacetic acids as required by the USEPA under the Stage 2 Disinfectants and Disinfection Byproducts Rule. King conducted a county-wide field testing program flowing hydrants, measuring pressures and installing and reading pressure recorders. Using this data, King calibrated the dynamic model it had previously developed for the County Water Master Plan, ran over twenty scenarios, evaluated water ages in the system and identified water sampling locations to obtain the required data to be submitted to the USEPA. >r� • 'yam 1 SNtirt•Nc1.L'dvll;} i +:• ` Malt:BFT Tviav:,C'Y:[k'w';IL1 f9 + --- Jam r •. b .alt• ; 1: ti �+ r t Asti':Ui►i:hM i{ 4ll .LSl31 I !� .r.ltarlaa.I..S r _ 1,r ^T� ? r Y as 0x',..' .1 ` ` ...-- i. .,......-9j.........• i 14I1.Y�:FMI. R^fir. , ,1 I 12'11 s1*C*`�['•RF4'f`IS•Y�1/.�1:tk'U, E .! �'��, A" __ W r�1►rT'vlra.Aat.rll�aa'� /IWMRRY7:,; ' !.^ ,• ...AN S..II.MYIF ' ~Mlr 1•K T15 srllalalll„:7#,.+ •++ �/�!"w iD1 r^"r .wr 1 _.+.y r 1 •, gV"RTf!"R1VCY.t�' ` f.x n> S.�}'Mt,°•C'�'t�'�^t� 1 i A1,.XSSil�,.1,AP1A•Y l.i�►:RA- mi_,,,,.7,-- aRtiN;�N'A4rli'r:l/I r"�,�/ rrr • ,1w X, errIlk.** — 3 .. ..�� r r r , . ,„. , . ...,._,... ,.........., 1 �„ i / ,r,�,.r• 1 1 {�Y t I'S,�. S..�rlY1.lS.�.WO,,' 1jj°° t;1 � �.".... ! .�....,......w.��T—�"•�i'?}rte..�. � b',Y`TJ 1W11l+iV 14.I T= CLGC?i3 * YIresstia taaa radon PeSilW AMA" n„ � •luM710t0Altl4/tq/JD♦1A1fs.M7!' ,y .III, w'<rens...ra {`{y �` f "..:�t +1118 tR7K+�"1MIf i,1 ;..-' PASCO COUNTY MASTER REUSE SYSTEM — 20 YEAR PLANNING PERIOD j King Engineering Associates,Inc. 47 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Pasco County Wastewater System Consolidation Capital Im rovement Pro ram p � Firm Name: King Engineering Associates, Inc. Role: Update to the Reuse Master Plan (initial 1999 plan was developed by King Project/Agency Name: Pasco County, FL Project/Agency Contact: Robert Sigmond Phone: 813-235-6189 Email: rsigmond@pascocountyfl.net Term of Engagement: Start Date: 2004 Completion Date: 2008 Volume of Contract: $362,000 The County experienced a period of tremendous growth in the 2000s, which resulted in each of its treatment facilities nearing permitted capacity. Capacity Analysis Reports developed by King each year from 2000 to 2006 showed that major expansions of each facility, along with expansions of the reuse systems, would be required to treat the County's growing wastewater flows. The problem was compounded by the fact that the wastewater service areas and reuse systems were isolated from each other and the County was unable to transfer flows from highly populated areas in the west to those wastewater treatment facilities with excess capacity in the central and east service areas. This, combined with sanitary sewer overflows, the need for additional treated wastewater disposal capacity, and overall operational inefficiencies, resulted in the FDEP and the County entering into a Consent Order in 2006. iH k 4 .; i 461.60.1 Cr I 1 - ' -''i-ailti _. � qa , _ , . _L i...A. l' ' ,:-.. 1 ` ' -....i 3.2- 4 l'N.,,,', � f � i , e '.:,"'' .". ' '4 f ._ -...+li,-"'aeYMMY.Y.,.'r (74Z, w ...... ..)ew — , i / **.,,J1-____4_,.) 4____111__ii,---:----- i _ .__ _ .,__rni ;',-4.41.-'1,„ Z ‘ ! Ldvit 111=1....110., erv.e.r111 ws '�� /' PASCO COUNTY MASTER WASTEWATER SYSTEM-10 YEAR CIP PUN King Engineering Associates,Inc. 48 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB To assist Pasco County with complying with the conditions of the Florida Department of Environmental Protection (FDEP) Consent Order, King developed demand projections and performed master planning, hydraulic modeling and system evaluations as part of developing a program for the consolidation of the County's wastewater systems. A list of required projects was developed along with construction and life cycle cost estimates and timelines for inclusion in the County's Capital Improvement Program which, when completed, would consolidate the number of pump stations and wastewater treatment plants, improve operations, interconnect the County's reuse systems and assist the County with meeting the requirements of the Consent Order. Following the development of the Capital Improvement Program, King provided design, permitting and construction management services for a number of the required projects. King was retained to perform an evaluation of the County's overall wastewater and reuse systems and to implement a number of projects required to address the Consent Order. Engineering services included updated wastewater flow projections, evaluations of individual wastewater treatment pla nts and pump stations (increase total capacity by 25 MGD), hydraulic modeling of the pump station and force main systems, evaluation of potential transfer pump station sites, capital and life cycle cost estimates, and development of a list of projects to reduce the number of wastewater treatment plants, improve operations, improve collection system performance, interconnect service areas, and provide 41,000 additional reuse customers, 800 MG of storage capacity and 10 MGD of aquifer recharge capacity for the reuse system. Results were summarized in several documents including CIP maps, a Wastewater Master Plan Report, a West Pasco Collection System Preliminary Engineering Report, a Wet Weather Assessment Report, a Master Reuse System Master Plan Update and Due Diligence Reports for two reclaimed water reservoirs. The Master Plan recommended 43 major capital improvements projects, with total costs of over $131,000,000, to satisfy the FDEP that sufficient disposal capacity would be available through 2025 to assure that the expected growth of the wastewater system would be met in accordance with regulatory requirements. Among these recommendations, the following projects were included: • Consolidation of four (4) wastewater treatment plants with capacities of 3.5 MGD and less into one (1) 14 MGD facility in the western service area along with treatment plant decommissioning, transfer pump stations and force mains; • A transfer pump station and an ±11 mile force main required to decommission the Odessa WWTP in the western service area and convey flows to the Land O'Lakes facility in the central service area; • A collection system and 11.5 MGD master pump station required to collect flow from new development in the west service area/Sunlake area and transfer the flow to the Land O'Lakes WWTP; • Expansion of the Land O'Lakes WWTP in the central service area from 3.5 MGD to 9 MGD; • An in-line booster pump station and force mains required to improve the performance and increase the capacity of existing pump stations in the central service area; • A series of pump stations and force mains required to collect wastewater in the newly developing Wiregrass community; • Two reclaimed water storage reservoirs in the central and east service areas with total storage capacities 800 MG; King Engineering Associates,Inc. 49 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Storage tanks, pump stations and transmission mains required to transfer reclaimed water from the expanded Shady Hills facility to the storage reservoirs in the central and east service areas; • Subregional storage, pumping and transmission mains for distributing reclaimed water; and, • A county-wide SCADA system to monitor and control reuse system flows. Following development of the Capital Improvement Program, King assisted the County with implementation of the recommended projects and provided design, permitting and construction management services for many of the projects. \\\\try \\� ��\\\\\\\ \' lyry t+rr�`lrryW�e��fiw��M \\ \ ,�k� \\\\\� ?2 �w�ir*�r 7.'� Mir».��r«r1�•�1.MiAAOr1 �\\ \�\°�\\�0+ •� >\ \\\ \\\\ \ \ \\\\\\�� I'+ Iwri ARM R..wRb,,...e�..�...A. \�\\\�\ I\\\ \\\\\�\\\\\\\\\\\1 \\ \\ Q\\ '77i" _.- F+T iii�w►Ra�i*ArWM�s� \0`,\\\''\”4,' ,,�\\\\\\\\ ` \\ .-...----- ,,,Pit ‘,‘,'\,) \\ \\\\\ \ \ \\\\\\\\\\+ y\\\ .., .ir..myw hr wac Ur.»wF.rw \ y\�\� �\��0\�\\\t.,..''',;:' �\fix\ 'i," \\\ r Wkw...„.„... AeA r�r+�rr ))y \\, \ { '::''''''";:~":':"....L1. �wMR yI..�..1 1:F.l MR nrn..H.i.w.. \\\\\C\\\\\\\\y \\\\\\\\\ , '\ U EY.1.r K«►�a�YS M.t. ===.......- ',‘, dln...RIW.w I■...rW M.n `�� a w� � \ � �c ApwO....M Rwi 'ar...•�.�+.;*wrr..wa.wrrr 11--w, \\\\\ ��\ 4�' ��s a.wra.wer ►Rai 'rw.R.�,.r.,., aA� �. \\\\\\\��\\�\yew\uiI4 � ;S"1:: Airr"5�.�.re rt}h.Xa..,:rr..rar..w.."slwww.r .- \\� \\\\\b Zr. AM. .Mt R.YI",yr sir s \\ \\ .—11 1/tMrl t , .. ,:"-,...":„.........ii �R......„ res q.a..a.... ,' �;\',',‘,4.,.:',.\,\,, if- � .tea RI.i�RSR.1at .{.0,,,,,,%..............,...................... a,.�laAAi<f�RUM+w»a�P'�.R.pr.l fin\ T._ � � Y!'i � �r +�Q M.fiA u...\\, \ +w.....arY \\\ Ra' .rsR7r.it. •w IYq...Ara.r .aRrwwa \r T`' am` \ \ tom' , A4 ...ei1.... ,i .,..........R�.****w ,,*\ak urn \\ \\ \\ / .+■.s tM.. 1\ a \\ tar ar rw x aR.4 w.� .: \ �', ,,i,,,,,,,\!;4\7,„,,\\\� \�.` ?.cwt .r.�r +Rr �vu.ro.�:.. \\\\\\ � . \\\ �.. * ;rvA .w�ap..'.sa. rata a..�.r.... \\\ ,`\\„ ,\ »,.,w �'q� eri rwRr.Ar ww cM�nw+tiw. mil *\...\ \\ \\ \\\_.�'m......M_..,...... tri c..I.ir.Rw.�s.�. lA..r cM..�..�.....h...�..�.M.,.. ' too ""► � narr:r�rx�xta�a '�.t■r.�xa�arawpwrr�aoA+s +■aa■vwrriurawwA■nr■e ■ wuaaearsrwmx r: �axm��a!�aacxaast wawxx�sRacz r, ffr 4 R�OSTaBKiN M ”""7i■■ .''.*-aaq t7r�i®.ti,tltlta�Ct Mi�A lwefatB 'i -,, ! MAlti71[A1141tiA118i4fidIL713ET �a�assrsras ,� \\` ar►wuwsvxxw PROPOSED `?C?' WEST � SC;C} C'C)Lf: TY ASTEWATER SERVIC 4 AREA 50 King Engineering Associates,Inc. City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I City of Bedford Water Main Condition Assessments and Improvements Firm Name: King Engineering Associates, Inc. Role: Condition Assessments of City of Bedford water system, project development, schedule and cost estimates Project/Agency Name: City of Bedford,Texas Project I Agency Contact: Dean Yanagi, PE Phone:817-952-2256 Email:dean.yanagi@bedfordtx.gov Term of Engagement: Start Date:2015 Completion Date: 2016 Volume of Contract: $164,600 The City of Bedford was experiencing numerous leaks and breakages in its 60+ year-old water distribution system. King was contracted to evaluate the condition of the existing water mains as the first step in replacing significant portions of the water system. This condition assessment identified the sections of the water system that needed to be replaced. Subsequent to the assessment, King divided the needed repairs into easily manageable projects, developed an overall project schedule and prepared design packages for each project that included cost estimates. As part of the conditions assessment, King augmented the City's current GIS map with additional information such as pipe material, size, age and breakage history. King also identified the key mains that provide critical water supply. King Engineering Associates,Inc. 51 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Town of Orange Park Water and Sewer Master Plan Firm Name: King Engineering Associates, Inc, Role: Inventory and Strategy for addressing improvements Project/Agency Name: Town of Orange Park Project/Agency Contact Charles Pavlos Phone: 904-264-7411 Email:cpavlos@townop.com Term of Engagement: Start Date: 10/2011 Completion Date: 3/2013 Volume of Contract: $83,135 The Town of Orange Park has requested King to provide a strategy addressing the need for improvements and capital investments to the Town's water and sanitary sewer systems. The Water & Sewer Master Plan will identify and prioritize capital improvement projects in the Town of Orange Park. It can also be used as a resource to help the Town plan and define future growth and development. The master plan will take a broad view of the Town's water and sanitary sewer systems, yet it will contain sufficient detail to substantiate the various recommendations made in the report. King will use available information and solicit input and involvement of Town staff and other stakeholders to identify areas of concern within the overall utility systems. King will then facilitate establishment of an evaluation system to prioritize the importance of each identified project. We will prepare a final, bound Water & Sewer Master Plan and assist in the presentation of results to the Orange Park Town Council. Task 1 - Evaluate Existing Facilities • Meet with Town staff to determine the current status of the water and sanitary sewer systems and identify areas of concern within the overall utility systems. • Evaluate existing potable water system including current daily, monthly and peak demands along with anticipated future needs. • Evaluate fire flow protection based upon feedback received from Town staff. • Evaluate existing gravity collection system, lift stations, and force mains to determine current capacity along with future anticipated demands. • Evaluate existing lift stations, documenting (by visual observation) each lift station system along with model, make and conditions of each pump and controls. • General evaluation of existing gravity and pressure pipeline segments will consist of documenting location and frequency of repairs by the Town, pipe material and approximate age. • Document each investigation with narrative, photographs, recommendations for correction, and preliminary cost. • Compile results from the individual investigation into a composite matrix of recommended utility system improvements. King Engineering Associates,Inc. 52 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • As directed by Town staff, investigate specific areas of concern - pipe segments, lift stations, manholes, and/or valves. Task 2 - Water & Sewer Master Plan • Meet with Town staff to discuss findings, present recommended utility system improvement projects, and establish an evaluation method to prioritize projects. • Prioritize the importance of each identified project, based on the methods approved by Town staff. • Prepare a Water & Sewer Master Plan to summarize findings and present results. • Assist Town staff in presentation to Town Council. Task 3 - Hydraulic Analysis • Supply hydraulic modeling services (on an as-needed basis as directed by Town staff) to prepare hydraulic models of sections within the overall water system to better define critical sections of the overall water system and aid in preparing recommendations for specific areas of concern. --we, FIGURE 3E FORCE MAINS AND LIFT$,T "i: FIGURE 3C GRAVITY SEWER COLOR CODED!I-f Pi.,SIZE COLOR CODED BY SIZE L E G E N D ��� - LEGEND . PIPE SIZE-INCHES P^F SIZE WICSES Town Lir's Honda E Patcclo z 12 is -d „„,„,..., r'--- -- 1-7 '_Lit / ,..,-,,, : ....,„,..,,;-.1 7 i.:::—....7-.7 , , i ! t _ 4,„ i i.-- ,, ',, / Id --vd,' ' ,,,, / , ..." • ,0 'M wa'tilf NlV 4 ' v —.— 7�' x� a +y,�,�y.. mmpp� ' a"x Nig: ." , • • _X� .a•Y:l•f 0."n "`—' +•I,xM:l.11rk A.•1•. , , • ,t •.+L: •:s r- {1! ' • • 71.4.,.:„.............,__,..t,:,,,,,,,.,.,..«,....."»C S,. .•rro.......:C'f t___ o...,,,: _ -__ , - . .,____,r.,,,,,,„„\ k 7F:47 "°Y. � � ,q�."."��ro�y' a p s"",.."," M o._ z ",.,..,� , �, ...ear' ,.y� f �W`:wv '1.--;;;c_4?„,„„,--,,,,,, -.,. ,.wo�+X:,Y '.'".,ti+ .-:a a Y".,4..aH��,.,M'2K�'ffk..1. ri•7"5_'� w w's' V :,y. .A'11•Irr6M' � SPar a•�: _ .,.>'.••• r?i8-V.l; i c�.....'1— � lit / 14. " tie. ° C. tr 4t,_ • 1k' _ } ',N,,,aan ',yIIMMMI.,,,,,,,N { , V .. f. :. sc_x.:, m' \ , f ., +fL 'k, ",�!,. q ,a• „,. (,‘. ,„•11, i/IT ,,. y,.,,,„„, L T� -- .. • ._ .....mer S: ,, i t i I l ,,''';,'''',54„ ,, d 9 ,.. .., - .., . .\,,,, , ..,,. t ....„....,J...11;,.....,....,,,..: ,,,, ,,i,, • :,..,.,..H gwrr•r' '' y.C'cli /%/ t'. O ..r 's.aN+'A 3-C.rTE,m ' -4 en..�.'►{..y._=:lf_'-_.._ ,,,,y,,,\ \\ „m„,,_„____..,-"----"Nk,,,\' I*'''' ! ',,s,,, \' '......-,- "h,"'�S•N'+b "•c,, �/'` 4� R t,1�r r,......-Aril•• rn't �'?•,, „"�v r fid' }�'� ;.4”004011 .r r w .• , rya"`",,,..-,...,,,.,.,...,,„., *,-..�f /r,' , t t- . TOWN OF ORANGE PARK . ,•• ••--. TOWN OF ORANGE PARK a _ �r:r: "o .r:...c=_s.■.• :.oma King Engineering Associates,Inc. 53 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Wiregrass Ranch Potable Water, Wastewater and Reclaimed Water Master Plans Firm Name: King Engineering Associates, Inc. Role: Development of water, wastewater and reclaimed water master plans for a +5,100 acre mixed use development Project/Agency Name: Locust Branch, LLC Project/Agency Contact: Scott Sheridan Phone:813-973-7491 Email:Scott@thewiregrassranch.com Term of Engagement Start Date:2005 Completion Date: 2/2015 Volume of Contract: $TBD Wiregrass is a +5,100 acre mixed use Development of Regional r re A ;.-, Impact (DRI) in south-central Pasco County. Initial planning for the DRI began in the early 2000s and, in 2005, King was hired to develop comprehensive Water, Wastewater and Reclaimed Water Master Plans for the entire development. • The master planning effort began with calculations to determine the40 . ,.. potable water demands and fire flow requirements, wastewater ,�` r ors' : flows, and reclaimed water demands for each of the 53 parcels , u within the development based on their planned use (institutional, commercial or residential). Hydraulic models of the main a transmission and collection systems were then developed in order u i to determine pipe routing and size requirements and to estimate individual parcel connection points. Extensive coordination took • .w.,w..,,,,...:.. place with Pasco County in order to establish points of connection to ill*id the County's utilities systems and the available capacities of those systems. Working with the County, the models were then used to - 111111=- evaluate off-site improvements that would be required in order to 0, ► r. serve the development. t • In addition to sizing collection and transmission mains, and determining offsite improvements, the models were used to: 4 I, 4, - , • Size Pressure Reducing/Sustaining Valves at the connection - ' ,.,.,~4` �+ " Y points with the County system in order maintain minimum -040-'',, F 40.� _t< —.0. !, operating pressures in the system; • Determine bulk meter locations; and litg • Locate and determine the capacity of three master wastewater -- a, "' pump stations. King Engineering Associates,Inc. 54 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The final, master planned water, wastewater and reclaimed water systems have capacities of 7 MGD, 8 MGD and 10 MGD respectively. Subsequent to completing the Master Plans, King provided design, permitting and construction administration services for the construction of the main water, wastewater and reclaimed water infrastructure along the DRI's major roadways. Systems included potable water transmission mains ranging in size from 12 through 30-inch; 8 through 24-inch gravity sewers; 12 through 24- inch reclaimed water transmission mains and a 5.5 MGD submersible wastewater master pump station. As parcels within the DRI are designed and developed, King routinely updates the master plans and re-confirms modeling conditions based on the actual construction. The latest water and reclaimed water updates were completed in 2015, and the wastewater master plan was last updated in 2016. If King is the design engineer for the parcel being developed, the master models are used to provide boundary conditions for detailed models within the parcel. King Engineering Associates, Inc. 55 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Utilities Needs Assessment Program (NAP) Firm Name: King Engineering Associates, Inc. Role: Program management services including master planning to identify and prioritize projects within each of the commissioner districts, followed by design and construction management for water and sewer projects Project I Agency Name: Miami-Dade Water and Sewer Department Project I Agency Contact: George Aguiar Phone: 786-268-5191 Email: glagu01@mimidade.gov Term of Engagement: Start Date: 2002 Completion Date: 2007 Volume of Contract: $3.7 million Assisted MDWASD with this utility improvement program for areas of special needs within the County. The program involved 40 water and sewer projects totaling $64 million in constructed value, and involving .` � . design and construction of 6 pump stations; 91,451 LF of 8-inch to 16- inch pressurized water mains; 17,815 LF of sewer force mains from 4- I : ,, inch to 16-inch diameter; and 39,000 LF of gravitysewers ranging from g g �> �'+ � � 8-inch to 12-inch. The program was ultimately transitioned to MDWASD 7 staff. Project funding originated from a combination of County General . Reserve and R&R Funds, General Obligation Bonds, and $2 million in EPA grants. Following are three sample sewer projects that included planning, permitting, design, bidding, construction management, and certifications: MISC-1 B- New 750 gpm sewer pump station at NW 27th Ave and NW 93rd St., 5,982 feet of 8- inch gravity sewer and laterals along NW 27th Ave, and 2,667 feet of 12-inch force main along NW 93rd St., with a total construction cost of$3.OM. MISC-12 - New 344 gpm submersible sewer pump station, expandable to 800 gpm, at SW 109th St and SW 7th Terr., 1,600 feet of 12-inch DIP force main along SW 109TH Ave, 1,300 feet of 8-inch to 12-inch PVC gravity sewer along SW 109th Ave, with a construction cost of $1.3M. The team of Mr. Maristany and Mr. Perez worked on this project. MISC-9 - New sewer service consisting of 735 feet of gravity 8-inch sewer PVC pipe, 6 manholes, laterals, stub outs, and other appurtenances to provide new sewer service between SW 178th St and SW 172nd St and SW 102nd Ave and NW 104th Ave, at a capital cost of $172K. King Engineering Associates,Inc. 56 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB UWMR-79A - 3,320 feet of new upgraded 8-inch water mains mi_ 4 ,�►. H - , including segments along SW 37th St. and SW 64th Ave.; along SW ' 39th Terr. from the corner with SW 64th Ave. to approximately 300 LF r.-71* r,, x w �"--''4,',4, West of SW 63rd Ave.; and along SW 63rd Ave., between SW 39th Ter. ` � ��i "" k" and SW 40th Street, connected to a stub-out from the existing 16-inch f , "", water main along 40th Street (Bird Rd.); with a total construction cost of 4 �- $732K. , ;Ali Program management services included master planning to identify and prioritize projects within each of the commissioner districts, final project selection by commissioner's staff, hydraulic modeling, preliminary design reports, development of design standards, creation of standard specifications in coordination with MDWASD, management of 6 design firms, design scope negotiations, utility conflict coordination, QA/QC, cost estimating, permitting assistance, public information/outreach, bid packaging, construction management, inspections, scheduling, and project close out services. Summary of work performed -Specific services provided included the following: • Meeting with citizens, County Commissioners, and staff to identify and develop projects • Conceptual planning and cost estimates for water and wastewater utilities • Preparing documents to secure grant funding, including USEPA grants • Permitting assistance and tracking • Projects control: budget, scheduling, QA/QC • Document control • Develop and maintain project budgets for each Commission District • Providing cost control and detailed cost estimates • Hydraulic modeling (H2ONet) • Incorporating information into ArcGIS 9 database • Engineering reports including preliminary design and construction cost estimates • Prepare surveyor and design subconsultant RFPs and negotiate fees • Developing standard design manual for design subconsultants • Developed standard set of specifications in coordination with MDWASD to expedite creation of contract documents • Managing individual project designs • Reviewing and approving Basis of Design reports, drawings, and specifications • Reviewing bid documents and coordinating reviews with MDWASD staff • Reviewing and approving invoices and recommending payment • Selecting appropriate project-specific construction procurement strategy (blanket contract, bid, in-house) • Attending pre-bid meetings and providing other required bid services • Providing construction management and inspection services • Monthly and quarterly reporting Achievements - Project completed on-time and within budget. Coordinated with commissioner's staff of all districts on the selection of water and wastewater improvements. King Engineering Associates,Inc. 57 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Small Water Main Evaluation and Enhancement Project, Desktop Condition Assessment Firm Name: King Engineering Associates, Inc. Role: Development of geodatabase for infrastructure inventory Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Dan Mathews Phone: 786-268-5401 Email: dmath@miamidade.gov Term of Engagement: Start Date: 2013 Completion Date: 2014 Volume of Contract: $30,000 King Engineering was retained to support MDWASD's in the • development and implementation of the Small Diameter Water NE 48TH T• ` • • • . Mains Evaluation and Enhancements Project. . The of • `--� � objectivez the project are to (1) improve service to the customer, (2) • E:, - reduce MDWASD maintenance and operating costs, and (3) D` •.' ••< u) reduce water losses to conserve our valuable fresh water W ` •resources while supporting the future growth of the • ' ' ' ` NE.47Thf S community. MDWASD's water system has over 1000 miles of . . . . . . • . • small diameter water mains (< 4-inches) which are very old • and experiencing poor performance issues typical of aging . .1 . • • • • • • • • • undersized water mains such as frequent leaks, breaks, low 46TH ST pressure, low flow, and less than optimal water quality. • • • ` A major objective of the program was to inventory the infrastructure of small water mains within the County, estimate the cost of replacement, and develop a prioritize list of improvements and preliminary schedule for MDWASD to use a guide for program implementation as funds become available. Under Phase 2, King performed a desktop condition assessment of small water mains using Geo-database tools in order to develop a prioritized implementation schedule for small water line replacements throughout the County. The following tasks were completed: 1. Geo-Database Development - Several MDWASD databases (MDWASD GIS, property appraisers, leakage report, customer complaints, water main repair history, Infoworks model network) were compiled, screened, and integrated into a single database for analysis. 2. Automated Processing Tool - Programmed tool using Python script to automatically generate and draw street blocks, replacement water mains (length and diameter), service connections, and meters; and prepare cost estimates for the entire small water replacement program, with individual estimates provided for each phase. King Engineering Associates,Inc. 58 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 3. AWWARF's KANEW Model — Integrated KANEW model into automated tool to forecast 5- year pipe failures by street block based on pipe age, material, and diameter; and prioritize small water main replacements by street block. 4. Ranking and Prioritization of Small Diameter Main Replacements: a. Characterized entire system by pipe diameter, length, age, and material. b. Related "annual repairs/100 miles" to pipe diameter and material for entire system c. Fitted KANEW distribution to pipe material, age, diameter, and failure history for pipes 4-inches d. Forecasted 5-year pipe failures per street block for pipes < 4-inches e. Ranked and prioritized street blocks based on 5-year failure forecast for pipes _< 4- inches. GA LV 450 - —Predicted Repairs/100 r` ik.-. 400 __ _ __._... __... � 'r dhzted Repairs/100 miles over 5 years 00 __ .__ _. —Predicted Repairs/100 miles £ 250 over 7 years ce rz200 _.............. _._.._.____....W., _...._.. __...... r► ›- 150 100 w..` _ _____._.__...M...._.............................._... ___...__. ._....._.._.............._...__ rr 50 o 20 40 60 80 100 AGE(years) GA LV 0.04 ■PDF Repair History 0.03 t, 1 PDF Corn n pt.1 tee! 0.03 0 02 0.01 001 0.00 11 21 31: 41 51 61 71 Si Age(years) King Engineering Associates,Inc. 59 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB MDWASD Small Water Evaluation and Enhancement Project, Phase 1 Water Conversions Firm Name: King Engineering Associates, Inc. Role: Evaluation of MDWASD's entire water system, condition assessment, bid documents development, construction management, & public outreach Project/Agency Name: Miami-Dade Water and Sewer Department Project/Agency Contact: Dan Mathews Phone: (786) 268-5401 Email: dmath@miamidade.gov miamidade.gov Term of Engagement: Start Date: 2011 Completion Date: 2013 Volume of Contract: $200,000 King Engineering was retained to support MDWASD in the development and implementation of their Small Diameter Water Mains Evaluation and Enhancements Project. The objective of the project are to (1) improve service to the customer, (2) reduce MDWASD maintenance and operating costs, and (3) reduce water losses to conserve our valuable fresh water resources while supporting the "dh 7 future growth of the community. A total of 14.25 million gallons per day (MGD) of the water demand projected through 2026 is estimated to be provided through the tg reduction of water losses in the water distribution system. This will - 41 4 ' •X11AIP474 wf�•' help satisfy a condition of MDWASD's 20-Year Water Use Permit with • `'"` _ SFWMD which identifies a reduction in water losses as a major component of the permit. MDWASD's water system has over 1000 miles of small diameter ... water mains (less than 4-inches) which are very old and experiencing poor performance issues typical of aging undersized water mains such as frequent leaks, breaks, low IhAteter „ µ pressure, low flow, and less than optimal water quality. For the Phase 1 project, King Engineering was responsible for the following major tasks: 1. GIS Inventory of Small Water Mains - King evaluated MDWASD's entire water distribution system using GIS analysis and categorized all undersized water mains below 6 inches under one of the three priority replacement phases based on benefit/cost analysis. King Engineering Associates,Inc. 60 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 2. Replacement Cost Estimate - Using MDWASD's standard ,, cost estimating procedures, prepared cost estimates for small water line replacements and water service A " N "74,1 conversions from the rear to the front of the properties. The total cost o the replacement program for the entire County amounted to $1.5B. 0"v 3. Prepare Bidding Contract Documents for 150 Priority Water Service Conversions - Completed field visit of each property, prepared sketches showing new service route, prepared technical specifications, and assisted MDWASD with bidding process. 4. Provide Construction Management Services - King provided construction management, inspection services, assisted contractor with permits, and assisted with final project closure and decommissioning of rear water mains. King also developed procedures, protocols and project management tools to be used on future phases of the program. 5. Lead Public Outreach - Public outreach was a key factor in the success of the Program. King served as the liaison between the property owner, the contractor, and the MDWASD to ensure each project was completed to the full satisfaction of every party involved. A `Customer Notification Package' was prepared for mass mailings notifying property owners at key milestones of project completion Agreements were developed in coordination with County legal staff in three different languages (English, Spanish, and Creole), and King was responsible for securing execution of the agreements to allow certified plumbers to perform work on private property. In addition, a customer's concern database was developed to track all customer questions and concerns through final successful resolution. Achievements - King evaluated MDWASD's entire water distribution system using GIS analysis and categorized all undersized water mains below 6 inches under one of the three phases depending on specific Phase 1 Customer Satisfaction Results conditions requested by the Department. A database Overall Customer Percent was developed in order to track quantities, location, Satisfaction Total cost, and project progress for approximately 43,000 Excellent 68.5 % rear water service connections under the program. Good 24.6 % King estimated Program cost at approximately $ 1.5 Satisfactory 5.4% Billion. 150 high priority properties were completed Fair 1.5 % and -2.14 miles of rear mains were decommissioned. Poor 0.0% Overall customer satisfaction from the property owners is displayed in the table to the right. King Engineering Associates,Inc. 61 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB MDWASD Small Water Evaluation and Enhancement Project, Phase 2 Water Conversions Firm Name: King Engineering Associates, Inc. Role: Conducted a desktop condition assessment of MDWASD's entire water distribution system using GIS analysis and ranked all street blocks based on the forecasted pipe breaks and leaks over a 5-year period Project/Agency Name: Miami-Dade Water and Sewer Department Project/Agency Contact: Dan Mathews Phone: (786)268-5401 Email:dmath@miamidade.gov Term of Engagement Start Date: 2012 Completion Date: 2014 Volume of Contract $200,000 King Engineering was retained to continue the development and lailltk.st, implementation of MDWASD's Small Diameter Water Mains ti ; YYYY,,� ' ,,�-. - - Evaluation and Enhancements Project. The objective of the , ; „4,',r, I :f : ,: project are to (1) improve service to the customer, (2) reduce ' �/ ,: . �- ,4 MDWASD maintenance and operating costs, and (3) reduce water '`jti 'Yw r i ° losses to conserve our valuable fresh water resources while . ;, , supporting the future growth of the community. MDWASD's water system has over 1000 miles of small diameter water mains (less than 4-inches) which are very old and experiencing poor performance issues typical of aging undersized VIAMI.D4DE COUNII,FLORIDA water mains such as frequent leaks, breaks, low pressure, low BOARD OF CoUNr+1COMMSSKNERS EEZ flow, and less than optimal water quality. CAR« � ��,N , YaR Rf'EiE!':h 505A..GMPAft�fFto0.5M JEAN MCNF:i rto • For the Phase 2 project, King Engineering was responsible for the .,„„EVNE3�h�+k8e?#F - ► —4— ...--,.. Ik4SGaA(JSt3 following major tasks: Q --,,, £1RF„tY0 h'3�ftRE1Rr3 o +p lose arc s•c%Ns>�o k 1. Desktop Condition Assessment - King performed a SMALL DIAMETER WATERMANREPLACEMENT PROGRAM County, PILOT 2 preliminary assessment of all water mains in the WATER SERVICE CONVERSION FROM REAR WATER SERVICES TO FRONT WATER SERVICES AT 103 LOCATIONS IM THE CITY OF CORAL GABLES,CITY OF/MAW AND MIAMI DADE COUNTY integrating all available databases and relating pipe material, age, and diameter to repairs and leak history. Integrated RPO 1FT,7S16 ssasaET AWWARF's KANEW model into automated tool to forecast 5- , IT -�IIe IfIZ., Iru,H•,u�cr��,a�v fi e�wE�rs>oa 47 year pipe failures by street block based on pipe age, material, and diameter; and prioritized small water main replacements by street block. King Engineering Associates, Inc. 62 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 2. Prepare Bidding Contract Documents for 161 Priority Water Service Conversions - Completed field visit of each property, prepared sketches showing new service route, prepared technical specifications, and assisted MDWASD with bidding process. 3. Provide Construction Management Services - King Pilminpumu provided construction management, inspection ,u, . - 4 r � services, assisted contractor with permits, and 4411P assisted with final project closure and w decommissioning of rear water mains. Based on lessons learned, King also refined procedures, protocols and project management tools to be used on Sr. future phases of the program. These procedures included property owner's notification process and agreements, technical specifications used in bidding, and compilation of a database tracking homeowners' issues and concerns. 4. Lead Public Outreach - Public outreach was a key factor in the success of the Program. King served as the liaison between the property owner, the contractor, and the MDWASD to ensure each project was completed to the full satisfaction of every party involved. A `Customer Notification Package' was prepared for mass mailings notifying property owners at key milestones of project completion Agreements were developed in coordination with County legal staff in three different languages (English, Spanish, and Creole), and King was responsible for securing execution of the agreements to allow certified plumbers to perform work on private property. In addition, a customer's concern database was developed to track all customer questions and concerns through final successful resolution. Achievements - King conducted a desktop Customer Satisfaction Results—Phase 2 condition assessment of MDWASD's entire water Overall Customer Percent of distribution system usingGIS analysis and Satisfaction Total Excellent 50.0 ranked all street blocks based on the forecasted - pipe breaks and leaks over a 5-yearperiod. 161 Good 32.5 Satisfactory 12.5 high priority properties were converted from rear - to front water service and -2.67 miles of rear Fair 5.0 mains were decommissioned. Overall customer Poor 0.0 satisfaction from the 161 property owners was as listed in table at right. King Engineering Associates,Inc. 63 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ` Northwest Florida Water Management District Coastal Water Interconnect Firm Name: King Engineering Associates, Inc. Role: Planning and design for the interconnection of the Florida Panhandles 18 utility systems for water supply reliability for shortages, natural disasters and system failures Project/Agency Name: Northwest Florida Water Management District Project/Agency Contact: Nick Wooten Phone: 850-539-5999 Email: Nick.Wootenanwfwmd.state.fLus Term of Engagement: Start Date: 5/2009 Completion Date: 2015 Volume of Contract: $990,000 King was retained to provide planning and design services for the implementation of utility water system interconnects to increase water supply reliability in coastal communities in the event of water shortages, natural disasters, or system failures. A longer term objective is to provide sufficient interconnect capacity to allow the transmission of regional water supplies to coastal areas with limited supply. The study area included a total of 18 water utilities along the Florida coastal panhandle, including Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties. The Northwest Florida Water Management District (NWFWMD) retained King Engineering Associates, Inc. (King) to provide planning, engineering, modeling, design, permitting, and construction management services for the implementation of regional water system interconnects with the objective of increasing water supply reliability in communities along the coastal panhandle in the event of water shortages resulting from environmental emergencies, natural disasters, or system failures. The study area included 18 different coastal utilities in Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties. King had previously I ` a completed preliminary p Y feasibility study of coastal water systems interconnects in January 2009. That study 1 identified potential intercom- nects that achieved a high : ‘ level of reliabilityfor current ����4�'� t f and future demand in a cost- vie 4. effective manner by relying • �, i { on existing interconnects to the maximum extent possible f and implementing intercom- nects in phases to match future demand growth. ""'�'' ..`"'"' `._...�. '�. - -- - : King Engineering Associates,Inc. 64 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB A more detailed engineering study was recommended based on the successful results of the feasibility study. Subsequent to the preliminary study, the NWFWMD retained King to proceed with Phase 1 of the Coastal Water Systems Interconnect Project. The objective of Phase 1 is to develop a Basis of Design Report (BODR). The BODR is intended to define major project elements and outline a clear course of action prior to initiating detail design activities. Major tasks under the BODR included: • Analysis of current (2007) and future (2030) water demand for the 18 utilities • Evaluation of current and future sources of raw water, including current permitted capacities • Determination of utility emergency production capacities based on well installed pump capacity, high service pumps, and water treatment plant capacities • Establishment of minimum interconnect flow reliability targets • Hydraulic modeling (H2ONET) • Construction of hydraulic model (H2ONET) including all 18 utilities, pumps, ground and elevated storage tanks, major transmission and distribution mains, valves, and interconnects. Used TAZ population data for geographical distribution of demand. • Model calibration to 2007 conditions (flows and pressures) • Creation of a 2030 base model including additional improvements (pumps, pipes, source waters) • Model evaluation of regional interconnect alternatives including failure scenarios and required additional infrastructure to maximize interconnect capacity • Analysis of finished water quality and desktop blending calculations to evaluate potential water quality problems and recommend chemical adjustment when blending waters from different sources and treated by different methods. Also estimated residence times of water in interconnect pipes and recommended solutions. Effort included finished water quality sampling event. • Evaluation of alignment alternatives considering cost, existing ROW/easements, utility conflicts, and MOT requirements, etc. _ . :, , 41: w .k ;« ...,. ,Fav-> « • Prepared 200 scale maps showing �rt.. .ry. .104 „,..,..,........ ,row. ,,�..�� •ay.r 17.7:: .uvw rw Mwy yr..,:ry.. preferred horizontal alignments mnyr rr'rww w.gyray... 4 .y.,..'..,Mroy.rrSr".* .0aM6wp°.)6rv>.c4WMM.1 • Preliminary design drawings -.�ar arw.rrwrrr iryrl awMbM raf.1114 A w wvww WMx+xi.w'W-r.w yFJUe• wrva rl ryr OMKva :: • Permitting requirements and schedule -4:: ..xr Mrc+**wr.+Mvv<riay.yr m.ry. •..vaM MMydrlr.a .x 'tm.car, «.�. ".nwrar+r..:wt•«wia..P+w r %1 W,`;ro. -•M bY//V wM1iWM'-arwm w. Prepared opinion of probable cost 3 n.. _ ;: "4. • pyaHYn.er'arrrwww. w.«.. w.r «y.yyx.r ra.rr.ry r n. +'anrw.<x..-•wr.a. • Preliminary Operations Plans/Protocolsw tia wan is 17" 1 .6.6M 66.60a.1rr'Y sl ! Nye 4 4-r+.«. •v up,w«..aal►+rb«.rYur m • Detailed implementation schedule a ~~-• °° &r y R Ma+.y..v -1.a,.YYfFB.fN'W IFM•h.<.4 x4 prT.FwFr, « , • Basis of Design Report summarizing raa.y.w�z-„. „r i�1 MAy'M+W Y 51va+y . Phase 1 work 17._ .vvro,»a•- -.wF.!yy w...ms .��..„+w-,r.»wy a..w.•»+x. %1Gt.Y'SZ4>aw/r. ....._.......... . ... .... King Engineering Associates,Inc. 65 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Infoworks Wastewater Hydraulic Modeling 9 Firm Name: King Engineering Associates, Inc, Role: Wastewater Hydraulic Modeling to incorporate the gravity system into existing model Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Peter Jelonek, PE Phone: 785-552-8117 mail: pjeloOl@miamidade.gov Term of Engagement: Start Date: 7/2012 Completion Date: 7/2013 Volume of Contract: $200,000 King was selected by Miami-Dade Water and Sewer Basin 237 Stage-Storage Comparison Department (MDWASD) to provide engineering, ass.......___._.._......._...__...._._..___ _.__.��.... ..................................................._..... planning, evaluation, analysis, and wastewater .1 modeling services. The "Overall Task Order" covered Special Services at the request of the Miami-Dade Water and Sewer Department . (MDWASD). MDWASD has a gravity sewer model which includes 1018 basins. The gravity sewer collection system (pipes only)was developed using interpolated invert ym - - IL elevations. While the gravity pipe network is incorporated into the overall countywide wastewater model, it was not operational. The operational model was focused on the pressurized system of pipes and pumps using SCADA data real-time pump on/off set points. As part of the continued development of the wastewater model, MDWASD wished to incorporate the gravity system into the model. However, MDWASD wanted to use a simplified but accurate methodology to expedite model development, reduce model run times, and minimize the associated level of effort. The proposed methodology incorporated two simplifying assumptions: • Use extrapolated invert elevations for the gravity sewer system pipes. The extrapolation methodology starts with the known pipe invert elevation at the wet well and extrapolates inverts upstream as a function of pipe length and diameter. Alternatively, inverts can be extracted from as-built information which is a time consuming effort that will still result in some information gaps. • Use the gravity system stage-storage curve to route gravity basin inflows (design hydrographs) into the pump station wet well. The alternative is to simulate the gravity system in detail which requires an extensive effort to develop the system and will substantially increase model run times. King Engineering Associates,Inc. 66 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Campus Reclaimed Water System Master Plan Firm Name: King Engineering Associates, Inc. Role: Development of Water System Master Plan Project/Agency Name: University of Florida Project/Agency Contact: Jennifer Meisenhelder, PE Phone: 352-294-0622 Email:jmeisenhelder@ufl.edu Term of Engagement: Start Date: 1/2017 Completion Date: TBD Volume of Contract: $176,510 King has been retained by the University of Florida to develop -.y a campus-wide reclaimed system hydraulic model and to C :Y perform hydraulic analysis services. King engineers will e7 N: develop an overall reclaimed water system model which will 7 be used to determine designparameters for future Mw improvements to the University's reclaimed water system. King will also develop an irrigation system master plan as well as a Capital Improvement program. Services include development and analysis of numerous separate modeling scenarios, cost estimation for proposed improvements, record drawings review and meeting attendance. King Engineering Associates, Inc. 67 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I City of Dunedin Downtown Redevelopment Sewer Modeling Firm Name: King Engineering Associates, Inc. Role: Hydraulic Modeling of City of Dunedin downtown sewer system Project/Agency Name: City of Dunedin, FL Project/Agency Contact: Doug Hutchens Phone: 727-298-3005 Email: dhutchens@dunedinfinet Term of Engagement Start Date:3/2006 Completion Date: 7/2006 Volume of Contract: $20,000 In order to plan for potential sewer system upgrades associated with proposed downtown redevelopment, the City of Dunedin hired King to perform an evaluation and recommend improvements to its existing sewer system. As part of these services, King developed a SewerCAD hydraulic model of the sanitary sewer system that serves the City's downtown district, estimated increased flows including infiltration and inflow; evaluated the performance of the existing system under dry season, wet season, and peak conditions; evaluated the existing system with additional flows from the proposed redevelopment and provided the City with recommendations and construction cost estimates for modifying the existing system. King Engineering Associates, Inc. 68 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Campus Potable Water System H Modeling Firm Name: King Engineering Associates, Inc, Role: Development of Water System Master Plan Project/Agency Name: University of Florida Project/Agency Contact: Jennifer Meisenhelder, PE Phone:352-294-0622 Email:jmeisenhelder@ufl.edu Term of Engagement: Start Date: 7/2015 Completion Date:512016 Volume of Contract: $176,510 The University of Florida is implementing a program „,,„ to evaluate and replace old water service lines in the northeast part of the campus in order to alleviate çt7- L -� �w tea.� �'. � �” .�T� building water pressure issues caused by old, ‹ -_ M: s ..f tuberculated galvanized steel service lines. pi.----).' iir m L-ve.:# c„ „.„,, ` *�• It.. ,,), King Engineering was retained by the University to 1,4 Q �` , ,M _i____„. assist with the implementation of this program by: k i sr °�4 developing a pressure and flow logging protocol 3 I �; . ...„4,,',, .., and a hydrant flow test plan for select hydrants in ' -��p' . ..x."" the northeast part of ,cam usexaminingbooster ...-----Wp pump flows and pressures, and using the information gathered to calibrate the hydraulic model previously created for the University. Based on the Hazen Williams C-factors yielded in - =xi. the calibrated model, King provided `. - -.N, aess s recommendations as to whether the lines should be - n'aft .32 considered for replacement, and if so, size them .�. <a_,_ appropriately. .. .t, E - King Engineering Associates,Inc. 69 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Peace River Regional Integrated Loop System Phase 2 — Hydraulic Modeling Firm Name: King Engineering Associates, Inc. Role: Hydraulic Modeling Peace River Regional Integrated Loop System Ph 2 Project/Agency Name: Peace River Manasota Regional Water Supply Authority Project I Agency Contact: Patrick Lehman, PE Phone: 941-316-1776 Email: plehman@regionalwater.org Term of Engagement: Start Date: 2007 Completion Date: 2010 Volume of Contract: $1,010,000 The Peace River Manasota Regional Water Supply Authority (Authority) operates a surface water treatment facility and supplies potable water to ,474 DeSoto, Sarasota, Charlotte and ��,� �� ° y - Manatee Counties and the City of North " w /R Jd4� Port through a network of regional x f transmission mains ranging in size from % sk 12-inch through 48-inch via open cut installation. King was retained to provide :.. preliminary design, permitting and construction management of Phase 2 of the Regional Integrated Loop System. Services included planning and hydraulic analysis of the existing regional water system that provides potable water to the City of North Port and DeSoto, Charlotte and Sarasota counties through over 30 miles of 12, 20, 24, 36 and 42-inch transmission mains. The analysis defined Authority's customer demands, delivery points and the hydraulic capacity of the existing system. The study also identified and estimated the cost of system upgrades that could extend the delivery capacity of the mains or provide alternate customer delivery points for the City of North Port. As part of the preliminary engineering effort, King was tasked with evaluating the Authority's existing 12-inch, 24-inch, 36-inch and 42-inch transmission mains. King also performed evaluations of the pump and major meter stations. Current customer demands were analyzed and 20-year projected customer demands at each delivery point were calculated and inserted into the model. After having assisted with planning and system modeling, King the provided design, permitting, construction management and full-time construction observation services for the project, which consisted of a 7-mile long 42-inch ductile iron pipe, 1,400 LF of 24-inch ductile iron water main (West End connection to Harbor Blvd), and three meter stations at the PRF, Price Boulevard and Serris Drive. King Engineering Associates, Inc. 70 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB CLIMATE CHANGE / SEA LEVEL RISE M Sea Level Rise and Storm Surge Assessment with Cost Anal sis of Vulnerability � Adaptations Firm Name: GEl Consultants Role: Developed several adaptation strategies to address future threats due to rising sea levels Project/Agency Name: Scenic Hudson, Inc. Project I Agency Contact: Ned Sullivan Phone: 845-473-4440 Email: nsullivan@scenichudson.org Term of Engagement: Start Date: 2014 Completion Date: TBD Volume of Contract: $40,000 Before joining GEI, Dr. Sam Merrill completed a project as - Catalysis Adaptation Partners for a group of clients who , - ..1 1::. wanted to evaluate storm surge vulnerability in the Lower . . Hudson River Valle TheVillagesof Pi rm n n Valley. e o t and Catskill, NY - _ � `�w,�w H����°�'.,---,y,� ,,,,r�����:, were two communities that experienced significant flooding : .� u,. w damage from Hurricane Irene and Superstorm Sandy. - 1 Community members were concerned about how the s damages they recently experienced would change in the future due to rising sea levels. Dr. Merrill used the Coastal Adaptation to Sea level rise Tool ` COAST software to calculate both one-time damages from a 100-year flood in 2025, 2055 and 2100, as well as the cumulative damages from all possible storms over those same time periods under various sea level rise scenarios. This � , 4.4.- VulnerabilityAssessment was used to establish a baseline for f.:;;-:7,,',7,... community members to understand the risks of long-term sea n4 , f level rise. :^ w ://, x ' Dr. Merrill then worked with their partners at Scenic Hudson, and Task Force members from the two communities, to develop several adaptation strategies to address these future threats. These strategies were then run through the COAST software again to determine which strategy was the most cost effective over time under the various sea level rise scenarios (Benefit-Cost Analysis). Using the COAST software in combination with public engagement and outreach activities enabled Dr. Merrill tailored the modeling efforts to the needs and values established by the communities. Additionally, using the COAST approach provided many opportunities for community members to learn from one another through a process that fosters collaboration and community decision-making. King Engineering Associates,Inc. 71 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB VulnerabilityII Assessment and Transportation Asset Management in Coastal P Maine Firm Name: GEI Consultants Role: Assisting in vulnerability assessments and create new internal processes to continually address the twin threats of sea level rise and storm surge. Project/Agency Name: Maine Department of Transportation Project/Agency Contact: Judy Gates Phone:207-624-3097 Email:judy.gatesemaine.gov Term of Engagement: Start Date:2017 Completion Date: TBD Volume of Contract: $109,000 When Maine's Department of Transportation needed a method to prioritize its road, bridge and culvert assets along the State's coastline, it turned to GEI to assist in vulnerability assessments and create new internal processes to continually address the twin threats of sea level rise and storm surge. GEI's tasks for this project included: • Evaluation of all coastal bridges, roads, and culverts vulnerable to sea level rise and storm surge. The GEI team identified just a few assets in particular need of design attention to withstand storm surge and sea level rise. • Ranking and prioritization of these assets according to additional categories of risk (technical, environmental, bureaucratic, and economic). • Assisting Maine DOT with incorporation of this evaluation process into ongoing asset management. The goal of this process will be to create an annual evaluation of an expanded set of coastal and inland roads, bridges, culverts and multimodal assets to assess their vulnerability to extreme weather events and rising sea levels. • Development of a GIS-based means for this incorporation that is sensitive to existing Transportation agency structures and procedures; create new communication avenues among DOT programs and affected communities. • Streamlining these efforts so that structure-specific resilient design approaches shall be cost-efficient for implementation across the State. King Engineering Associates,Inc. 72 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB SUCCESSFUL OUTCOMES With these results, Maine DOT: 1) implemented resilient design on assets both most vulnerable to these threats and those assets due for routine inspection or upgrades; 2) overlapped these results with other agency priorities that have already been identified for these assets (e.g., economically important corridors, culverts critical for fish passage), and 3) is making significant organizational shifts toward resiliency-based programming, including review of how capital investment planning decisions can evolve to incorporate these types of resiliency-based results. Fig.1. Vulnerability to sea level rise and 100-yr storm surge for coastal MaineDOT bridges. 1200 1 162 1100 1000 900 841 no 164 700 ME DOT Regions 6000 500 400 300 200 100 11 10 7 26 17 10 4 2 3 1 6 1 0 1 2 4 Vulnerability Ranking King Engineering Associates,Inc. 73 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB III Final Settling Tank Studies and Repair Design, Wards Island Water Pollution Control Plant (WPCP) —Wards Island, NY Firm Name: GE!Consultants Role: Structural Engineer for the investigation of the structural integrity and concrete condition and service life evaluation. Project/Agency Name: Client: D&B Engineers&Architects Owner NYC Department of Environmental Protection Project I Agency Contact: Robert DeGiorgio Phone: 914-467-5300 Email: RDeGiorgioedb-eng.com Term of Engagement: Start Date: 1996 Completion Date: TBD Volume of Contract: $717,429 GEI was retained as a sub-consultant to perform „;s -r- 0 the condition survey, non-destructive testing, : structural assessment and service life evaluation 44. of the Primary and Final Settling Tanks at Wards Island Water Pollution Control Plant (WPCP) in aq New York City. G E I was also retained to perform - . . an investigation of the digester tanks at this secondary water treatment facility to report on the status of their structural integrity and provide w repair recommendations along with construction . cost estimates. This contract was a follow-up to _ h an original structural evaluation conducted in rG� 1996. ..._...� Typical Final Settling Tank at Wards Island WPCP This condition survey was part of a larger examination by D&B Engineers and Architects for NYC DEP of the overall condition of the Final Settling Tanks (FST's) - mechanical, structural and operational. Many of the WPCP's structures are original (c.1937) and are still remarkably in service, including the majority of the 39 final settling tanks (FST's). DEP wanted expert assessment of their condition to determine which needed repair, upgrading and/or replacement. The concrete tanks were evaluated in accordance with ACI 350 "Code Requirements for Environmental Structures, "ACI 562 "Code Requirements for Evaluation Repair, and Rehabilitation of Concrete Buildings," and ACI 364.1R "Guide for Evaluating Concrete Structures Prior to Rehabilitation." The concrete tanks were evaluated with respect to their strength and load carrying capacity and with respect to present durability or the ability of the concrete to protect the reinforcement in the future. Service life evaluation simulations were also performed to evaluate various repair alternates. King Engineering Associates,Inc. 74 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB This study involved the condition survey of the tanks, nondestructive testing and laboratory testing of core samples. Nondestructive testing included: impact-echo and impulse response to identify internal faults of the concrete, GPR and pachometer testing to verify the location of the reinforcing steel, and half-cell testing to verify ongoing reinforcement corrosion. GEI coordinated closely with DEP to ensure that field work never interrupted plant operation. GEI reported on the structural integrity of the FST's and recommended necessary repairs with construction cost estimates. GEI's structural engineers also developed repair plans and specifications for contractors to implement. The goal of the repair design for this project is two-fold: restoration of the structural integrity of the concrete tanks and securing their future long-term durability after repairs. Design methods used in the rehabilitation of the FST's incorporated durability characteristics in the repair materials selected to ensure continuing long-term serviceability of the tanks. Other factors, such as cost and construction schedules to meet the plant's operations requirements, were considered in the repair design. The project is on-going. In 2014, GEI was retained by D&B Engineers & Architects to J / Y n r perform an investigation of the digester tanks at Wards Island g g Water Pollution Control Plant (WPCP) to report on the status of their structural integrity and report on required repairs with g Y p q p construction cost estimates. T1J' a This contract was a follow-up to an original structural evaluation conducted in 1996, by GEI (formerly Feld, J. 71:”. Kaminetzky & Cohen, P.C.). During the 1996 investigation, -a«° f GEI was retained to report on the structural condition of the Impulse response testing at Digester tanks and to do a feasibility study to determine whether the existing tanks could be operated under thermophilic Tank Dome. conditions (135° F). The digester tanks were currently being operated under mesophilic conditions (90° F). There are six digester tanks and two gas extractor tanks. GEI engineers performed a condition survey and testing x xFa of the concrete including chemical and petrographic �a � examination. Impact-Echo testing was performed to determine possible concrete de-laminations or voids. �� * � �`�� n��a"� �� � �' < 4 f '��� �� 1'....;. "ic.::. GEI performed analytical studies to investigate the effects of temperature changes in the stress level of the dome structures. Finite element models were developed . a and several temperature load conditions were :• investigated. GEI concluded that the digester tanks would have been overstressed if operated under , thermophilic conditions and recommended alternate Typical circumferential crack at the upgrade schemes, developed repair and modification base of digester tank domes. details, and provided cost estimates. g King Engineering Associates,Inc. 75 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Regional Framework for Coastal Resilience Firm Name: GEl Consultants Role: Conducting planning and design for ten municipalities. Project/Agency Name: South Central Region Council of Government(SCROD) Project/Agency Contact: Dave Murphy Phone:203-271-1773 Email: Davem@miloneandmacbroom.com Term of Engagement: Start Date:2015 Completion Date: TBD Volume of Contract: $87,250 After Hurricane Sandy, the southern portion of Connecticut suffered storm surge that flooded many areas inland. With anticipated sea level rise, a regional government council teaming with the Nature , Conservancy received funding through the National " *15( Fish and Wildlife Federation to create a framework for ten Connecticut towns to evaluate the most compromised areas and support design of green infrastructure to increase resiliency of infrastructure and ecosystems to future weather events. Teamed with Milone and MacBroom, G E I is conducting planning and design for these ten municipalities. The project's scope of work includes: Review of existing infrastructure and impacts resulting from hurricane and other flooding events with representatives from planning and engineering departments within each municipality. Inventory and mapping of potential project locations using state-of-the art GIS techniques to create a publically accessible database (interactive visual tool: http://gcx.gbrct.ora/nfwf[) Supporting a public outreach campaign to solicit input and provide education about the Regional Framework; and prioritization of mitigation measures based on communities' needs and their feasibility. Finally, based on feedback from stakeholders, several sites identified as priority areas supporting resiliency of ecosystems and infrastructure will advance to a design stage. GEI's Restoration Ecologists will be collaborating with Engineers and Landscape Architects on several chosen design plans for the restoration projects ranging from conceptual to 90% design. GEI brings expertise to the project team in evaluating coastal and riverine areas at risk; this strength will help the client determine feasible options for implementation of Living Shorelines approaches. King Engineering Associates,Inc. 76 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Ro al Palms SOE, Boca Raton, FL v Firm Name: GE! Consultants Role: Design of perimeter support of excavation system (SOE) Project/Agency Name: Dick Building Company/Nicholson Construction Co. Project/Agency Contact: Martin Hoegg Phone: 786-566-3122 Email: Martin.Hoegg@nicholsonconstruction.corn Term of Engagement: Start Date: 2015 Completion Date: 2017 Volume of Contract: $300,000 The Royal Palms project consisted of a 9 storyw '7 r � W ... 41* residential structure with two levels of below ground parking. The 27 foot excavation for this is k h ..� r4. � j .�.. facility was the deepest in history in the Boca :; {t.-1,44:4" 44),- Raton ,Raton area. A deep soil mixing system (DSM) , was designed by GEI to allow for the excavation .i • .= s • S' f%kms:.. `•> .1 s �1q1 • of the facility in a dry hole, which significantly expedited the schedule and improved on the quality control for the structure. Y • r The perimeter support of excavation system 4tit, µr� (SOE) designed by GEI consisted of cantilever 1 rn steel beams embedded in an impermeable soil mix matrix. The system was designed to restrict movement due to the presence of sensitive adjacent structures. A DSM base plug and auger cast pile system was used to restrict vertical water flow into the base of the structure during the construction stage of work, and was then used as the foundation system for the permanent structure. A sophisticated finite element model was used to analyze the behavior of the system during the temporary and permanent construction stages. GEI performed a precondition inspection survey of adjacent properties prior to the installation of the monitoring system. An AMTS monitoring system was installed and commissioned to measure behavior of adjacent structures during deep soil mixing and excavation. In place inclinometers and data logging systems were used to measure DSM wall performance during excavation. GEI provided remote automated monitoring solutions and data centralization during construction through a data visualization website to provide risk management during critical construction stages King Engineering Associates, Inc. 77 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Former Coastal Oil New England (CONE) Property � Firm Name: CEl Consultants Role: Coastal Engineer for the restoration of an eroded shoreline that directly abuts their Sanitary Treatment Plant. Project/Agency Name: Massachusetts Port Authority Project I Agency Contact: Erik Bankey Phone: 617-568-3661 Email: Term of Engagement: Start Date: 2008 Completion Date: TBD Volume of Contract: $950,000 In 2008 Massport acquired the former Coastal Oil New , . • * y ,, England (CONE) Property and GEI assumed responsibility 0,µ""'O ., for MCP and LSP services in 2010. The 30-acre property - ' ~,r was used by CONE as a petroleum receiving and distribution terminal until 2000 and subsequently all tanks w " <. associated with were removed. Petroleum contaminated ,y''' .,.. , w soil and LNAPL consistingof No. 2, No. 4, and No. 6 fuel oil - ' . °Fk -. were identified throughout the Site. f w. : y t, "� i 4 f A multi-phase extraction system operated at the Site until 2008 when it became apparent that it was no longer '- 1 pp effectivelyrecoveringLNAPL. By2010, the MPE system had been retrofitted to a bioventingsystem. We continued ?"'°°°° ""Y 4 to operate the system along with both automated and ; - , manual recovery of LNAPL from selected monitoring and � - - recovery wells throughout the Site. Through various M �t)-t "` "M " " recovery methods, more than 100,000 gallons of LNAPL has been recovered at the Site. In 2014 Massport began construction of the Thomas J. Butler Freight Corridor and Memorial Park across the southern portion of the Site. The 4.2 acre Memorial Park, approximately 100 feet wide, borders East First Street and is separated from the remainder of the Site and the Freight Corridor by an 18 feet tall noise wall. As part of the Freight Corridor design In-situ Solidification (ISS) was incorporated into the roadway construction to control LNAPL in the southeast portion of the Site resulting in not Non-Stable, Micro-Scale mobile LNAPL. Approximately 1,500 cubic yards of soil that had been treated and stocked in bio-piles on Site for more than 5 years and more than 5,000 cubic yards of other excess soils were reused within the roadway right of way. Portions of the Site have also been capped with a minimum 3 feet of clean soil or roadway pavement. King Engineering Associates,Inc. 78 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Brickell City Centre Firm Name: GEI Consultants Role: Served as the lead design engineer for a unique deep soil mix (DSM) basement plug system to serve as a vertical cut-off of water flow for the construction of multiple 40 plus story towers and a large two-level underground parking garage. Project/Agency Name: Malcom Drilling Company Project/Agency Contact: Rob Jameson Phone: 415-901-4400 Email: RJAMESON@malcolmdrilling.com Term of Engagement: Start Date: 11/2012 Completion Date: 1/2015 Volume of Contract: $250,000 The Brickell City Centre Project is a $1.05B mixed-use ,'"' Mr'' complex strategically located on a 6-acre site in the center , - '- of the Brickell financial district in Miami FL. , w. GEI served as the lead design engineer for a unique deep «� g g q ., �� soil mix (DSM) basement plug system to serve as a vertical .- - " « cut-off of water flow for the construction of multiple 40 plus ` H p ; .,, . story towers and a large two-level underground parking • � r, i:,.,,,;,441'7-,t. 4. garage. The DSM system is the first DSM plug utilized in JN Y: 4 4« w � 4, „« My vy. W 4k,q,i, wMI the United States. ar - ,4...., - 4,,...t...„..,,,,,rp ., # AL' µ,p '^'�n"AIviti., .. - The DSM system consist of 9,800 9-foot diameter secantsiii, '-,A ,,; N,,,,,,-4, .x columns drilled to a depth of 40 feet below the ground ' ' surface. Cement was injected at the prescribed elevations to seal the drill cuttings together to create the impermeable soil plug. Auger Cast Piles (ACP's) drilled from the ground surface through the plug serve as a means to tie the plug down once the soil above was excavated. Excessive pumping of water was therefore not needed. Excavation depths up to 25 feet were achieved, allowing traditional construction of the building utilizing a dry hole. The technique allowed for significant cost and schedule savings, as the construction of the plug commenced prior to completion of the final design of the permanent buildings. GEI provided on-going analysis and design services to the Design-Build Team to effectively integrate the DSM basement plug with the other structural components and to evaluate the performance of the DSM plug during construction activities. GEI utilized sophisticated finite element (FEM) analyses to design the DSM system and evaluate the performance during construction. King Engineering Associates,Inc. 79 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 East Delaware Tunnel Outlet Stilling Chambers Firm Name: GEI Consultants Role: Structural Engineer for the structural evaluation of the water stilling chambers, and the condition survey and nondestructive testing of the concrete liquid containing structures. Project/Agency Name: Hazen &Sawyer, P.C. Project/Agency Contact: Chris Roumbas Phone: 212-539-7245 Email: croumbas@hazenandsawyer.com Term of Engagement: Start Date: 2008 Completion Date: 2009 Volume of Contract: $60,000 The East Delaware Tunnel Outlet (EDTO) Stilling Chambers, were designed and constructed in the early 1950's. The stilling chambers are massive underground concrete structures used to reduce the high water pressures for the New York City water supply. Excessive ground and building vibrations had been observed during the water valve operations. Also, the concrete structure exhibited / ' '°w nrhe k,�'ira Y h multiple signs of deterioration, including reinforcement -� "r ,b `q r, corrosion, spalling and cracking. As a result of this , *, "� �rH-� ate' rr w �r rr/ryi/2 sxir damage, the NYC Department of Environmental Protection (DEP) requested the firm of Hazen and Sawyer, P.C. (H&S) --% -„q - to evaluate the structural integrity of the stilling chambers. H&S retained the services of GEI, to perform a vibration study and to evaluate the concrete condition, strength and durability. wyA Ny GEI structural engineers performed a vibration study, including vibration measurements and evaluation. GEI also performed concrete evaluation studies, including condition f2;`,/,,,, b surveys, concrete core testing, and non-destructive testing w, ,r,,, such as half-cell testing, impact-echo testing, and w-, magnetic detection of rebars. Finally, GEI prepared an engineering report on the concrete evaluation and the structural integrity of the concrete components and provided repair recommendations. King Engineering Associates,Inc. 80 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Jade —Signature SunnyIsles Beach, FL Firm Name: GEI Consultants Role: Design Engineer for Support of Excavation Project/Agency Name: Malcom Drilling Company Project/Agency Contact: Rob Jameson Phone: 415-901-4400 Email: RJAMESON@malcolmdrilling.com Term of Engagement: Start Date: 4/2013 Completion Date: 4/2016 Volume of Contract: $362,400 The Jade Signature development encompasses an -- , u �,„c a® ';:: "r rte-` approximately 400 ft. x 400 ft. excavation footprint located a oqi/HIn 'ie x few blocks from the ocean in Sunny Isles Beach outside of -= m Miami. A new condominium tower structure is located inr , ; i =ax 'r the center of the site footprint. Below-grade parking i //itis-� z.-. .1.. 4 surrounds the tower structure on all sides. '_ ,� —'-z---. * `` '-'-7 ,, r";,- 40: . - --,--. , '''''..1, -4 !,,;''. :7 1'!"74' ..,, b...- GEI designed the deep soil mixing (DSM) plug for the base -"• -ice' and water cut-off of the 36 foot deep excavation, as well as ==Ja the soldier beam and DSM composite wall for the support of excavation (SOE) around the perimeter of the site. GEI utilized the Plaxis and Tochnog Professional Finite Element modelling programs to numerically analyze the complex SOE and DSM plug system. The analysis focused on the movement of the composite SOE wall system, the stresses generated in the DSM plug during flexure and movement of the walls, the behavior of the plug system during the excavation and application of the uplift water loads, and the soil structure interaction of the auger cast and tiedown pile systems that penetrate through the DSM plug. A sophisticated analysis was also performed on the DSM plug to quantify the differential settlement system of the tower and parking structures and potential for cracking within the DSM plug. Based on a Method 3 Risk Characterization, these remedial actions have resulted in a condition of No Significant Risk for more than 90% of the Site. An Activity and Use Limitation has been placed on the entire Site which permits a park south and commercial activity north of the noise wall. A Partial Permanent Solution Statement (PSS) with Conditions has been prepared for approximately 90% of the Site which will be submitted to MassDEP in the fall of 2015. One small area of the Site remains in Remedy Operations Status (ROS), because the recovery of light non- aqueous phase liquid (LNAPL)with Micro-scale Mobility remains feasible. GEI has continued the Public Involvement Plan (PIP) with semi-annual community meetings. We recently held a meeting to present the draft Partial PSS to the public. lock approach channel, and placement of a benthic sand layer. King Engineering Associates,Inc. 81 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Coffey Terminal — Berth 10 Rehabilitation Firm Name: GEl Consultants Role: Geotechnical, geo-environmental, and marine engineering consultant for design of new berthing facilities to accommodate Panamax size vessels. GEl will also perform construction support services during construction phase. Project/Agency Name: Massachusetts Port Authority Capital Programs Project/Agency Contact: Chet Myers Phone: 617-568-3661 Email: chmyers@massport.com Term of Engagement: Start Date: 2016 Completion Date: TBD Volume of Contract: $297,934 GEI's marine engineering group (formerly Bourne Consulting SIEL , ;,) Engineers)was selected to lead a --._ _. .__ __ _. . . __ � , .__. multi-disciplinary team to assistDiStiSk AS MassPort with the design of new Ycgtra berthing facilities toI 11111111 accommodate the New Panamax AiPCRID size vessels anticipated when the PanamaCanal upgrades are .��. ..� �_�..__.. � _)1, �..._.� . . __.................. .........._. ...................._ . completed. The US Army Corps s.... .. _... .. O of Engineers is planning to • deepen the existing ship access channels leading into Conley w- � .w.w.............,...,...... y ..._ Terminal to accommodate these larger, deeper draft vessels while i 2 2 / '__ ___��. �_. MassPort is seeking to upgrade the berths at Conley to accommodate these ships. Previous studies had indicated that the existing Ship to Shore (STS) cranes are not capable of servicing these larger vessels with increased height and reach. GEI led the project team in performing an initial concept design study of Berths 11, 12 and the former Coastal Oil site including review of air space limits and impacts on Logan Airport of higher cranes being installed on the existing berths. The study identified an alternative location at the former Coastal Oil site with higher air draft available, which led to concept design options being prepared with estimated construction costs for a new Berth 10. The project has now entered the preliminary design and permitting phase and is in progress. A number of additional investigations are underway including geotechnical investigation, geo- environmental investigation, site inspection, topographic and hydrographic surveys and a desktop navigation study. King Engineering Associates,Inc. 82 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 Southwest Harbor, Dysart Marina Breakwater Firm Name: GE! Consultants Role: Marine Engineering Services to design a breakwater to protect an existing marina. Project/Agency Name: Dysart Marina Project/Agency Contact: Ed Dysart Phone:207-837-2442 Email: ed@dysarts.com Term of Engagement Start Date: 10/2015 Completion Date: 10/2016 Volume of Contract $140,000 GEI was retained by Dysart Marina to provide complete engineering services to design a breakwater to protect an existing marina. GEI conducted full site assessment, did probes, transect diving to determine bottom geology and followed up with tests to identify all engineering characteristics to perform the design. GEI assisted in the preparation of all permit documents, and secured all required permits. Worked directly with the owner to identify quarry to provide the needed rock and helped the contractor to source the needed quantity. Construction began in October 2016. Work is projected to be complete in Spring of 2017. GEI is providing construction phase services. King Engineering Associates,Inc. 83 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB WATER DISTRIBUTION AND PUMPING SYSTEMS I 48-inch Water Main Interconnect in the Central East Area Preliminary Alternative Water Main Route Analysis Firm Name: King Engineering Associates, Inc. Role: Analysis Development of DCP for 4,200 LF or 48-inch water main Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Dan Edwards, PE Phone: 786-552-8354 Email: djedw01 @miamidade.gov Term of Engagement: Start Date: 7/2010 Completion Date: 9/2010 Volume of Contract: $46,711 The MDWASD water transmission system in the Central East Area north of Downtown Miami needed to be completed from the existing 48-inch water main at NW 1st Place and NW 17th Street south to an existing 36-inch water main at NW 6th Street and NW 2nd Avenue. This project involved performing a preliminary alternative water main route analysis in order to interconnect the existing 48-inch water main at NW 17th Street and the existing 36-inch on NW 6th Street. The size of the required interconnect water main has been determined by MDWASD based on their current water model. The proposed interconnect will M"JE"CTa'sTRE I improve water service in " , BEGIN wab` dTq ;R1 •fib+"` , -► _ MDWASD's service area, including yp p but not limited to the American . 4 -- � Airlines Arena, Overtown, Fisher x Island, Port of Miami and the Village of Key Biscayne by fes' .; Fes, NE13°1 STREET enhancing the interconnection _ between the Hialeah/Preston water �� ,: � ` NI~„t, M,;; transmission system and the . '` ;NE c pEET -PHASE ONE - �T z ”�.�. PHASE TWO-" Alexander Orr water transmission ., w:w. � ^� � �� _. 7.7— system. s stem. � �; o� �� �.� s � Y NE 8th STREET 9, .--� AMERICAN AIRLINES 11 When several cruise ships are ` _ I roE7thST ARENA • SELECTED ROUTE 1, r z NE being filled with water ►_: A ,� etn D PROJECT simultaneously, and the existing i *.� 4,7 24-inch water main on the �� °- Rickenbacker Causeway is closed for maintenance or emergencies, the Village of Key Biscayne and Fisher Island do not receive adequate water supply. King Engineering Associates, Inc. 84 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB To improve water availability in this area, MDWASD is proposing a new 36-Inch water main to either supplement or replace the existing 30-inch and 24-inch water mains on NW 6th Street from approximately NW 1st Court to Biscayne Boulevard. Additionally, the existing 24-inch and 30-inch water mains on NW 6th Street are older mains that experience maintenance and repair issues, having been installed in 1927. Services provided included identifying Municipal jurisdictions, identifying existing or required Right-of-Way, identifying the points of connection of the proposed water main, determine its size (48-inch) and determine the best route for the proposed water main in terms of constructability, to prepare an opinion of probable cost of the selected route, to determine a list of required permits, and to prepare a preliminary project schedule for 7,300 feet of 48-inch water main in the Downtown Miami area. The proposed route spans 1.5 miles along roads with heavy traffic and congested utilities. King was involved in utility coordination including requesting a design ticket through Sunshine State One Call of Florida, obtaining utility as-builts for the project area, field reconnaissance, cost estimating, scheduling, and report writing. King prepared preliminary conceptual drawings showing all the utilities information and the proposed route on an aerial photograph. iq ,� 1, .6 $ ,:.,-',9 ,::;.6411'.1,,,, ; ,..5' Alf A. d" 7 r:,,,...,,,,,,,. 7. � , 7 i ,,,t fA w /i;, I/ Wty�A .w 1 A4 'i^ ti M 1' F ,1 ,- '4,4' ,M"' '`a .y ,�,�4 ' f. ,Z..lV fi''i. s ""'a i '9i;,.. .. ,.,- .i 1 i �, _ i,:. ' \ a.",w' V we -.-',z Yi 1wti.A.. e ----1----,..,* i■ v". ,,,' '.'4.M p,y,::,-.,.. Y 1 R t �0 � • t "'i vii -,1, I /' , ,'' +A, r, an .N r. 1 � ,, Yii 6a %I',,, r:f y ,. "', „.a7d°, il -S'1"�. tr i;.,. ....,a 9 ".. i" e t.'.y 1# y:./,s i + 4.. Y BnMeM .... ..�. _ �y, .y .`._...7' .7 7 x 11444:: x44 iii� w ,�� .� .' "1,1 � ,.� % '��° � "aA ••�--��-� + . M1 w a . �, t�� w ��;\ � pis,e.,,,�� t w 1 i ,www.., .,._.g41MpdC,,:Mo«AW�MM�'mw '�.. I[y„u wl,R' 'M{i .. "/....... ;i m -1,::'.. d , ...IF-1 �H.// /i/ *lM'. ,, S A 1' � �tl� !�. ��rni 4'4;4, d�+ �'a.+r.4 , A h ��7 1�-�►.YL1 "' ,. w, ,�//�%// / �, „ , i 4-..... -,tom,,,,-.`ems.. 4. #M1 --- wI ' . - - i/I'AAw” M s *tit A 1"� f+w __ .._.. i'l1O7POSEDWAIENW. N. ....{.F is Np .i %�:.,w i/ML. - �'/.. t S .-11,— -......,.., ... 1,01' �/ ,. r .�,.� e w+�!x4 ,•r-tTl � 41- [3 � �F41 aN£•OP'lON 1 l'---,. '".,..- IP °1-7-'',,I) '"�. _ �.. -•s,.u _ �recrr«w ��p.',, !:,Ftit r.E JME•(07,; 12 ` �u ...,,fit,,,... �'�,.,w r..rrr � � �;.,..:.a.,r...y^+'ww�p� .A».--^ ...--w ,� wMw, '..,, �.:_„„:„,%:.--.-----:,,,,,,,:-.1„,------7-- �,,;;.,:,,. ^ t� �� .w,..�,..w+ w�1 ': a}+iBF.T5t':O OPTION I -- yqds e•, t ,. '� "W �1y w` ! p _ q w"i,4s1csrl s .; .A.. '. �Fti^. TiiO OP"IQIK2 Y ./,,.✓�e irc H r O j „tb. x 5 W f.A. Pb ':•. ° " ?hA 1',tO UP"fO,F 29. , rc ' ++rA+ --;:z-, s r tr • �„ r ► AE, 8, w�Ilp aMW'�ET.OOP:IOk2b�??,,,;., '+ w4 t1. w «,µ,, zAz T,:4•OP"IOAc 3 ys. qq ' fk � .. ' ] a e , -- a EXISTING ViA"EW MAIN w��— m v.. a a g ��y q.4 '1;1 w&K.r rM ' '6 4p,, r1<w. .. git MIL , �f`' w...Hicr +d .w+�!y�.1, i ..+ m 2 ex�''} .' /R�/ µb "R£R� � i ' s j� rti .t.n+mrs. �` p.. ONLY iYaTEII MSIM!201NCIIE3 ° �'�' t,_a.,.-* ' w � ..., @i u ni::::;! 2, TE11 JIAE t4NOWM.i µ.,' 1 u i ...:11 c 'd'. Sy.,,,,, ?aria. 410 OE i., ?w .nv'n�Rlili,e ��. �..,.y � :.�+ �j r k ,, i! ,, 4 2 ,:gin y''f, ,�',r .'_,,� --‘.,,,,,,p _ `"_ -,....ti.....-0�1� "r4 " - - ,,,,,,,,,, ,, ,,- -,,, . _ „, , . .' 1/,• v -, 'l �. ',.....» _T'tvw .,�. ,� 7.7..4...... 010, ,r k,,V i __ �, y '�+ � a � �y ��t � o ., � y P t {{11 .,.. Mr 4. r - .. ste ':c.- _,", !�'.. »� , :.r IK:y:r. pW1'RfT'lCO iIM'stFssr ,....--D.-s....,,yyq :.,��— »ate...— ,-,- 9 T •°. r ° fb .rte g, at)e'Or.„.. 4. %rs.�,......,,T,.....:.;4.....,ar:,r K i n "•:1117z"'ow* ssladi Water Mils U1lataaataaatl b Se CasaIBM(vowarwm MINN) A rep Prellwarry Mlimeris Wow Mob naafi Midvale . y•ek rwr.+s. 11��L>•Mld King Engineering Associates,Inc. 85 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Design Services for MDWASD's Small Water Main Replacement Firm Name: King Engineering Associates, Inc. Role: Design of 24,750 LF of 8-inch water mains, 370 services and interconnections Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Victor Fernandez-Cuervo PE Phone: 786-268-5310 Email: VictorFC@miamidade.gov Term of Engagement: Start Date: 1/2016 Completion Date: 1/2017 Volume of Contract: $511,328 The Miami Dade Water and Sewer King -.. Department (MDWASD) retained King , ._. •_ _. Engineering and Associates, Inc. (King) toit _..r. • ,� provide, surveying, geotechnical ; ; : . r ...- --�_.µ _- investigation *investigation services, utilities • identification, site assessment report, ; � - }}� - • �'=_ �, : , design (30%, 70%, 90%, and 100%), cost {•• � estimating, scheduling, permitting, and -- �� . g g p g - A limited construction support services (procurement sand construction support), twr►J lhr1«•!1"rrrr�Rear If`ater.titrJ'n Iwprwrnreyrtr �+�, � for the installation of approximately 24,570 linear feet of 8-inch water mains, 370 services, fire hydrants, and system interconnections. This project is part of MDWASD's program to replace undersized water mains due to excessive leakage, water quality concerns, and fire protection issues. This project is designed and bid as two separate jobs divided into Phase I and Phase II, as shown below. Phase I of the project consists of approximately 11,440 linear feet of new water mains, and Phase II of the project consists of 13,130 linear feet of new water mains. Two separate bid packages with separate permits are prepared. The construction is through Miami-Dade County MCC 7040 or 7360 procurement methods. Permits are obtained from DERM-RER, Miami-Dade County Public Works, Fire, HRS, and FDOH. Plans include existing utilities, location of existing and proposed water services, tie-ins to existing system, air release valves, tapping sleeves, valves, flushing valves, fire hydrants, and "Dog-Leg" interconnections between the existing water main system and proposed water mains, these interconnections will provide interim service from both systems as needed until all property services have been transferred to the new water system. Limited construction services include: • Pre-Construction Phase: pre-bid meeting, addenda with responses RFI's, review of bid tabs, and recommendation of lowest apparent bidder • Construction Phase Support: pre-construction meeting, RFIs, shop drawing review, review change orders, and site visits/meeting King Engineering Associates,Inc. 86 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II Design-Build Criteria Package for 48-inch Water Main Interconnect in the Central East Area Firm Name: King Engineering Associates, Inc. Role: Analysis for 7,300 LF, 48-inch water main in Downtown Miami Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Fernandez-Cuervo PE Phone: 786-268-5310 Email: VictorFC@miamidade.gov Term of Engagement: Start Date: 6/2015 Completion Date: 6/2019 Volume of Contract: $723,225 King Engineering was retained by Miami Dade Water and Sewer Department to provide design criteria professional services for potable water transmission and distribution system upgrades in the Central-East area, north of the Downtown Miami, where a new water main is needed to interconnect the Hialeah/Preston (north) and Alexander Orr (south)water systems. The project consisted of 4,200 feet of 48-inch water main extending from NW 1St PI and NW 17th St. to NW 1St Ave and NW 6th St. where it connects to 2,300 feet of 36-inch main extending south along NW 1St Ave to NW 5th St., then east along NW 5th ST. to east of Biscayne Blvd, and 200 feet of 30-inch water main. The area is very congested with traffic, utilities, and multiple concurrent construction projects. Project included three microtunnels, two under FEC railroad and one under Biscayne Blvd. Scope of Services included the following: • Finalize route and update BODR • Request for Design Build Services (RDBS)Volume 1 Package: 16- Division 1 -General; Requirements and Scope of Services Division 2- Evaluation of Qualifications Division 3- Evaluation of Technical and Price Proposal • RDBS Volume 2 Package: Section 1 - Project Scope & Description Section 2- Design Criteria and Performance Requirements 30% Drawings • Geotechnical Data Report Geotechnical Baseline Report Contamination Assessment ▪ Long lead permits O Utility coordination • Procurement Support • Limited Assistance Throughout the Design-Build Contract King Engineering Associates,Inc. 87 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II Installation of 48-inch Water Main in Vicinity of "All Aboard Florida" Passenger Station Firm Name: King Engineering Associates, Inc. Role: Design and construction of the 48-inch Water Main Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Victor Fernandez-Cuervo PE Phone: 786-268-5310 Email: VictorFC@miamidade.gov Term of Engagement: Start Date: 12/2015 Completion Date: 3/2016 Volume of Contract: $144, 211 The Miami Dade Water and Sewer Department expedited the ",," '" design and construction of the 48-inch Water Main in the vicinity of the new All Aboard Florida Grand Central Station to „h avoid conflict with the inauguration of the proposed station. ,, . Major project components included installing approximately 100 LF of 30-inch, 500 LF of 36-inch and 800 LF of 48-inch ,. ductile ironi e and fittings for a new water main transmission h' pp g line, including the trenchless installation of the 48-inch encased L . (72-inch casing) ductile iron pipe under an active FEC Railroad, along NW 1st Ave from NW 8th Street to NW 5th Street, in Miami, Florida. Work also included installing large diameter Resilient Seated Gate Valves in a reinforced concrete manhole, providing launching and receiving pits for trenchless installation of 48-inch encased DIP at FEC crossing, making a tapping connection to existing 30” WM at NW 6th Street and NW 1st Ave, installing cross connection at NW 1st Ave and 6th Street for the interconnection of the new 48-inch WM (N), the 30-inch WM (E&W) and the new 36-inch WM (S), providing interconnections to existing water mains along the route as shown on plans, constructing air release valves at all high points on the new water main; curb and gutter restoration, temporary and permanent relocation of existing utilities in conflict with the alignment of the water main, constructing and restoring pedestrian curb ramps and detectable wearing surfaces, pavement, sidewalk, trees, landscaping, sod, pavement markings and or driveways, traffic control and cleaning, testing and disinfecting the main. In order to accelerate and expedite the design and permitting process King procured a dry-run review with the City of Miami Public Works Department. Construction documents were completed within ninety (90) days of notice to proceed. The Miami Dade Department of Regulatory and Economic Resources review were acquired in a timely manner and the Department of Health permit was approved within 3 weeks. King Engineering Associates,Inc. 88 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Nueces Street Water Main from 8th to 12st - Non-invasive Condition Assessment & Remaining Useful Life Report Firm Name: King Engineering Associates, Inc. Role: Condition evaluation of existing 20-inch cast iron water main Project/Agency Name: City of Austin Water Department Project/Agency Contact: Sharon Hamilton Phone: 512-972-1170 Email: sharon.hamilton@austintexas.gov Term of Engagement: Start Date: 9/2013 Completion Date: 4/2014 Volume of Contract: $124, 819 The King Engineering Associates team was selected to perform leak detection and non-intrusive, non-destructive condition assessment on r*.°1":' the water line. The information was to be used to evaluate potential leaks on the line broadlyevaluate the structural integrity of the line, and to ? ���, g Y �� evaluate the likely remaining useful life of the line. In November 2013, the King team performed the field condition assessment of the line. The team evaluated approximately 4,680 linear feet of 20-inch water main. In the course of the field work, the team extended the initially planned evaluation area and also evaluated the Nueces water main segment in the alley between MLK Boulevard and 21st Street. The water main is located in the street, with a limited number of in-line valves. Where other '— distribution lines connect to the Nueces water main, they typically have a Acoustic Monitoring valve at the connection. Additionally, some of the fire hydrants in the Equipment Set-up on Mirrtar(fnit.( corridor are connected directly to the Nueces water main, and those connections have valves between the Nueces water main and the hydrant. The King Team prepared traffic control plans and permits for the project area. Much of the testing took place in the street at the location of the valves. The testing was conducted overnight to minimize the impact on traffic and the surrounding neighborhood. The team used Echologics technology to perform the leak detection and condition assessment. The technology utilizes acoustic equipment by accessing designated valves along the water main. The equipment and process is used to evaluate the water main without intrusion into the line and without any interruption in water service. Acoustic monitoring sensors are placed on two valves, and the presence of leaks on the water main between the two valves was evaluated. The above ground distance between the two monitors was measured and used to assume the length of the water main segment to be evaluated. Once the leak detection assessment was performed between the segments of water main between the two valves, a noise is introduced on the water main outside of the segment being evaluated. This was done by opening a fire hydrant that was connected to the Nueces water main. This noise simulated a large leak noise, which traveled up the water main to the closest acoustic monitor and then propagated up the water main to the next acoustic monitor. The speed at which the noise traveled was used in King Engineering Associates,Inc. 89 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB combination with the known aspects of the water main's material characteristics to evaluate the average structural wall thickness in the segment being evaluated. The pipe's diameter, material and structural mechanics are all critical in this evaluation. Using this equipment, process and approach, the King team began evaluating the 20-inch cast iron Nueces water main from MLK Boulevard South toward the intersection with 8th Street, and then from MLK Boulevard North to 21st Street. This produced eleven valve to valve segments that were evaluated. • The King team used GIS and record drawing information provided by the Austin Water Utility to establish the valves that were used in placing the acoustic sensors during the assessment. Additionally, our team walked the corridor prior to the condition assessment to evaluate potential / obstacles or challenges. This information allowed n our team to clearly establish the sensor locations prior to mobilizing and accelerated the field i condition assessment process. The team was able to provide leak detection and condition assessment on 4,680 LF of 20-inch water main in two nights of field work. Some segments were assessed quicker than others. Where potential leaks were noted or field conditions differed from the mapping information, some additional time was needed to clearly evaluate the situation. Leak Detection Survey Results The leak detection survey identified one leak and one point of = r f'----,, interest that is a potential leak. A leak was identified at Fire `• ;77."- Hydrant #144728, at the intersection of Nueces Street and ( '''''' W,. �� r 18th Street. It appears that the leak on the fire hydrant or ��°- r pp yhydrant leg, west of the 20-inch water main at the sidewalk. (7--ir.:..,;.,;- ..... ::::: ---: --.This did not appear to be a large leak; however Austin Water ,� . Utilitystaff was present during the field assessment and were �`'-- -.,.� ` / 4 ,. ,,,,„ notified. The potential leak was noted at the alley between :- , / 1 /7 //,'I 041/4, 11th Street and 12th Street where an old 2-inch water main • — ''' At 1 # --- appears to connect to the 20-inch Nueces water main near �t �-- -�._ Valve #149234. A noise indicative of a leak was noted when 7 `'-- i this segment was evaluated. However, field conditions _ �__ / ..i. _N.. indicated that a new connection and/or repair had been made at the Nueces water main in this vicinity and it was likely that PVC water main had been used in the process. The change in pipe materials inhibited our ability to more precisely identify the location of the leak noise; however it could be located on the connected small diameter line or likely at an old valve that appears to be leaking. Since the primary objective of our team was to provide condition assessment of the Nueces water main, the Austin Water staff was made aware of the possible leak so that its own leak detection crews could evaluate the situation further. King Engineering Associates,Inc. 90 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Logan Potable Water Booster Pump Station Firm Name: King Engineering Associates, Inc. Role: Design, permitting and construction of 30 MGD Re-pump system Project/Agency Name: Pinellas County, FL Project/Agency Contact: Tom Menke, PE Phone: 727-453-3611 Email: tmenke@pinellascounty.org Term of Engagement Start Date: 10/2014 Completion Date: 11/2017 Volume of Contract: $200,000 King was selected by Pinellas County to provide design, permitting and construction services for a new 30 MGD re-pump system consisting of four (4) new 250 HP pumps, a 3,200 sq. ft. pump building and electrical room, variable frequency drives, a new 1,500 kW standby diesel generator set, installation of 36-inch, 24-inch, and 18-inch yard piping and valves, PLC and SCADA upgrades, and instrumentation and electrical system modifications. The project is currently under construction with a scheduled completion date of November 2017. a ' a . . p .igir,: rr:aeaw. ■ as { 9,.St'9✓i 'axxd:we w,r:aaw„,,: .'Y'e' a" ma : id���+/'� x raw ' t M' r 4 ist .:„.7; �.lau aar,.y,. wM BAf,. '° 0. s,,%w a ...°q,, if r -. .x,. /._ . 1114 . *Sti . 4 44 a� tt A-4 .r • •x.ur,,> �� y '�k ay•'xffiY`mKOYr/4 .w6 diff' M t ''. y'.s, — �, .. +�, «� ,�y�, w •s.� . are.n a � e %�q 3 V. germy p. w ........ T r'� , '., .f tr Ba is:Lww+•« a H. "Kae, A.RM +x6ew fi.iW caner+. , ., f... . K roll•A", rw.r r"r .a, .qy:.w �. .«.«...:,x.�.xM,.cam.m .x..-x- ,.....x.......x xx. �, ..,:,.,.«x.,w.vxw.,.w w a ,...aa«..xx xx.wwaorc�.%.3 .,,,.« '' .v,«�...•caw:wxw�.,.:..vx..xvn,wa.�xxx.vxvaxxxxxnvaMwx. •.. ,�' '. King Engineering Associates,Inc. 91 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I North Potable Water Booster Pump Station Firm Name: King Engineering Associates, Inc, Role: Pump station evaluation, design and construction management for modifications to 100 MGD potable water booster pump station Project/Agency Name: Pinellas County, FL Project/Agency Contact: Tom Menke, PE Phone: 727-453-3611 Email: tmenke@pinellascounty.org Term of Engagement: Start Date:5/2012 Completion Date: 2016 Volume of Contract: $200,000 Pinellas County's 100 MGD North Booster Station receives potable water from a 60-inch " regional transmission main and either stores it in five 5 MG tanks for re-pumping or boosts the pressure directly from the regional main. M w*fin,- " Water from the facility originally fed the northern part of the County's distribution system and also pushed water south to the - County's Logan Booster Pump Station. Due to ,„, 41C1 water quality issues, the County elected to modify the station and associated piping sobidsp that it only conveys water south. King was selected to provide design and construction management services for the required modifications. Services also included an evaluation of the condition of the entire facility along with recommendations for additional improvements. The project ultimately included replacement of four (4) booster pumps with new 25 MGD, 500 HP each (total of 100 MGD) horizontal split case pumps, installation of 60-inch, 48-inch, 42-inch, and 36-inch ductile iron yard piping and valves, a new 24-inch influent flow meter assembly, rehabilitation of three valve pits, chemical feed modifications, PLC and SCADA upgrades and instrumentation and electrical systems modifications. Piping modifications required extensive analyses of existing 60 and 48-inch prestressed concrete pressure pipe (PCCP) to determine joint locations and restraint configuration in order to integrate the new piping and valves. Connection of new 36 and 60-inch piping to existing transmission mains adjacent to US-19 right-of-way required that a new 60-inch butterfly valve be installed on the existing PCCP pipe at a depth of 9 feet on the edge of the pump station building footer. Installation of the valve required not only deep excavation along the pump station building footer, but also shutting down the entire facility. In addition, the PCCP joint configuration was unknown, which required that the existing location be excavated in order to determine the type of valve to be specified. King Engineering Associates,Inc. 92 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB In order to reduce the construction contract time associated with exposing the pipe and then ordering the valve, and the potential Change Orders from unforeseen conditions, King recommended and worked with the County to issue a separate contract during the design phase to have a contractor install the required sheeting, excavate and confirm the pipe configuration. This allowed the valve to be ordered immediately upon Notice to Proceed, saving ±3 months of construction contract time and the associated costs, and significantly reducing risk and the required plant down-time. 1,. ,, 74,,,,,,,:, isai,,, I� i '',..i ' , , .‘"1"-7 ) k,,,. • 1: I-------.40 „..„ , 40.1IX w ( 4 r _. C ;fir. l34 .70,,,,,,,,,, ,,,„ ,, ,-,_,,.....,...,..,., ,,,:,..fx .,.., King Engineering Associates,Inc. 93 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Peace River Regional Integrated Loop System Phase 2 Firm Name: King Engineering Associates, Inc. Role: Modeling, design and construction of 7 miles of 48-inch water main Project I Agency Name: Peace River Manasota Regional Water Supply Authority(PRMRWSA) Project/Agency Contact: Patrick Lehman Phone: 941-316-1776 Email: plehman@regionalwater.org Term of Engagement: Start Date:612007 Completion Date:9/2012 Volume of Contract: $2,869,000 The Peace River Manasota Regional Water J Supply Authority (Authority) operates a surface �.. water treatment facility and supplies potable r water to DeSoto, Sarasota, Charlotte and Manatee Counties and the City of North Porth. through a network of regional transmission mains ranging in size from 12-inch through 48- =w=... inch via open cut installation. King was retained to provide preliminary design, permitting and construction management of �F k"x� /7- �. �.� ^' rffi' hJrtM "lr Tm 4".?M♦ 41y..µ ' s Phase 2 of the Regional Integrated Loop ,M Y ;y M ^k System. Services included planning and hydraulic analysis of the existing regional water system that provides potable water to the City of North Port and DeSoto, Charlotte and Sarasota counties through over 30 miles of 12, 20, 24, 36 and 42-inch transmission mains. Innovative Design Implemented on this Project The new pipeline was installed parallel to the Authority's existing 36-inch South Regional Transmission Main (SRTM) and interconnects were installed between the two mains to provide additional redundancy, as well as a means of flushing each of the lines using water from other main. Interconnection of the mains, along with 1,600 LF of 24" HDPE water main installed between the transmission mains and Reservoir 1 alleviated regulatory concerns with flushing and disinfection by allowing the flushing water to be returned to the reservoir for reuse. The analysis defined Authority's customer demands, delivery points and the hydraulic capacity of the existing system. The study also identified and estimated the cost of system upgrades that could extend the delivery capacity of the mains or provide alternate customer delivery King Engineering Associates,Inc. 94 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB points for the City of North Port. As part of the preliminary engineering effort, King was tasked with evaluating the Authority's existing 12-inch, 24-inch, 36-inch and 42-inch transmission mains. King also performed evaluations of the pump and major meter stations. Current customer demands were analyzed and 20-year projected customer demands at each delivery point were calculated and inserted into the model. After having assisted with planning and system modeling, King the provided design, permitting, construction management and full-time construction observation services for the project, which consisted of a 7-mile long 42-inch ductile iron pipe, 1,400 LF of 24-inch ductile iron water main (West End connection to Harbor Blvd), and three meter stations at the PRF, Price Boulevard and Serris Drive. The project included an upstream 42-inch venturi flow meter station at the pump station, four jack and bore crossings of roads ;, 0 _ {, and drainage culverts, and interconnections with five (5) existing t,, .,u�.,•.. 4�, pipelines. Two (2) meter stations were designed and constructed ,, . for connection to the City of North Port. These meter stations : 7 included the ability to exchange water with the City, and were R Q k provided with modulating flow control valve stations, venture flow ' .,R » 1 • ,,_ meters for billing, and two (2) remote radio telemetry systems, -t. , �,• one for the Authority and one for the City. i.?:,yr i� King also assisted the Authoritywith - ,r Prior to construction, K g a s �n � ..� ., prequalifying contractors. This project was placed in service �.` , September 2012. t.:" . '‘'"s, 4. The Loop Phase 2 project was completed 6%under the$10.9 million budget and on time! King Engineering Associates,Inc. 95 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 11 JEA Total Water Management Plan, Segment 1 Cross Town Water Line Firm Name: King Engineering Associates, Inc. Role: Design and permitting for Segment 1, a 3,000 If long 36-inch water main from the Gator Bowl to the St. Johns River Project/Agency Name: Jacksonville Electric Authority Project/Agency Contact: Charles Bond Phone: 904-665-6196 Email: bondch@jea.com Term of Engagement: Start Date: 8/2011 Completion Date: 8/2012 Volume of Contract: $506,000 ,..'�.��r,,,! � � ,e�k,>r�� The TWMP is an eight mile long ' , M , ,' p Dv transmission main that interconnects —7**-1' '-'''''‘40;Z-77-1" water treatment plants between JEA's b.x tk •:• ,'' �� North Grid and South Grid. King - '`A 7 ... .i „,....4 designed, permitted and provided 4-- ,, , ,,,,N assistance for Segment 1 p constructiong • •w W f „ ,F4,,,,,1/4„,d /Y a _3,000 LF long 36 inch water main 9 ', . ,,,, ' s\s\,, H'� M from the Gator Bowl to the St. Johns ,5;` .16 River through an urban area of ntr �. yrxi� downtown Jacksonville. r ‘s, s The urban and dense nature of the pipeline route, combined with the proximity of two major highways and a football stadium, presented many challenging issues during design. In several instances, right-of-way ownership was in question, requiring detailed coordination and negotiations with the City of Jacksonville. The pipeline route included two crossings of major elevated highways (Harts Expressway and Martin Luther King Highway), both of which were accomplished by microtunneling 54-inch steel casings, as well as a crossing of a CSX railroad spur which was completed by jacking and boring a 54-inch steel casing. In addition, the narrow nature of the existing streets and existing dense utilities required detailed coordination with utility companies as well as several relocations of utilities to eliminate conflicts and to provide an adequate construction corridor. Required permits included City of Jacksonville Right-of-Way Use permitting, FDOT Utility permitting, an FDEP Public Water System Extension permit, a CSX Crossing Agreement and an FDEP General Permit for Produced Groundwater. King also coordinated obtaining geotechnical borings along the pipeline route as well as groundwater sampling necessary to confirm the absence of contamination. King Engineering Associates,Inc. 96 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Estimated Jacking Forces Soil parameters used in determining the estimated jacking forces were based on the geotechnical report. The Table below summarizes the estimated maximum jacking forces calculated for each crossing. Max Max Friction Soil Unit Interface Jacksing Jacking Crossing Length(ft) Pipe OD(in) Angle(deg.) NNeight(pcf) Friction Force(Non- Force Coeff. lubricated) (Lubricated) (tons) (tons) MLKJ 220 54 30 112 BLVD 0.484172 73 Hart 220 54 31 112 0.505 173 76 Expy Estimated Jacking Force Summary by Crossing The Martin Luther King Jr. Boulevard and Hart Expressway crossings were installed with lubrication. Intermediate jacking stations were not necessary. Innovative Design/Technology The project was completed as part of a "program" and therefore required much coordination with the Owner and the other project consultants. As the first project being designed and permitted, King's project served as a test bed and King provided valuable input toward the finalization of processes and procedures for the remaining projects. During the JEA Total Water Management-Segment 1 Project, King undertook the design of two individual microtunnel segments. The two segments included Martin Luther King Jr. Boulevard (MLKD) and Hart Expressway (Hart Expy). As part of our work the Design Team analyzed several aspects of the microtunnel crossings, including estimating jacking forces, calculating casing pipe loads and wall thicknesses, and performing thrust wall calculations, bearing capacity analysis, settlement analysis, and providing recommendations for shaft construction with respect to groundwater conditions. Estimated Settlement The surface settlement zone indicates the area above the pipeline in which settlement may occur, with the maximum settlement occurring over the pipe centerline. Systematic settlement is inherent to microtunneling due to the necessary overcut which reduces pipe jacking frictional forces. The resulting annulus is filled with bentonite during the microtunnel installation process which provides annular stabilization and reduces friction. Est.Surface Crossing Depth Pipe OD Radial Friction Surface Settlement Settlement Over Pipe (ft) (in) Overcut(in) Angle(deg) Zone Width(ft) Centerline (in) MLKJ BLVD 9 54 0.75 30 8.84 0.18 Hart Expy 14 54 0.75 31 11.54 0.14 Hart Expy(Parker 6 54 0.75 31 7.02 0.23 St.) Estimated Maximum Surface Settlement and Trough Width at Centerline King Engineering Associates,Inc. 97 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 54-inch Steel Casing Pipe Load Analysis A loading analysis was performed for each of the trenchless crossings in order to verify the minimum wall thickness. The loading analysis considered buckling failure, a deflection limit state of three percent, and axial loading induced during pipe jacking. Crossin Min Pipe Nall Deflection* Buckling Pressure/ Axial Load/(FS) g p (FS)(psi) (tons) MLKJ Blvd .5 1.4 9.2/(10) 172(3) Hart Expy .5 2.3 13.4/(11) 173/(3) 54-inch Pipe Loading Calculations Summary with Estimated Loads and Calculated factors of Safety Calculations for the axial load capacity of the steel casing pipe were performed with a factor of safety of 2.0 with an additional capacity reduction of 20% to account for joint defects. Thrust Wall Load Transfer Analysis An analysis of the soils around the shafts was performed in order to verify that the in-situ soils would provide adequate support for the estimated jacking loads that would be transferred by a standard thrust wall. Bearing Capacity Analysis A bearing capacity analysis was performed for each of the crossings to determine if soils below the installation invert elevations would prove adequate support for the microtunnel machine. The analysis showed that soils along each of the crossings were adequate. Groundwater Shafts for microtunneling should be water-tight. King Engineering Associates,Inc. 98 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 Dunedin Causeway Water Main and Force Main Replacement Projects Firm Name: King Engineering Associates, Inc. Role: Planning, hydraulic modeling, design, permitting and construction management for force mains & water mains connecting Honeymoon Island with the Mainland across the Dunedin Causeway Project/Agency Name: Dunedin, FL Project I Agency Contact: Doug Hutchens Phone: 727-298-3005 Email: dhutchens@dunedinfl.net Term of Engagement: Start Date: 9/2006 Completion Date: 4/2014 Volume of Contract: $820,000 King was selected by the City of Dunedin to provide . planning, hydraulic modeling, design, permitting and construction management services for force mains and water " mains connecting Honeymoon Island with the mainland along the Dunedin Causeway including subaqueous ,. ,44- ;. . crossings at both the Honeymoon Island and BasculeY"yfy `-'. . • Bridges. The project was completed in four phases. r f y,•, Phase 1: 7,500 LF of 14" HDPE Force Main; Phase 2: 7,000 LF of 8" HDPE Force Main, 3,500 LF of 10" HDPE Force Main, and 2,500 LF of 18" PVC Water Main; Phase 3: 1,000 LF of 18" PVC Water Main; Phase 4: 3,500 LF of 18" PVC Water Main King also performed preliminary engineering for Lift Station 15 Force Main which required replacement of an existing ±6,700 LF 16-inch force main which included a hydraulic analysis of the force main to determine if it could be downsized, a route study to consider alternative routes for the new force main, and coordination with the FDOT regarding the potential construction of the new force main along Alternate 19 from Curlew Road to Palm Boulevard. The water mains and force mains were designed to be installed by both open cut methods and horizontal '; . ; directional drill (HDD) methods. The HDD portions of the •� .% . included a single 3 500 LF subaqueous HDD 50-feet "" � .� project g q w deep under St. Joseph Sound while the remainingportions . of the HDD were installed along the beach, the Dunedin ' . Causeway, and U.S. Alt. 19. Preliminary engineering efforts included developing a hydraulic model to analyze existing flows/demands and account for future flows/demand in order to properly size the water main and force mains. King Engineering Associates,Inc. 99 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB As part of the HDD design, both land and underwater geotechnical soil borings were obtained in order to 44 -AYE evaluate the geotechnical soil profile, soil strength and stabilitycharacteristics. In addition to thegeotechnical i�' evaluation, King performed detailed calculations including r ,ry,,yWf99� f,f :d: pipe bending stress / strain, pipe buckling and ring ';':14.''! %,U � deflection, bending force, Capstan force, hydrokinetic forces, and HDD total pullback forces. These calculations ,'wu coupled with the geotechnical evaluation were used to ' ,. size the wall thickness of the HDPE pipe, establish the depth at which the pipe could be installed, and determine the locations for the entry and exit of the HDD. King also provided detailed requirements for active guidance and tracking of the bore hole utilizing magnetometers and accelerometers to calculate a directional heading, azimuth, depth and lateral position. Since the Causeway serves as a recreational beach for , ,. residents, the design documents included extensive , Maintenance of Traffic (MOT) and Maintenance of t - Pedestrian Traffic plans to maintain access and safety while minimizing disruptions to residents and visitors. f- - Due to the environmentally sensitive nature of the site, �` w permitting efforts included a Florida Department of Environmental Protection (FDEP) Environmental Resource Permit, FDEP Domestic Wastewater Transmission System Permit, FDEP Sovereign Submerged Land Easement Permit, U.S. Army Corps of Engineers Nationwide Dredge and Fill Permit, Florida Department of Transportation Utility Permit and Pinellas County Right-of-Way Utilization Permit. During construction, King provided construction management services which included coordination with the U.S. Coast Guard and full-time services of an Environmental Scientist/Biologist from King's in-house Environmental • Science Department to conduct visual inspection, monitor uv as y wateruality, habitat protection of seagrasses, and °',, ' q J /� �l A Y W underwater mammals via a watercraft. :,'.: King also assisted the City with developing a pre- qualification package that allowed the City to pre-qualify contractors for bidding the construction project. During project design, a bridge contractor on a different project damaged the existing 20-inch subaqueous water main on the Dunedin Causeway Bridge while driving new bridge fender piers, resulting in a water loss of approximately 1,000 gpm, reduced pressure to the ±900 city residents living in condominiums on Honeymoon Island and potential contamination of the island's only water supply. King assisted the City of Dunedin with the emergency replacement of an existing 20-inch water main serving Honeymoon Island. King worked with City forces to locate existing King Engineering Associates,Inc. 100 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB valves and abandoned mains and to develop and execute plans to install a temporary replacement for the water main across the channel. Specifically, King: • Performed hydraulic analyses to determine the minimum pipe size required to meet fire flow and pressure requirements; , _ • ��,,4.► • Worked with a directional contractor to procure 3,000 If of 16-inch high density polyethylene pipe and have the pipe fused and ready for installation ' rr Y rr�,r "��..¢" ""r,r��".:;.r • Worked with a utility contractor to procure and install taping k -, sleeves and valves on the existing main to provide tie-in R/ locations for the temporary main; • Worked with a marine contractor to design and install a steel weighting system on the pipe, float the pipe across the 2,000 If channel using barges and tugboats, and sink the pipe to the bottom of the channel within a week of the original damage. • Coordinated with the Florida Department of Environmental Protection , the U.S. Army Corps of Engineers, the Coast �� � g ; Guard and the Pinellas County Sherriff's Marine Unit to •...:. '"" obtain regulatory clearances to install the temporary pipe; g ' p' • Assisted the City with pressure testing disinfecting and � ' "b, r eA"e" placing the line into service; Of, • Coordinated with a directional drill contractor to have the - damaged 20-inch water line televised and to have a 12- inch HDPE water line pulled through the damaged line to serve as a permanent pipe. Working closely with City forces, the temporary line was placed into service 10 days after the original line was damaged. King Engineering Associates,Inc. 101 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Central Pasco Water System Improvements Project Firm Name: King Engineering Associates, Inc. Role: Planning, hydraulic modeling, design, permitting and construction for ±144,000 LF of pipeline along a 10 mile long corridor providing for expansion of the water and wastewater systems in the central area of Pasco County Project/Agency Name: Pinellas County, FL Project I Agency Contact: Robert Sigmond Phone: 813-235-6189 Email: rsigmond@pascocountyfl.net Term of Engagement: Start Date: 3/2006 Completion Date: 6/2010 Volume of Contract: $1,996,150 King performed design, permitting and construction for ±144,000 LF of pipeline along a 10 mile long corridor providing for expansion of the water and wastewater systems in the central area of Pasco County. King ,40.1010, performed hydraulic modeling for pipe sizing and surge analyses in conjunction with pipeline route evaluation .4"- and selection. Easements were obtained for 28 parcels 41* along the route. Design and construction administration/observation was provided for 86,000 feet of 36-, 24-, 16- and 12-inch potable mains; 57,900 feet of 24-, 16- and 12-inch force mains; and, the relocation of various reclaimed water mains. Permits were obtained for road right-of-way use, Environmental Resources, and construction of water / wastewater systems. Complete construction management services were provided, including full time resident project representative and start-up systems testing. Certifications were provided to FDEP at construction completion. The PVC and ductile iron pipelines were installed in ./.4 public right-of-ways and private easements by open cut, directional drill and jack and bore. A 920-foot 1 9 M long, 36-inch directional drill under Trout Creek was, at the time, the largest diameter ductile iron pipe 44 successfullyinstalled bydirectional drill. This drillIF '41!":t: V41 method was used to avoid impacts to an existingq waterway, and was completed through calcareous clay materials. King Engineering Associates,Inc. 102 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The project included a temporary 1,000 gpm skid-mounted in-line potable water booster pump station that was ultimately replaced with a 3.2 MGD (expandable to 10 MGD) re-pump station that included a 5 MG ground storage tank, chemical storage and feed systems, and a standby power generator. The re-pump station included a PLC-based SCADA system that communicated by radio with the County's existing SCADA system. Approximately 10 miles of fiber optic cable was also installed along the 10 mile pipeline corridor to provide future County- wide communications capabilities. Permits required for the project included a Florida Department of Environmental Protection (FDEP), Application to Construct Domestic Wastewater Collection/Transmission Systems, an FDEP Public Water System Components permit, an FDEP Environmental Resource Permit (ERP) for the plant site, pipeline construction and directional drill under Trout Creek, a Nationwide 12 permit from the U.S. Army Corps of Engineers for the pipeline work in wetlands, Florida Department of Transportation (FDOT) Utility permits and Pasco County right-of-Way Use permits. The project was co-funded by the Southwest Florida Water Management District. King Engineering Associates,Inc. 103 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB WASTEWATER COLLECTION & PUMPING SYSTEMS 111 Design Services for MDWASD's Force Main 65 Phase 1 Firm Name: King Engineering Associates, Inc. Role: Design of new pump station which accounts for future system expansion/improvements Project/Agency Name: Miami-Dade Water and Sewer Department Project/Agency Contact: Rolando Roque, PE Phone: 786-552-8129 Email: roquer@miamidade.gov Term of Engagement: Start Date: 11/2014 Completion Date: 12/2015 Volume of Contract: $74,457 The Miami Dade Water and Sewer Department (MDWASD), as part of the Pump Station Improvement Program (PSIP), retained King \44/ Engineering Associates, Inc. (King) to provide surveying geotechnical investigation services, technical memorandum, design, cost estimating, scheduling, permitting, and limited construction ,,..� > x:, ort services for the fast-track implementation of the $670 K p support force main for the rehabilitation and upgrade of MDWASD Basin 0065. � �'•► „- .�a Major project components included the design of a new force main �'` to serve Pump Station No. 0065 located at 3385 Crystal Court, Miami, Florida. The design accounted for future system expansion or improvements, utility relocations, roadway improvements, resurfacing and applicable MDWASD sewer criteria standards. The force main was designed for a peak flow of 650 gpm with a flow velocity ranging between 4.1 and 5.1 ft/sec. The new wastewater transmission system consists of approximately 3,000 linear feet of 8-, 12- and 16- inch ductile iron force mains installed along Crystal Court, Tigertail Ave, Natoma Street, and Secofee Streets in the Coconut Grove neighborhood of the City of Miami. The project also involved the replacement and rehabilitation of sewer Manhole No. 423 located at the intersection of Secoffee Street and 22nd Ave. In order to accelerate and expedite the design and permitting process, King procured all applicable dry-run permits with the City of Miami Building and Public Works departments. Permitted Construction documents were completed within 120 days of notice to proceed. The Miami Dade Department of Regulatory and Economic Resources permit was approved within 3 weeks of application submittal. Dry run permit reviews by the City of Miami Building Department and the City of Miami Public Works Department were approved within a week of submittal. King Engineering Associates,Inc. 104 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Design Service for MDWASD's Force Main 65 Phase II Firm Name: King Engineering Associates, Inc. Role: Trenchless investigation, design, cost estimating, scheduling, permitting, and limited construction support services, for the implementation of approximately 1,200 feet of 16- and 24-inch ductile iron pipe cutting through FDOT's US-1 in downtown Miami. Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Rolando Roque, PE Phone: 786-552-8129 Email: roquer@miamidade.gov Term of Engagement: Start Date: 11/2015 Completion Date: 12/2016 Volume of Contract: $140,434 The Miami Dade Water and Sewer Department ,► (MDWASD), as part of the Pump Station Improvement �.p 1' • Program (PSIP), retained King Engineering and Associates, Inc. (King) to provide, surveying, geotechnical • j y investigation services, soft digs, technical memorandum, -~ 3 J trenchless investigation, design, cost estimating, 1 ,: �; scheduling, permitting, and limited construction support services, for the implementation of approximately 1,200 feet of 16- and 24-inch ductile iron pipe cutting through ; '' - FDOT's US-1 in downtown Miami. !.__ """ ' ' Major project components included the design of a new Force Main to serve Pump Station No. 0065. The design accounts for future system expansion or improvements, utility relocations, roadway improvements, resurfacing and applicable MDWASD sewer criteria standards. The force main was designed for a peak flow of 825 gpm. The new wastewater transmission system consists of approximately 1,200 linear feet of 16- and 24-inch ductile iron forcemains. The proposed 16-inch connects to an existing forcemain at Secoffee Street, runs (300 feet along Natoma St where it is enlarged to a 24-inch and continues for 600 feet, crossing US-1, continuing along 19th Ave, and connecting to an existing 48-inch forcemain along SW 25th St. A trenchless installation report was prepared that evaluated various trenchless technologies to cross US-1. Based on geotechnical investigations showing variable and very soft granular materials, and deeper submerged installation required to avoid conflicts with numerous large utilities under US-1, the use of microtunnel and/or horizontal directional drill was deemed too risky. Instead, the design team approached FDOT to request open trench installation and conducted traffic counts, lane closure analysis, and prepared a maintenance of traffic plan. King was responsible for the procurement of all applicable dry-run permits with the City of Miami Building and Public Works departments, and securing the Miami Dade Department of Regulatory and Economic Resources permit. King Engineering Associates,Inc. 105 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Basis of Design Report for the Upgrade and Relocation of Sewer PS 0062 to 7120 NE 2nd Ave. Firm Name: King Engineering Associates, Inc. Role: Basis of Design Report for the upgrade and relocation of sewer PS 62. Project/Agency Name: Pinellas County, FL Project/Agency Contact: Eduardo Luis, PE Phone: 786-268-5374 Email: emlui01@miamidade.gov Term of Engagement: Start Date: 3/2015 Completion Date: 9/2015 Volume of Contract: $73,939 The Miami Dade Water and Sewer - Department (MDWASD), retained King -21:T = =w Engineering and Associates, Inc. (King) it „ , (‘ King to prepare a Basis of Design Report for ,M gy the upgrade and relocation of sewer PS -' 62. The current duplex submersible 1 station has a flow capacity of 3,560 gpm. The new .ump station will be a wet / dry ' • -r` is) p « pit triplex with a flow capacity of 6,680 gpm at a dynamic head of 73 feet and y 4 ,,.,fir ar.n,..»w..�.°. ,rr-w.w�+,,•ex....,,�,..„�:.,�.,,. �:�x�, .. will discharge to a proposed 24-inch � force main. The BODR addressed multiple design criteria including 24-inch force main design, temporary bypass operation, site layout, flood control, electrical control room, generator room, pump room, inlet screening, wet well, dry well, pump selection, valves and appurtenances, flow meter, odor control, electrical design criteria, stand-by power, fuel tank, variable frequency drives, and pump station monitoring and control systems. Permitting requirements were a key to defining site layout to comply with the new City of Miami 21 Code requirements, including setbacks, fencing, parking, open space, roof materials, lighting, and accessibility. Permits identified included Miami-Dade RER sewer extension permit and finished floor elevation; and City of Miami Building Department (fire, plumbing, and electrical), Miami Planning and Zoning Department (Miami 21 code), Miami Public Works Department (ROW closure, drainage, ROW utility, dewatering, police department, and neighborhood enhancement team). King Engineering Associates,Inc. 106 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Design Services for the MDWASD's Pump Station Improvement Program Firm Name: King Engineering Associates, Inc. Role: Final engineering report, design (civil, hydraulic, structural, mechanical, electrical), cost estimating, scheduling, permitting, and limited construction support services, for the fast-track implementation of various sewer pump station rehabilitation and force main expansion projects. Project/Agency Name: Miami-Dade Water&Sewer Department Project I Agency Contact: Rolando Roque, PE Phone: 786-552-8129 Email: ROQUER@miamidade.gov Term of Engagement: Start Date: See Table Completion Date: See Table Volume of Contract: See Table The Miami Dade Water and Sewer Department as part of the Pump Station Improvement Program retained King Engineering and Associates, Inc. to provide, surveying, geotechnical, final engineering report, design (civil, hydraulic, structural, mechanical, electrical), cost estimating, scheduling, permitting, and limited construction support services, for the fast-track implementation of various sewer pump station rehabilitation and force main expansion projects. In order to accelerate and expedite the design and permitting process King procured all applicable dry-run permits. The Miami Dade Department of Regulatory and Economic Resources permit was typically approved within a few of application submittal. 144 / y Hyo! %'� N. r Alowey /. / a .. • King Engineering Associates,Inc. 107 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Table 1 - Design Services for the N'IDWASD Pump Station Improvement Program Project Description Design Construction Completion Dates Fee Cost Start-End Design& Construction Permits Pump Station 65 650 GPM $72,000 $530K 10/14—2/15 6/15— 12/15 Force Main 65 Phase 1 3,000 feet of 8, 12,and 16-inch DIP $74,457 $668K 11/14—3/15 7/15— 12/15 Pump Station 500 730 GPM $72,000 $723K 10/14- 4/15 8/15— 12/15 Force Main 500 2,400 feet of 10-and I2-inch PVC $77,127 $642K 11/14—3/15 8/15— 12/15 Force Main 65 Phase 2 1,250 feet of 16-and 24-inch DIP $140,434 TBD 51/11/514 /15 — TBD TBD(1) Pump Station 502 600 GPM $74,952 $880K 1/15—6/15 2/16—pres. Pump Station 67 500 GPM $74,999 $552K 4/15— 10/15 TBD Pump Station 26 2,200 GPM $103,902 TBD 7/15—pres. TBD Force Main 394 5,000 feet of 10-and 12-inch DIP $25 5,511 TBD 8/15—pres. TBD Pump Station 109 2,400 GPM $98,679 TBD 10/15—pres. TBD Pump Station 836 300 GPM $82,701 TBD 12/15—pres. TBD (1) Additional task authorization for field services approved 11/15;exploring open trench vs tunneling with FDOT CNY), A 5y 1 YA.Z SR .� ,„".A. * ilif g� / H ' A a K N'•Y ,�r 4 1 ..:. .,. n ,� , '1 r' rirt' A�,n, C'f 4 � I{` "�•.:': "'S' d +� fIt x a , r , t ''., ' ' - A ,04 0, ' , ,r, ' , ,, n w kr Pw ;b nsn rid k! - Aw b y °°' An` 4 y, , 4 m / i e e x y�/A a ,,,,',W .A� ,yYy 9' rr r rf 1,• .r Y�%�' t3 i . y.. N „lK"`Tei' ii A :. ! , ,..may^'<. !tiy r w1r ,f .rte' 1�f x, + .4.44., !', __'' ' 5 U� t 1 08 King Engineering Associates,Inc. City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Upgrade of Pump Station #67 Firm Name: King Engineering Associates, Inc. Role: Conversion of 500 gpm dry well/wet well pump station to a submersible pump station Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Juan Curiel/PSIP Phone: 305-446-7450 Email: jcuriel@miamidade-psip.com Term of Engagement: Start Date:4/2015 Completion Dates: Design: 10/2015 Construction: 7/2017 (est.) Volume of Contract: $74,999 Conversion of an existing dry well /wet well pump station to a submersible pump station with a rated capacity of 500 gpm. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). The full design & permitting was completed in less than 5 months. King Engineering Associates,Inc. 109 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Upgrade of Pump Station#500 Firm Name: King Engineering Associates, Inc. Role: Conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 730 gpm. Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Juan Curiel/PSIP Phone: 305-446-7450 Email: jcuriel@miamidade-psip.com Term of Engagement: Start Date: 5/2015 Completion Date:2/2016 Volume of Contract: $72,000 Conversion of an existing dry well /wet well pump station to a submersible pump station with a rated capacity of 730 gpm. The pump station project was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). This project had a 2015 EPA deadline, requiring an accelerated schedule. The full design & permitting was completed in less than 4 months. Fast-tracked design and permitting of an upgrade to PS 0500 to increase the capacity to 600 gpm under an EPA Consent Decree. Work includes replacing the existing dry well / wet well pump station with a larger submersible pump station, providing a new valve vault with 10-inch internal discharge piping, and a full electrical design. Engineering services include hydraulic calculations and pump selection, preliminary engineering report, coordination of geotechnical, surveying, and electrical subconsultants, utility relocations, plans and specifications, cost estimating, construction scheduling, permitting, bidding support, and limited services during construction. Design and permitting King Engineering Associates,Inc. 110 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 1111 MDWASD Force Main 500 Firm Name: King Engineering Associates, Inc. Role: Design of 2400 IF of 10 and 12-inch Force Main to replace the discharge line of pump station 500 Project/Agency Contact: Juan CurieVPSIP Phone: 305-446-7450 Email: jcuriel@miamidade-psip.com Term of Engagement: Start Date: 11/2014 Completion Date: 12/2015 Volume of Contract: $77,127 Design for the replacement of the existing discharge line of Pump Station 500. The project was comprised of approximately 1500 LF of 10-inch force main and 900 LF of 12-inch force main. The design and permitting of the project required close coordination with all applicable regulatory agencies to ensure compliance with the Pump Station 500 2015 EPA deadline. King Engineering Associates,Inc. 111 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ Pump Station 502 Upgrade Firm Name: King Engineering Associates, Inc. Role: Conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 600 gpm. Project I Agency Name:Miami-Dade Water&Sewer Department Project/Agency Contact: Juan Curiel/PSIP Phone: 305-446-7450 Email: jcuriel@miamidade-psip.com Term of Engagement: Start Date: 1/2015 Completion Dates: Design: 812015 Construction: 3/2017 Volume of Contract: $74,952 Conversion of an existing dry well /wet well pump station to a submersible pump station with a rated capacity of 600 gpm. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). Due to physical limitations on the project site, the design required extensive coordination with the MDWASD maintenance staff in order to ensure that pump station layout fit the needs of the department from and operations and maintenance perspective. King Engineering Associates,Inc. 112 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB MDWASD Miami Springs Sanitary Sewer Evaluation Survey (SSSS) Design Firm Name: King Engineering Associates, Inc. Role: Repair recommendations and construction management and inspection of a Sanitary Sewer Evaluation Survey (SSES) for a portion of the Miami-Dade Water and Sewer Department's (MDWASD) wastewater collection system within the City of Miami Springs Project/Agency Name:Miami-Dade Water&Sewer Department Project/Agency Contact: Juan Bedoya Phone: 786-268-5026 Email: jbedo@miamidade.gov Term of Engagement: Start Date:3/2010 Completion Date: 7/2010 Volume of Contract $200,000 King Engineering Associates, Inc. (King) was selected by Miami-Dade Water and Sewer Department (MDWASD) to i n provide Repair Recommendations and Construction Management and Inspection services for the "Preliminary Evaluation Prior to Design and/or Other Upgrades to the MDWASD Sanitary Sewer System within the City of Miami Springs, Florida". The project involved repair recommendations and construction management and inspection of a Sanitary Sewer Evaluation Survey (SSES) for a portion of the Miami-Dade Water and Sewer Department's (MDWASD) wastewater collection system within the City of Miami Springs, Florida. The sanitary sewer collection system consists of I approximately 46 miles of gravity pipes ranging from 8 inches to , 24 inches in diameter, 925 manholes, and 17 separate wastewaters711 - y collection basins within the City of Miami Springs, Florida. r - r . King monitored and inspected the SSES Contractor's cleaning and televising of the sanitary sewer system including gravity lines, manholes, and pump stations for compliance with MDWASD a4, specifications. Cleaning was accomplished by high velocity hydro- cleaning equipment. Smoke testing was also performed for the entire system. Additionally, King documented and reported any discrepancies found on the MDWASD provided Sewer Atlas Maps on the Department's Atlas Correction Form so that MDWASD GIS Master Atlas sheets are up date. ,..i'NNMNiiyeYAl4vuHNtltl,.iN ixNxxiN/N/M'NN m x /v HiH King Engineering Associates,Inc. 113 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Engineering activity included reviewing the video inspection recordings of the sewer lines that are cleaned and video by the Contractor within each pump station basin, identifying and k;A\ cataloging defects, and making repair recommendations • according to MDWASD's approved repair protocols, and F, H,Y( preparing repair cost estimates. The protocols describe p g o e a. repair technologies to rehabilitate the defective segments identified through the SSES project. In addition, King coordinated with MDWASD to include all project information into MDWASD's Proliance (PCTS) system. Summary of work performed - King monitored and inspected the Contractor's cleaning and evaluation of MDWASD's sanitary sewer collection system, including gravity system, manholes and pump stations, for compliance with project specifications. Cleaning was accomplished by high velocity hydro-cleaning equipment. Smoke testing was also performed for the entire system. Additionally, King documented and reported any discrepancies found on the MDWASD provided Sewer Atlas Maps on the Department's Atlas Correction Form so that MDWASD GIS Master Atlas sheets are up date. Achievements -The SSES found the following defects within the sewer collection system: • 145 defects during manhole inspections. • 13,106 defects during CCTV inspections. • 482 defects during smoke testing. • No visible defect during pump station inspections. • )0fifr Cleaning, inspection, and smoke testing procedures were "'"'*".4 conducted in accordance with the contract specifications , while minimizing inconvenience to residents. All defects .; identified were logged into a database provided byMDWASD ` � , y and repair recommendations were determined using 1 .40- MDWASD's Repair Criteria and Technology Guidelines. A , total of 3,038 repair recommendations were identified after the evaluation process King Engineering Associates,Inc. 114 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 MDWASD Pump Station Improvement Program —Six Pump Stations & Forcemain Firm Name: King Engineering Associates, Inc. Role: Basis of Design Reports for six pump stations Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Dan Edwards, PE Phone: 786-552-8354 Email: djedwOl@miamidade.gov Term of Engagement: Start Date: 6/2010 Completion Date: 10/2010 Volume of Contract: $74,636 King Engineering Associates, Inc. was selected by Miami-Dade Water and Sewer Department (MDWASD) to provide engineering services for the preparation of Basis of Design Reports. This work assignment involved ,„.7.00 preparing pump station engineering reports for six pump , station upgrades, analyzing the proposed Pump Station ` (PS) 717 force main system and providing alternative force main recommendations for new 8-inch and 16-inch �� DIP force mains. The six Pump Stations were as follows: 717, 719, 728, 730, 738, and 739. As part of the analysis, the following criteria were considered: Pgµ1NrTA • Force main's maintenance issues solved (4-Inch PS 717 force main and 10-Inch golf course force main)__ . ' • No "piggy backs„ ._ • No property issues (New booster pump station only) • Smaller pump station, less total dynamic head - • Flow diversion availability (72-Inch force main) • Cost effectiveness p✓ rr • No underutilization of PS 709 The purpose was to identify Municipal jurisdictions; , 111111111111111111111111 identify existing or required Right-of-Way, identify the . points of connection of the proposed force mains, pump --majo stations preliminary engineering and pump sizing, '" _ determine sizes and best routes for the proposed force mains in terms of constructability, prepare an opinion of probable cost for the pump station and force main improvements, determine a list of required permits, requirements, and timetables, and prepare a preliminary project schedule. King Engineering Associates,Inc. 115 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I MDWASD CL-1 Pump Station I to C-2 60-inch Force Main Connection Preliminary Alternative Pipe Route Analysis Firm Name: King Engineering Associates, Inc. Role: Final engineering report, design (civil, hydraulic, structural, mechanical, electrical), cost estimating, scheduling, permitting, and limited construction support services, for the fast-track implementation of various sewer pump station rehabilitation and force main expansion projects. Project/Agency Name: Miami-Dade Water&Sewer Department Project/Agency Contact: Dan Edwards, PE Phone: 786-552-8354 Email: djedw01@miamidade.gov Term of Engagement: Start Date: 7/2010 Completion Date: 9/2010 Volume of Contract: $36,500 MDWASD has three wastewater - . treatmentplants: South District ,'. Y_ -SEE Wastewater Treatment Plantr � --r (SDVVWTP), North District Wastewater 4 Treatment Plant (NDWWTP), and ,�1 _ Central District Wastewater Treatment Jr I• r*: w • Plant (CDWWTP). The CDWWTP is N 72ND one of two regional wastewater r -- treatment plants that currently 1St T A n ;-1 ' sfc Rat :, 14; '! discharge wastewater through ocean "" w.-24,1,11.01.cLER-STREET outfalls. Pursuant to the requirements of Chapter 2008-232, Laws of Florida Domestic Wastewater Ocean Outfalls, the discharge of domestic wastewater through ocean outfalls in Florida will be prohibited after December 31, 2025. Currently, MDWASD is developing plans to divert flow from the CDWWTP to other wastewater treatment plants, including a proposed West District Water Reclamation Plant (WDWRP) and the SDWWTP. The proposed interconnection evaluated in this analysis would allow for wastewater flow from Pump Station 1 (PS 1) and Pump Station 2 (PS 2)to be diverted to the proposed WDWRP and the SDWWTP. The project involved performing a preliminary alternative force main route analysis so that PS 1 can pump west to an existing 42-inch force main which discharges at a manhole at NW 13th Avenue and NW 6th Street. The interconnect force main size was determined by MDWASD to be a 60-Inch force main as a result of modeling showing that a 60-Inch force main parallel to the existing 48-Inch force main on NW 2nd Street would provide sufficient pumping capacity. King Engineering Associates,Inc. 116 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The project begins on NW 6th Avenue where the point of connection with the existing 84-inch force main will be identified. The project then extends west and then north along a route to be determined to NW 6th Street/NW 13th Avenue where the point of connection with the existing 42-inch force main will be identified. Services provided included identifying Municipal jurisdictions, identifying existing or required Right-of-Way, identifying the points of connection of the proposed force main, determine its size (60-inch) and determined the best route for the proposed force main in terms of constructability, prepared an opinion of probable cost of the selected route, determined a list of required permits, and prepared a preliminary project schedule for 5,700 feet of 60-inch force main near the Downtown Miami area. King performed utility coordination including requesting a design ticket through Sunshine State One Call of Florida, obtaining utility as-builts for the project area, field reconnaissance, cost estimating, scheduling, and report writing. King prepared preliminary conceptual drawings showing all the utilities information and the proposed route on an aerial photograph. King Engineering Associates,Inc. 117 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Water Reclamation Projects and Miscellaneous Wastewater Treatment Plant Process Evaluations Firm Name: King Engineering Associates, Inc. Role: Assisted MDWASD in evaluating various alternatives to meet the outfall legislation goal of 117.5 MGD of beneficial wastewater reuse by 2025 Project I Agency Name: Miami-Dade Water&Sewer Department Project I Agency Contact: Howard Fallon, PE Phone: 786-552-8225 Email: hjfal01@miamidade.gov Term of Engagement: Start Date: 11/2012 Completion Date: 4/2013 Volume of Contract: $123,000 King was retained by MDWASD to assist staff with evaluating various alternatives to meet the outfall - legislation goal of achieving 117.5 MGD of beneficial ,� wastewater reuse by 2025. The outfall legislation w requires MDWASD to provide an "alternative plan" by July 2013 to achieve advanced wastewater treatment of all ocean outfall discharges by 2018 and fully 4 eliminate the use of ocean outfalls by 2025 at theaft 1..r..4 Mf'. � North and Central District Wastewater Treatment W,y,q Plants; with the requirement for beneficial reuse of 60% of the eliminated discharge, which amounts to "`° 117.5 MGD. The "alternative plan" is intended to address the manner by which MDWASD intends to meet these requirements. In addition, pursuant to its 20-year ...,. ... ,.. ;,i r. .. ... ...............,,.......«wroHjj/r..n i.;;/j„ .' b;[HIGd/G Water Use Permit with the South Florida Water --. - T "� z m nt District, MDWASD is to reclaim 170 � -�` 11.111` J...?1 Manage e MGD and meet its future increase in water supply needs from alternative water supplies and from sources other than the Everglades system which includes the Biscayne Aquifer. King supported MDWASD in evaluating specific reuse alternatives to meet the requirements of the outfall legislation for 117.5 MGD of reuse, as follows: • Floridian Aquifer Recharge using Reclaimed Water (RCW) • Crandon Park Golf Course Irrigation • Irrigation of Doral Golf Courses • Miami International Airport (MIA) Chiller Makeup Water King Engineering Associates,Inc. 118 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Five different design options were evaluated for the Floridian aquifer recharge alternative and two for the Crandon Park Golf Irrigation. Summary of work performed - For each reuse alternative, King prepared general arrangement drawings, identified major system components (treatment, pumping, wells, distribution piping, and N storage), estimated capacities, and prepared planning . s level capital and annual O&M cost estimates (including cost of power). In most instances, it was assumed that <y6 Y w,. filtration and disinfection of the treatment plant's current effluent in accordance with 62-610 FAC for Part 3 r, :.,.:,. .we,. Public Access Reuse (High Level Disinfection) was ¢ 5 sufficient to meet the water quality requirements for 1. iow;Y injection into the Upper Floridian Aquifer. In some cases, however, microfiltration and membrane bioreactors were used torovide the necessary Y imostsiriams treatment for selected alternatives. Finally, King at OMNI prepared a summary table showing costs per gallon of at ng cofteerrukt.seise reclaimed water produced, advantages, and disadvantages for each of the alternatives evaluated. In addition, King was tasked with preparing a preliminary cost estimate of site fill requirements and related site development costs for the proposed West District Wastewater Treatment Plant and Reclamation facility. The facility is intended to process an average daily flow of 107.5 MGD with a total peak flow capacity of 356 MGD. Treatment will consist of membrane bioreactors to handle up to a peak flow of 161.3 MGD, with the remaining peak flows handled by a parallel biological treatment train coupled with HLD. King activities included estimating the facility footprint area, land acquisition costs, finished grade elevations considering sea level rise, cut and fill calculations, addressing permitting requirements and timelines with SFWMD and RER, and preparing land development cost estimate following MDWASD's guidelines. King Engineering Associates,Inc. 119 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 Dunedin Water and Wastewater Treatment Facilities Master Plan Study Firm Name: King Engineering Associates, Inc. Role: Master Plan Study would reduce energy consumption, increase process efficiencies, lower operating costs, facilitate maintenance and address anticipated changes in regulatory requirements Project/Agency Name: Dunedin, FL Project/Agency Contact: Doug Hutchens Phone:: 727-298-3005 Email: dhutchens@dunedinfl.net Term of Engagement: Start Date: 2013 Completion Date: 2014 Volume of Contract: $217,000 fl tow.;We pho,$$ 11111111411A1 11.111 111141 King completed a Master Plan Study for the City of '''; Dunedin's Advanced Wastewater Treatment Plant *,t---_--- (6.0 MGD) with the aim of identifying projects that 4,..'...w :::...i would reduce energy consumption, increase process efficiencies, lower operating costs, facilitate maintenance and address anticipated changes in ...., regulatory requirements. The study resulted in a Capital Improvement Plan that allows the City to plan - ,A for, fund and implement the recommended projects , "i ore 1 -"�. p over the next ten years. Estimated costs for the #,... :.�.'_`-"``� I recommended improvements were developed along f ! / 1 / / / 1 / with a schedule for their implementation and a plan for maintaining operations during their construction. The evaluation was comprehensive and addressed: Projected flows and loadings; .. m , • Potential improvements at the headworks, anoxic, w,,. , t74;; Y,r A anaerobic and aeration basins, filters and effluent :).„....":4.-- IMO pump station; - . r • Evaluations of alternative disinfection methods to reduce disinfection byproducts in the effluent; -- ' ;IliiiiL-Miliii i' ' ' ' ' , :,... '1001.111 - ; '/4418 • Alternative sludge disposal options; .;' ., ,. A; • Electrical system upgrades and efficiency ' ` improvements; co • A complete upgrade of the plant's SCADA system. King Engineering Associates,Inc. 120 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB III US 301 Force Main —SR 674 Valencia Lakes Firm Name: King Engineering Associates, Inc. Role: Alignment evaluations, design, permitting and construction for 8,000 LF of 30-inch force main Project/Agency Name: Hillsborough County, FL Project/Agency Contact: Pedro Rivera, PE Phone: 813-272-5977 x43323 Email: riverap@hillsboroughcounty.org Term of Engagement: Start Date: 7/2010 Completion Date: 3/2013 Volume of Contract: $363,641 King was hired by Hillsborough County to provide alignment evaluations, design, permitting and construction services for ±8,000 If of 30-inch force main along US-301 in advance of an FDOT roadway widening y project. Due to limited space in the right-of- way and proximity to the existing edge of pavement, various methods of construction r . were evaluated including open cut and .�� ,;�, ; - horizontal directional drill. At the 90% complete ti design level FDOT added design requirements " � .� estimated to increase the cost of the project tok ;F. r near $5 million. To reduce costs, King recommended that the County obtain easements on private property in order to remove ±5,800 If of pipe from the FDOT ROW. This segment of pipe was designed in-house by the County while King revised the remaining ±2,300 If in the FDOT ROW, including a ±2,000 LF fusible PVC directional drill under a wetland. The resulting construction contract was for $2.75 million - saving the County an estimated $2 million. Project was completed ahead of schedule and there were no Change Orders other than the final Change Order which deleted unused Owner Allowance funds from the contract. The constructed pipe materials included 3,753 LF of 30" AWWA C-905 PVC and 2,370 LF of 30- inch ductile iron force main installed by open cut; and 2,035 LF of fusible C-905 PVC installed by horizontal directional drill. King also provided full-time construction observation and management services for the project-which was completed ±2 months ahead of schedule. King obtained permits included an FDEP Wastewater Permit, a SWFWMD ERP, a Hillsborough County Environmental Protection Commission Wetland Permit and an FDOT Utility Permit. King also provided full-time construction observation and management services for the project. Included in King's The scope of services was population of the County's CAMS spreadsheet with survey location data for all pipe, valves, fittings, casings and other appurtenances installed during the project. The completed CAMS record was a part of the project close-out documentation. King Engineering Associates,Inc. 121 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II City of Venice Intracoastal Waterway Force Main Replacements Firm Name: King Engineering Associates, Inc. Role: Provide design, permitting and construction services for 1,300 LF of a new 16-inch force main which was constructed across the Intracoastal Waterway at the nearby Venice Avenue Bridge Project/Agency Name: City of Venice - FL Project/Agency Contact: James Healy Phone: 941-486-2788 Email: jhealy@ci.venice.fLLus Term of Engagement: Start Date: 9/2012 Completion Date: 2/2014 Volume of Contract: $130,000 of Venicehastwoparallel 10-inch force mains (cast s{, vii;City �*. s - , a �� is .,�E ..,> w iron) that cross the bottom of the Intracoastal waterway which, - � w r,w f ..R:.. t ' ' xx,, -. due to their deterioration, have been taken out of service. 7 �` i King was selected to provide design, permitting and , , ‘ t xr construction services for 1,300 LF of a new 16-inch force main which was constructed across the Intracoastal Waterway at the w err,. ' M.,R x ,i.\, ;:1 1 ‘t nearby Venice Avenue Bridge. The replacement force main .-. ,� " ` was installed via subaqueous directional drill. A connecting 4- : t_-,R... . '; t ;, , inch force main of approximately 500 feet was also constructed on the west side of the intracoastal to connect , ',*, :,,,";**":,,, '- . .'m tions on the island to the new force main. µ 7Fa yexisting pu p sta � y� , !110.44: % Permits obtained for this project included an FDEP Wastewater permit, FDEP Environmental Resource Permit, Sarasota County N Right-of-Way Use Permit and a U.S. Army Corp of Engineers „,,,,,,,,,,,,i,,,44,,:,,,,,,,,,,N` Nationwide-12 Authorization. The CityalreadyFDEP Sovereign i ;, yy g , ,; Submerged Land Easements because of the existing force ,,/ ,y, r //ku 4.0w� "'�' as main. A - , King Engineering Associates,Inc. 122 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB City of Venice Water Main Replacement Program Firm Name: King Engineering Associates, Inc, Role: Design, Permitting, Bidding Assistance and Construction Administration of 15,600 LF of Small Diameter 6-inch through 8-inch PVC and HDPE Water Transmission Mains Installed via Open Cut and Horizontal Directional Drill Project/Agency Name: City of Venice- FL Project/Agency Contact: Tony Wierzbicki, PE Phone:941- :2-7297 Email: Twierzbicki@Venicegov.com Term of Engagement: Start Date:6/2012 Completion Date:TBD Volume of Contract $447,883 Design, permitting and construction of 15,600 LF of 6-inch _..-.- through 8-inch water transmission mains, abandonment of I, existing and relocation of over 350 private services .. 7 . installed via HDD and open trench. Where necessary to in open cut, the entire intersection is .�_ cross roadways using p . 6 being milled and re-paved in order to eliminate random 2 . patches. For similar reasons, all long side services are 7 being installed in casings using horizontal directional drill. 1 5 Fire hydrant coverage was also evaluated during design, with new hydrants added onto new and existing water - s mains as required. _ 4 Under this contract, King was selected by the City of Venice to provide design, permitting, and construction 3 ;; management services for five (5) phases of this seven (7) phase Program. King's services also include coordinating with homeowners and obtaining signed agreements for the meter and service relocation work on private property. Projects have included: • Phase 1: ±5,000 LF of new 6-inch and 8-inch water mains, abandonment of existing 2-inch through 4-inch mains, relocation of ±141 private services, and a 10-inch directional drill under Hatchett Creek. • Phase 3: ±5,100 LF of 6-inch water main, abandonment of existing 2-inch through 4-inch mains and relocation of ±139 private services. King Engineering Associates,Inc. 123 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Phase 5: ±5,500 LF of 6-inch water main ,11—41;-:47:3'....,,,-:;i4' : abandonment of existing 2-inch through 4- Ilip ,, t,47,,, -4,:-,, ,. "• :: :1 '''' .:341: inch mains and the relocation of ±110 private ° . ,17 -4‘. :- services - including a number of commercial . " -,• .- "`., , lark and fire services. This project is being funded Y. '.- - _ ,..--- , '-'4,t. 4. ,- � with State Revolving Loan funds. ,., ' f � � w :1,7;::::, �Y" Ns'�r4w -_-4-*I� "y 4 � C "":"..;..7„,„' ` r: # li Yn i �bS � z 'A � „ � �- .,, � y "� � -:, ' .InaII phases, water mains were installed using a 1 - a 7 ,4"47?..i '" "' Y-combination of open trench and horizontal - directional drill construction. The means of nr ' Yz - y , "i'-'- .b. ' "'-,2-:'j-:',--'M ' w�, "$i x., :-"-hT; -- - ,.-3,7,,,,,;,...„,,,,:- ,!h.+y,:• �.'" installation was determined based on the level of =�° - -7—...--,:-,.....• i:- � restoration that would be required and the potential disruption to residents. Where necessary to cross roadways using open cut, the entire intersection was milled and re-paved in order to eliminate random patches. For similar reasons, all long side services were installed in casings using horizontal directional drill. Fire hydrant coverage was also evaluated during design, with new hydrants added onto new and existing water mains as required. Permits have included FDEP/Health Department Water permits (Notice of Intent to Use the General Permit For Construction of Water Main Extensions For PWSs), FDEP Environmental Resource Permits, Sarasota County Right-of-Way Use Permits and FDOT Utility Permits. The program is also being used to bring all affected lots into conformance with the City's new backflow prevention program with double check valves or reduced pressure zone backflow preventers, and pressure relief valves where applicable, being added to services depending on the level of risk (i.e. private well or reclaimed water for irrigation). King Engineering Associates,Inc. 124 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Wet Weather Force Main and Monitoring System Firm Name: King Engineering Associates, Inc. Role: Integrity evaluation and diagnostic testing of±3 miles of existing 16- and 20-inch force main using Pure Technologies SmartBall and ultrasonic bracelet probe methods, design of 7 miles of force main and upgrades to 6 pump stations Project/Agency Name: Largo, FL Project/Agency Contact: Chuck Mura, PE Phone: 727-587-6713 Email: cmura@largo.com Term of Engagement: Start Date: 4/2011 Completion Date: 5/2017 Volume of Contract: $1.94 million King Engineering was contracted as part of a 2-firm team to provide preliminary engineering, design, �` N permitting and construction services x T... _ . .,•4.. for improvements to the City of Largo's `x x � �� ��� i 'u'L6lr::wwrwav.•auAK+a.'7if6Y4aron^ra sanitary sewer collection system with the objective of eliminating sanitary --- • sewer overflows by bypassing the . 12,-- gravity sewer system during rain events and conveying flow from six major lift stations directly to the City's - - wastewater treatment plant. King's specific scope of services during preliminary engineering included the following: • hydraulic modeling of the entire 12 miles of force main and six pump stations, • topographic survey of the entire 12-mile force main route, • preliminary species assessment, • route evaluation of three potential alternatives, • integrity evaluation and diagnostic testing of ±3 miles of existing 16-and 20-inch force main using Pure Technologies SmartBall and ultrasonic bracelet probe methods, • provide sketch and legal descriptions of approximately five easements required King Engineering Associates,Inc. 125 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB King's specific scope of services during final design of the project included the following: • Civil and mechanical design of four submersible lift station upgrades, including a 580 gpm duplex, a 1,100 gpm duplex, a 1,400 gpm triplex, and a 1,100 gpm triplex • Design of ±7 miles of 12-inch to 20-inch force main (ductile iron, PVC, and fusible PVC) to replace an equivalent length of existing 8-inch to 16-inch mains. Due to the heavy congestion of utilities and residences, roadway crossings, and waterbodies, much of the route is to be installed using trenchless methods. Two roadway crossings and one railroad crossing will be installed by jack and bore in 24-inch to 30-inch steel casings. Six (6) horizontal directional drills of 14-inch to 20-inch fusible PVC, totaling approximately 12,000 LF, are proposed, including one 2,000-foot drill under John Taylor Park Lake, a County- maintained facility. • General provisions and technical specifications • Cost estimates King Engineering Associates,Inc. 126 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Clearwater Memorial Causeway Subaqueous Pipelines Firm Name: King Engineering Associates, Inc. Role: Design, permit, and prepare construction plans for the installation of 2,000 LF of 20-inch replacement force main across Clearwater Harbor Project/Agency Name: City of Clearwater Project/Agency Contact: Robert Fahey Phone: 727-562-4608 Email: RobertFahey@myClearwater.com Term of Engagement: Start Date: 1/2015 Completion Date: 5/2017 Volume of Contract: $336,746 The City of Clearwater contracted King to design, permit, and prepare construction plans for the installation of a replacement force main across Clearwater Harbor from Bayway Blvd. to SR 60 (approximately 2,000 LF) and a - -- w**•0{ new 20-inch pipeline across the Intracoastal Waterway from the Memorial Causeway to Drew Street for future use as either a force main, water main, or reclaimed water main F.,: (approximately 2,700 LF) , King also performed surveying as part of the scope of services. Services included topographic surveying via N � s,y ,p� �ry, conventional ground survey, and water bottom utilizing bathymetry. King Engineering Associates,Inc. 127 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I SR 688 (Ulmerton) Utilities Relocations — El Centro Blvd. to 119th St N Firm Name: King Engineering Associates, Inc. Role: Design, permitting, and construction services for the installation of 14,500 LF of 2-12-inch pipe via deep trenching (18+ feet), directional drill,jack-and-bore, and pilot-tube microtunnel Project/Agency Name: City of Largo Project I Agency Contact: Chuck Mura, PE Phone: 727-587-6713 Email: RobertFahey@myClearwater.com Term of Engagement: Start Date:2005 Completion Date:2016 Volume of Contract: $390,000 King was retained by the City of Largo to provide design, permitting, and construction services for the utility relocations along 7 sections of Ulmerton Road, between 1-275 and 119th Street N. Three (3) of these sections, totaling 5.1 miles '•11r4 - "` ''' between 119th St. N and Lake Seminole Bypass Canal, were completed simultaneously by FDOT by two separate " contractors. Through this area, the City recognized they N i '.. $ n' ,_,., opportunity to expand the existing City wastewater collection ,::.a.. system, eliminating private septic systems and small pump .�� stations. Subsequently, King developed a conceptual plan of .3 rY r?F recommended expansions to the system along Ulmerton Road, Lake Avenue, and Starkey Road to relieve local `,r��` �� ' 0 i capacity issues and pick up new services. The proposed spi , plan included expansions outside the FDOT contract, to be completedCity bythe in the future. The work inside the FDOT right of way was constructed by Utility Work by Highway Contractor Agreement (UWHCA) with FDOT, and included approximately 8,000 LF of 2"-8" FM and 6,500 LF of 8"-12" sanitary sewer. The design included several difficult construction methods, including deep trenching (18+ feet), directional drill, jack-and-bore, and pilot-tube microtunnel. All design drawings, specifications, and estimates were developed using FDOT standard forms and procedures, and submitted in CAD-compliant Microstation formats in accordance with their electronic submittal system (PEDDS). King provided full construction services, including attending weekly coordination meetings, providing part-time field observation and representation, coordinating daily and weekly quantities for Contractor pay application review, testing and clearance, and final UWHCA closeout. King Engineering Associates,Inc. 128 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB CORROSION CONTROL I City of Boca Raton, FL Firm Name: Corrpro Companies, Inc. Role: Cathodic protection services Project/Agency Name: City of Boca Raton Project I Agency Contact: Ramy Maharaj Phone: 561-338-7316 Email: rmaharajemyboca.us Term of Engagement: Start Date: 2010 Completion Date: TBD Volume of Contract: $50,000 Installation, service & maintenance of the current cathodic protection services. Cape Canaveral Air Force Station, FL Firm Name: Corrpro Companies, Inc, Role: Field testing for cathodic protection systems Project/Agency Name: NASA Project/Agency Contact: Melody Bilby Phone: 321- 632-3484 Email: melody.bilbyejbosc.ksc.nasa.gov Term of Engagement: Start Date: 5/2011 Completion Date: 6/2011 Volume of Contract: $9,530 Performed field testing for underground water and wastewater piping, underground lift station structures, and an internal ,li system for the elevated water tank. Performed field testing of ' clarifier and digester galvanic cathodic protection systems. ,;/ ,; � Performed troubleshooting and design for remediation of all deficient systems. j$ King Engineering Associates,Inc. 129 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Birmingham Water Works, Birmingham, AL Firm Name: Corrpro Companies, Inc. Role: Cathodic protection services Project/Agency Name: Birmingham Water Works Project/Agency Contact: Terrance Williams Phone: 205-567-6514 Email: terrance.williams@bwwb.org Term of Engagement: Start Date: 2007 Completion Date: TBD Volume of Contract: ' ,* ., 4-* .) ,, Installation, service & Maintenance of the current cathodic „ , . . ", # protection services. '' 1 4 ''' 'sle.' � r' e- m,a.a Ni n,. 111 Florida Public Utilities Firm Name: Corrpro Companies, Inc. Role: Design,testing and installation of cathodic protection systems Project/Agency Name: Florida Public Utilities Project/Agency Contact: James Rolle Phone: 561-723-3483 Email: jrolle@fpuc.com Term of Engagement: Start Date: 2015 Completion Date: TBD Volume of Contract $100,000 i in and troubleshootingactivities for the natural gas ; ,> Performed testing distribution network in conjunction with FPU personnel. Performed f " . I . I design activities regarding new cathodic protection systems required. Installed new impressed current cathodic protection systems and - 4 performedmajorrepairsexisting Y to systems. Services provided in West `�- Palm Beach to Boca Raton and Fernandina Beach, Florida. „, , . , ,..... ' ,,• g41;', ' ..'-” A‘Ni h, — - - ' —.,3;,4 King Engineering Associates,Inc. 130 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB M ICROTUNNELING III Balch Consolidation Conduit Firm Name: Staheli Trenchless Consultants, Inc. Role: Design and construction services including microtunneling Project/Agency Name: City of Portland BES Project I Agency Contact: Mark Hutchinson Phone: 503-823-7113 Email: Mark.Hutchinson@portlandoregon.gov Term of Engagement: Start Date: 2007 Completion Date: 2011 Volume of Contract: $684,500 Design and construction services on this BCC project. - The project included 6,800 feet of 84-inch microtunneling on five drives. Soils on the project were - r, _,w� . ...•,.� widely varied and included extremely soft silts and clays that required ground improvement to allow .� 717 microtunneling. The project also included very !.� x ,x \- ,, '\`' ).. aggressive open-graded gravels and cemented m `"\ , ,,..„.ti�. Troutdale formation. The longest drive on the project , , was 1,690 feet and traversed beneath Highway 30. An ' ,iii.\, - P 4*.., alternative contracting mechanism was used for project . ., ..�, a delivery ,_ that included bringing the Contractor on the �� ��4,4 /x rx fi , design team at the 60% design level to negotiate final design modifications and cost parameters. '• �yrr,of" ® / ' d. B � ��7,:.,,,,,—,p , ,/p , r / ' "B �/ lR H4rrt //1�r/ ';',:!'10,,,;,;s4; Nr�HI a., � ak „i d, "�%, /// r �{� jI/ //, 4�/�r,/0-!'' '''''',,;;:;„',:,if n ,Fy *I*, '';''' 4 ,, , ' ,',,,;;;;;;70 41 u/�.rh ' ii,,,,,,..„,4, .amu, p �k r 'a"tg/ uI A. s 8.sr ;alk I! n ii : ' -, ‘, „„,A, , tt � ' 'sic „,,,, ti 'I ry r, I //n I r�� , \\\ U�H\ lef/ , ro i s ' .04ii: ''1410,1, , '' " ' ",, Ili is i '1"ifiN �.J Ham: .. �\.\� N: Vic p, „„„ r, wY.. / n King Engineering Associates,Inc. 131 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Tulalip Water Pipeline Firm Name: Staheli Trenchless Consultants, Inc. Role: Design and construction services including trenchless Project/Agency Name: The Tulalip Tribes Project I Agency Contact: Debbie Bray Phone: 360-716-5024 Email: dbray@tulaliptribes-nsn.gov Term of Engagement: Start Date: 9/2007 Completion Date: 3/2012 Volume of Contract: $669,685 STC provided design services for a major water transmission pipeline to deliver approximately 36 mgd from the City of Everett, Washington, to the Tulalip Tribes located near Marysville, Washington. The pipeline is over 7 miles in length and traverses highly sensitive areas including wetlands, sloughs and rivers that could not be crossed with open-cut construction. A number of trenchless construction alternatives were considered during the design of the crossings of the Snohomish River, Steamboat, Union and Ebey Sloughs, and Quil Ceda Creek. After an extensive risk- and cost-based analysis, horizontal directional drilling was chosen as the preferred construction method for the pipeline installation. STC designed four 36-inch bores for the project (details below), totaling approximately 10,000 feet of drilling through challenging geotechnical conditions including very soft soils and open- graded river gravels, and within close proximity to bridge piles. The design included substantial mitigation measures to minimize drilling risks. Tulalip Water Pipeline Segment 5 South; City of Everett and Tulalip Tribes, Everett, WA STC provided design engineering and construction inspection services on 3,700 feet of horizontal directional drilling underneath Union and Steamboat Sloughs in Everett, WA. Thirty six-inch steel pipe was installed through very - . soft soil, including marsh deposits with lenses ro 'y w ofpeat. Challenges of the project included the y , g �` ,°4 risk of hydrofracture and poor steering ,C , response within the soft soils, and the potential w if to impact an existingpile-supported bridge. .71- _ w�- ,7: _p p pp ., :;: , . �.� The alignment incorporated two horizontal a .46 NMN 0% 2,tiiiii, ,,,,,, „,,, �.i �`�iA9u4+NNq 4•^k. x,....w..:.i.r..v.4. curves to provide maximum clearance from the ,- w l bridge piles, and conductor casings were used - ' w , „ �� ; . .1, to mitigate hydrofracture within near-surface ,„, p , j✓H soils. The project was successfully completed '' `' e ! in 2011, with pullback taking just under 13 . "47,/;:f , w-. -,,,4 w ', ...' hours. King Engineering Associates,Inc. 132 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Tulalip Water Pipeline Segment 7; City of Everett and Tulalip Tribes, Marysville, WA STC provided design engineering and construction inspection services on 1,200 feet of horizontal directional drilling underneath Quil Ceda Creek in Marysville, WA. 36-inch steel pipe was installed through soft estuarine soils. Borehole geometry was severely limited by the site constraints including overhead power lines and the available space for drill rig set up and pipe layout. The site was bound on the east side by residential and commercial development and on the west by private property. The alignment was designed on a near-continuous curve that was based on using a bend radius that would not over-stress the drill string pipe or the product pipe. Product pipe pullback commenced on the Wednesday before Thanksgiving 2011, and was successfully completed in less than five hours without incident, allowing holiday shoppers free access to the roadway. Tulalip Water Pipeline Segment 5 North; City of Everett and Tulalip Tribes, Marysville, WA STC provided design engineering and - � , construction inspection services on 2,800 feetLi ; / °w of horizontal directional drilling underneath r�:,,/ �- /� Ebey Slough in Marysville, WA. Thirty six-inch W • steel pipe was installed through very soft soil, ' *----'-',: ...1.4s*- -!., r„, '7,...„5-,;.-,,,,,.. ' including marsh deposits with lenses of peat. 0. a.M.. I µ The primary risks associated with the Ebey . Slough Crossing were the potential settlement ! .. rlimia of an Interstate freeway off-ramp, the high ' COS,01.01111111010 IS .15 r,, —.....iiiiiiiii possibility of hydrofracture due to soft soils, and pipe binding during pullback. To mitigate the risk of settlement of the off ramp and hydrofracture, the installation of a conductor casing at the entry location was required by the contract documents. To mitigate the risk of pipe binding and increased forces during pipe pullback, the pipe was designed to be pulled back in one continuous pull, which required working collaboratively with the State Department of Transportation (WSDOT) to layout and assemble pipe along the edge of Interstate 5. The project was successfully completed in 2012. Tulalip Water Pipeline Segment 3; City of Everett and Tulalip Tribes, Everett, WA STC provided design engineering and j construction inspection services on 2,000 feet ,,, of horizontal directional drilling underneath the Snohomish River and the Burlington f : � - Northern/Santa Fe Railroad in Everett, WA. ry, `7`° Thirty six-inch steel pipe was installed through ,, ,A7,,,, ,,*-- . //V M 74.'" ,M deltaic and estuarine deposits. The primary , ' f ..F/N5'k 1JYN�yypH .vWNM` A ..�.V:. yb�"'/ v� , µ �u. F risks associated with the Snohomish River Crossing were the potential settlement of the railroad tracks and the existing pilings on the south side of the river potentially providing a preferential flow path for drilling mud to enter the river. A conductor casing was installed to protect the railroad tracks against settlement, and the alignment was designed to provide adequate clearance beneath and between pilings. King Engineering Associates,Inc. 133 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Lift Station #87 Design and Forensic Analysis Firm Name: Staheli Trenchless Consultants, Inc. Role: Design and forensic analysis/microtunneling Project/Agency Name: City of Sarasota Project/Agency Contact: Steve Topovski Phone: 941-329-6193 Email: Steve.Topovski@sarasotagov.com Term of Engagement: Start Date: 2013 Completion Date: 2016 Volume of Contract: $293,250 Staheli Trenchless Consultants has provided design services and forensic analysis for the City of Sarasota's Lift Station #87. The project includes the installation of 1,300 feet of 36-inch gravity sewer pipeline via microtunneling. The original design of the pipeline began in 2008, but complications encountered during construction in 2011 made re-design necessary. STC performed a forensic analysis of the previously failed construction in order to determine existing risks, then provided re-design services focused on mitigating these risks. The re-design included preparation of a new tunneling specification and geotechnical baselines written to address existing project conditions. STC will be performed on-site specialty construction management during construction. King Engineering Associates,Inc. 134 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Lake Oswego's Package 2 — Raw Water and Finished Water Pipelines — OR Firm Name: Staheli Trenchless Consultants, Inc. Role: Trenchless feasibility evaluation Project I Agency Name: Lake Oswego-Tigard Water Supply Partnership Project I Agency Contact: Joel Komarek Phone: 503-697-6588 Email: jkomarek@ci.oswego.or.us Term of Engagement: Start Date: 2011 Completion Date: 2015 Volume of Contract: $991,280 Staheli Trenchless Consultants assisted with all trenchless feasibility evaluation and constructability efforts for the design of .. r — a 3,900-foot crossing underneath the Willamette River by HDD, Iii �. crossings beneath Interstate 5 and the UPRR and two 200-foot �7- tracks by pipe ramming. These efforts included the analysis of k ,._ Il potential alignments and bore geometry, risk evaluation and cost * ,.2'''',::,'�; ;x. `- estimate preparation, construction schedule and public impact determination, pipe sizing and material selection, geotechnical investigation and laboratory test recommendations, construction layout area and easement selection, and general evaluation of all trenchless pipeline constructability. STC provided design support throughout the project, as well as on-site specialty construction inspection for the trenchless crossings. King Engineering Associates,Inc. 135 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Martha Lake Gateway Sewer Project— Lynnwood, WA Firm Name: Staheli Trenchless Consultants, Inc. Role: Design and construction of two trenchiess crossings Project I Agency Name: Alderwood Water and Wastewater District Project/Agency Contact: Paul Richart Phone: 425-741-7967 Email: PRichart@Alderwoodwater.com Term of Engagement: Start Date: 2010 Completion Date: 2014 Volume of Contract: $929,200 Staheli Trenchless Consultants assisted Alderwood Water and rtiq r y �: Wastewater District with the design and construction of two y ''' ,:i7,:: trenchless crossings in Lynnwood, WA. The first crossing consisted � �.. of 550 feet of 66-inch casing installed beneath Interstate 5 by open ,, r; , shield pipe jacking; the second consisted of 200 feet of 42-inch �� rwr r �tir;v�` r pp J g casinginstalled beneath a arterial street usingauger boring. jr ua r , major :-,,,,i%.,,,,,, ,,,, �x � �� STC p p artici participated in a workshop identifying the preferred trenchless `- '$ w.� , yN technology, and performed an independent review of the design _m, specifications, drawings, and Geotechnical Baseline Report prior to bid. Special attention was given to the baselines and measurement 1 and payment language to address the known risk of boulders and cobbles anticipated to beecountered during the crossing of Interstate 5. STC worked with the District and the Design Team to develop baselines that would effectively share risk while keeping bid costs competitive. STC performed full-time specialty construction inspection during both crossings and assisted the District in evaluation of change orders based on the contract language. . ,,,,,,,,,,...„Air:7,,i,,,,ip,:, `�'�aa �"� irk ` �t\ r („::,,,,, ', i B� s , R f a � �4.4,,,, / rJ r�rM fia'rrAa\ �,., � /i�r ref. r'��lk � rr/nk r � � �''• a ."'�6 !:.� yrrlr Ir�/,fir p�/ifri/ r�.0//�ra yyy//hr r'1:'''''',44 r/ir/r y/4 r //f 4/1,,j„,,„,,,,,/,- /%ir rria-' �,Hrr .Im. /a �y � u� S wy�' da � rr F r/�(�r I;��y 4rr hYa v r frrlr,�9/,, /p w '1\0, Y� r ftr ikr + ,. `fib a • ` 4W� "aw tl' � " � H '1,74k-r1;::r; t Mia King Engineering Associates, Inc. 136 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB GEOTECHNICAL ENGINEERING 20-Inch Water Replacement under Biscayne Bay— Miami-Dade County, FL Firm Name: Geosol, Inc. Role: Geotechnical investigation along watermain alignment for preparation of Criteria Package for Design-Build of project Project/Agency Name: Aecom Project I Agency Contact: Roger Williams, PE Phone: 305-444-4691 Email: roger.f.williamseaecom.com Term of Engagement: Start Date: 7/2009 Completion Date: 4/2011 Volume of Contract: $40,000 Geotechnical investigation along watermain alignment for preparation of Criteria Package for Design-Build of project. The field investigation included the performance of test borings, rock coring and packer testing to determine the hydraulic conductivity (k) values of the subsurface rock formation near the elevation of the proposed 20-inch diameter water main from the Port Island working shaft in the north end to the Fisher Island in the south end. The geotechnical and subsurface investigation included drilling and sampling in water using a jack-up platform with a drilling or coring rig using wireline up to 4-inches in diameter and 100-feet deep. King Engineering Associates,Inc. 137 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 54-1n. Dia. SanitarySewage Force Main from City of Miami Beach to CDWWTP — Miami-Dade County, FL Firm Name: Geosol, Inc. Role: Geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project Project/Agency Name: Aecom Project/Agency Contact: Roger Williams, PE Phone: 305-444-4691 Email: roger.f.williams@aecom.com Term of Engagement: Start Date: 4/2009 Completion Date: 12/2013 Volume of Contract: $1,004,340 54-In. Dia. Sanitary Sewage Force Main from Miami Beach to CDWWTP, Miami-Dade County: Geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project. The field investigation included the performance of test borings, rock coring and packer testing to determine the hydraulic conductivity hydraulic conductivity (k) values of the subsurface rock formation near the elevation of the proposed tunnel alignment for the 54-inch diameter sanitary sewage force main from the Miami Beach working shaft in the north end to the Virginia Key working shaft on the southern end. The geotechnical and subsurface investigation included drilling and sampling on land and in water using a jack-up platform with a drilling or coring using wireline up to 4-inches in diameter and 300-feet deep. King Engineering Associates, Inc. 138 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Proposed 36-Inch Diameter Water Main Project— Hialeah, FL Firm Name: Geosol, Inc. Role: Geotechnical field and laboratory testing programs for evaluation of subsurface and groundwater conditions for water main installation Project I Agency Name: Aecom Project/Agency Contact: Jim Penkosky, PE Phone: 305-444-4691 Email: Jim.Penkosky@aecom.com Term of Engagement Start Date: 9/2010 Completion Date: 12/2013 Volume of Contract: $26,279 The project involved the design of approximately 8,000 linear feet of 36-inch diameter water main along NW 170th Street, from NW 87th to NW 102nd Avenues and approximately 1,200 linear feet of water main along NW 102nd Avenue from NW 170th to NW 166th Streets in the City of Hialeah, FL. The installation of the pipe required excavation and support of the existing subsurface materials, including in the area of a proposed microtunneling crossing under 1-75. Geotechnical field and laboratory testing programs were performed for this project for evaluation of subsurface and groundwater conditions for the water main installation. The general subsurface conditions at the site of the proposed force main were explored by performing Standard Penetration Test (SPT) borings at 300-foot spacing. The borings were performed on land. The results of the geotechnical testing programs were used for providing recommendations for the design and construction of the installation of the proposed water main construction. King Engineering Associates,Inc. 139 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Districtwide Geotechnical and Materials Testing Contracts, From Monroe to Osceola Counties FDOT Districts 4 & 6 — FL Firm Name: Geosol, Inc. Role: Geotechnical and materials testing Project/Agency Name: Florida Department of Transportation Project/Agency Contact: Michael Kim, PE Phone: 954-677-7030 Email: Michael.Kim@dot.state.fl.us Term of Engagement: Start Date: 2003 Completion Date: TBD Volume of Contract: $1.5 million Responsible for executing over 150 work orders for projects located in FDOT Districts 4 & 6 for PD&E, final design and construction phases. The approximate length of roadway coverage on this contract is about 300 miles from Monroe to Osceola Counties. Recent performance grade was 95%. King Engineering Associates,Inc. 140 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB DERM01-WASD-NLE West Project— Opa Locka, FL Firm Name: Geosol, Inc, Role: Geotechnical field and laboratory testing programs were performed for this project for evaluation of subsurface and groundwater conditions for the sewer force main installation Project/Agency Name: Aecom Project/Agency Contact: Maria Molina, PE Phone: 305-436-9200 Email: mmolinaenova-consulting.com Term of Engagement: Start Date: 1/2005 Completion Date: 9/2006 Volume of Contract: $14,900 The project involved the design / build for the installation of a 54 -inch diameter pre-cast pre- stressed concrete sewer force main across the southeast section of Opa-Locka Airport, in Opa- Locka, Florida. The length of the proposed force main is approximately 9,100 feet. The alignment of the pipe starts at the Opa-Locka Airport southern boundary near LeJeune Road (NW 42nd Avenue) then travels west to a point west of 57th Avenue and the Red Road Canal. The project included a 300-foot long sub-aqueous crossing near 57th Avenue. The installation of the pipe required excavation and support of the existing subsurface materials, Geotechnical field and laboratory testing programs were performed for this project for evaluation of subsurface and groundwater conditions for the sewer force main installation. The general subsurface conditions at the site of the proposed force main were explored by performing Standard Penetration Test (SPT) borings at 300-foot spacing. The borings were performed on land and airsides within the premises of the Opa-Locka Airport. The results of the geotechnical testing programs were used for providing recommendations for the design and construction of the installation of the proposed force main construction. King Engineering Associates,Inc. 141 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB STRUCTURAL ENGINEERING I Conversion of Pump Station — Miami Beach, FL Firm Name: Eastern Engineering Group Company Role: Structural inspection, report, and subsequent design to convert an existing City-owned pump station structure into an office facility Project/Agency Name: LIVS Associates Project/Agency Contact: Iraldy Martin Phone: 305-443-2933 Email: lmartin@livs.net Term of Engagement: Start Date: 5/2010 Completion Date: 2011 Volume of Contract: $7,150 Structural inspection, report, and subsequent design to convert an existing City-owned pump station structure into an office facility, which required changes such as new concrete slab covering the pump well, wind calculations for windows and doors, new concrete handicap ramp and railing at j111 building exit, and cost estimating for the structural portion of - the project. An uncovered maintenance yard with concrete Allaill."1111"" framing and masonry walls was also added, to store construction materials for the City. King Engineering Associates,Inc. 142 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB III City of Hialeah Water and Sewer— Hialeah, FL Firm Name: Eastern Engineering Group Company Role: Structural inspection Project/Agency Name: City of Hialeah Project/Agency Contact: Reinaldo A. Gomez Phone: 305-687-2682 Email: RAGomez@hialeahfl.gov Term of Engagement: Start Date: 3/2011 Completion Date: 2012 Volume of Contract: $2,500 Structural inspections of steel reinforcing of foundations, columns N and CMU walls, and inspections of concrete beams, steel embedment, steel truss layout and connections, and steel deck. This project is a new building added to the existing City complex for the Water and Sewer Department. King Engineering Associates,Inc. 143 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB III Pump Station 65 — Miami, FL Firm Name: Eastern Engineering Group Company Role: Structural evaluations, plans and calculations for modifications to pump station Project/Agency Name: King Engineering Associates, Inc. Project/Agency Contact Agustin Maristany, PE Phone: 305-392-9979 Email: amaristany@kingengineering.com Term of Engagement: Start Date: 9/2014 Completion Date: 12/2015 Volume of Contract: $5,125 • Evaluation of existing pump station underground structure condition. • Plans & calculations for modification to structure (may involve strengthening) to include: o Existing demising wall new opening. o Removal of existing mezzanine in dry well. o Increase structure's dry well access from top hatch. o Extend structure up to grade level for ease of access. King Engineering Associates,Inc. 144 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Biscayne Nature Center Rev— Miami-Dade County, FL Firm Name: Eastern Engineering Group Company Role: Structural design and analysis of concrete supports for saltwater pump systems Project/Agency Name: LIVS Associates Project/Agency Contact Iraldy Martin Phone: 305-443-2933 Email: (martin@livs.net Term of Engagement Start Date: 12/2008 Completion Date: 1/2009 Volume of Contract $5,84,5 Structural design of two concrete platforms of 105 and 165 square feet to support saltwater pump systems; and structural analysis and issuance of recommendations for crack repairs at exterior concrete slabs. The Biscayne Nature Center provides institutional programs for awareness and appreciation of the natural world and ecological concepts for the Miami Dade County Public School System. King Engineering Associates, Inc. 145 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II Pump Station, Pipeline and Gymnasium Design — Miami, FL Firm Name: Eastern Engineering Group Company Role: Structural design of water main, sewer main and force main extension plans, a private pump station, parking and a gymnasium; and, revision and final certification for Environmental Resource Permit Project/Agency Name: Nyarko Architectural Group Project/Agency Contact: Charles 0. Nyarko Phone: 305-820-3555 Email: cn@nyarkoarchitects.com Term of Engagement Start Date: 2011 Completion Date: 2013 Volume of Contract: $15,250 Civil engineering design of water main, sewer main and force main extension plans, a private pump station, revision and final certification for Environmental Resource Permit, design of 36 additional parking spaces, design of a new driveway connecting NW 135th Street with a new gymnasium and the east side of the parking lots, and design of new striping for an inner loop road connecting the site to both NW 135th Street and 22nd Avenue. This project consists of a new one-story gymnasium of 23,156 square feet. Structural design of a one-story gymnasium of 23,156 square feet, featuring basketball court, classrooms, nurseries, bookstores, sitting areas, among other gym amenities. The structure features shallow continuous wall foundations, load-bearing masonry walls with a low roof around its perimeter, and a central high roof over the basketball courts consisting of metal decking and light-weight insulating concrete over open-web steel joists spanning across. King Engineering Associates,Inc. 146 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ELECTRICAL ENGINEERING I Miami-Dade County Parks and Recreation Lift Stations Firm Name: Louis J. Aguirre&Associates, P.A. Role: Planning and design of power systems Project/Agency Name: Kimley-Hom and Associates, Inc. Project/Agency Contact: Juan Jimenez, PE Phone: 305-673-2025 Email: juan.jimenez@kimley-horn,com Term of Engagement: Start Date: 912014 Completion Date: 10/2014 Volume of Contract: $18,000 Mr. Louis J. Aguirre, P.E., LEED AP was Principal-in-Charge of the various Lift Station projects for several parks that 4111gMbp included Sgt. Joseph Detancy, Continental, Devonnaire, Ron Ehman and Tropical Estates. The firm provided the design engineering services in order to get the Lift Stations in place �` 14 and fully functional. .. �i ru 9y'..., ,...� i�•'kM N w�:.r Ail'' r'M6. "/.. ofil. The firm provided professional Electrical Engineering services that required extensive planning and design of the power systems that linked up to the pumping sewer connection system throughout the park. This included work and improvements to the lift stations as well as the water mains throughout the park. King Engineering Associates,Inc. 147 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I City of Miami Design — Build Gibson Park Firm Name: Louis J. Aguirre&Associates, P.A. Role: Mechanical, Plumbing and Fire Protection design engineering services. Project/Agency Name: Recreational Design and Construction Project/Agency Contact: Ariel Guitian, Sr. Phone: 954-566.3885 Email: AGuitian@recreationaldesign.com Term of Engagement: Start Date: 9/2010 Completion Date: 9/2012 Volume of Contract: $43,268 The park located at 401 NW 12th Street, Miami underwent a face-lift in order to provide recreational/leisure services and expectations while preserving the cultural influences throughout the community. Louis J. Aguirre & Associates, P.A. provided the Mechanical, Plumbing and Fire Protection design engineering services. The project's site plan was designed to meet the program requirements within a strict limited space and was carried out in two (2) separate phases with the scope of work that gm— r included 1,000 covered stadium bleachers, press box with ADA accessible elevator and P.A. system, central pavilion and bandstand, playground areas with artificial turf, an 11,162 sq. Apr.* , ft. 50-meter 8-lane competition swimming pool area, water activity pool, pool house, green sports field with new lighting system, community center, gymnasium, library building, picnic pavilions, new electrical generator and chiller yard, renovated parking lots areas and fitness support spaces. The project was designed and processed through the Silver LEED® rating certification. The Phase I involved all the site work (parking area, road access, etc.), multi-purpose ball field with a 372' x 172' playing area, bleacher seating with a total capacity of 1,500 seats, a 2,500 sq. ft. Tot lot area, open play area, outdoor fitness core equipment, site furnishings/amenities, a new 11,162 sq. ft. competition pool, a 1,096 sq. ft. Tot pool, a 2,000 sq. ft. pool equipment building, a 6,491 sq. ft. community building, a 4,320 sq. ft. library renovation and dumpster enclosure. The Phase II involved a new 15,200 sq. ft. Sports Building that consisted of a gymnasium, bowling center (2,500 sq. ft.) and concession stand. Some of these resourceful equipment included the HVAC equipment constructed to be highly energy-efficient refrigerant- friendly, water efficient plumbing fixtures, automated shut-off faucets, solar hot water heaters, fire sprinkler systems hydraulically calculated, state-of-the art control filtration and treatment system for the pool areas, recirculation pumps and many other features. Our firm provided the Mechanical (HVAC, Plumbing and Fire Protection) portions of the scope of work. King Engineering Associates,Inc. 148 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Gibson Park Improvements — Miami, FL Firm Name: Louis J. Aguirre &Associates, P.A. Role: Mechanical, electrical and plumbing engineering services Project I Agency Name: Gurri Matute Project I Agency Contact: Daphne Gurri, A.I.A., LEED AP Phone: 305- 661-0069 Email: dgurri@gurrimatute.com Term of Engagement: Start Date: 2004 Completion Date: 2008 Volume of Contract: $22,000 Mr. Louis J. Aguirre, P.E., LEED AP was Principal-in-Charge of the mechanical, electrical and plumbing engineering services for park improvements. The park contained modifications to existing park that would include a new multi-purpose building, new drainage system, new •. outdoor concession stand, re-roofing of existing recreational building,, , • interior remodeling of recreation building and rooms that included weight room, stage area, boxing gym, office support spaces and ADA I compliance upgrades and remodeling to the bathroom and pool areas. Repair/replacement to the pool deck and all additional requirements to meet the ADA compliance and D.O.H. requirements of the pool area. Project consisted of an approximate 6,200 s.f. building construction area, 2,360 s.f. fa, of pool and pool deck area of remodeling and/or modifications and the total ;Nq project area con sisted of 60,000 s.f. of modifications. Demolition of various p J extensive areas throughout park buildings that included construction of a new concession building and new multi-purpose building. Also, project entailed the resurfacing of many support spaces that included a pool area and deck. King Engineering Associates,Inc. 149 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I Stadium Site Parking, Marlins Ballpark Parking Garages, Parking Lots and Retail office Spaces Firm Name: Louis J. Aguirre &Associates, P.A. Role: Electrical and mechanical engineering services Project/Agency Name: Leo A. Daly Project I Agency Contact: Kathy A. Rod Phone: 305-461-9480 Email: KARod@leoadaly.com Term of Engagement: Start Date: 2009 Completion Date: 2012 Volume of Contract: $910,400 Assisted in providing the master plans towards the design and q,. construction of (4) multi-level parking garages and (6) parking lot • r . surfaces. The parking garages and parking lot surfaces contain an ` approximate total of 5,716 vehicle parking spaces including ADA I accessible parking spaces that also included parking spaces for future al 1 r ft, residential facing. In addition to the parking garages and lots, an approx. 63,950 sf of retail space (infrastructure only) was located within the ground floors of (3) of the parking garages. Each parking structure features one Central Lighting Control System, secured from unauthorized use or tampering. *�- The Lighting Control utilizes natural lighting inside the garage and along its perimeter for daylight harvesting purposes by use of photocells. ri' orw.: Sustainability was the nature of the project therefore, LEED® design , ,." process and initiative was approach ed for the entire project. Provided the required schematic design plans, master site plans, schedules, calculations, construction documents and construction supervision for the electrical and mechanical systems in compliance with all the Miami-Dade County and Florida Building Codes and Standards in place. Mechanical Systems include Heating Ventilation, HVAC, Plumbing and Fire Protection. Electrical Systems included Electrical Service & Power Distribution, Lighting System, Telephone System, Security System and Lightning Protection. King Engineering Associates, Inc. 150 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB MEDIA RELATIONS 111 City of Miami Beach, Public Works Department, Sanitary Sewer Evaluation Survey Project (SSES) Firm Name: Media Relations Group, LLC Role: Public Involvement Services Project I Agency Name: City of Miami Beach Public Works Department Project/Agency Contact: Eric Arencibia, El, Phone: 305-673-7080 Email: EricArencibia@miamibeachfl.gov Term of Engagement: Start Date: 10/2014 Completion Date: 12/2015 Volume of Contract: $109,849 Prior to the start of construction activities, MRG staff distributed a r project advisory door-to-door, and explained the project and level of impact to the residents. The MRG Os were in the field with crew members as they worked in the City right of way and easements, easing the impact to residents. Field crews performed ri f excavations and repairs on the spot, which at times were very . invasive and required coordination with residents. Homeowners were made aware of these activities far in advance to ensure that they were not inconvenienced in any way. MRG staff continues to work closely with the project team, and assists with - , P communicating construction information to the residents through - x frequent distribution of advisories and fliers, as well as face-to- 11 face stakeholder meetings. 4111166, King Engineering Associates,Inc. 151 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • City of Miami Beach, 54-Inch Redundant Sanitary Sewer Force Main Installation Firm Name: Media Relations Group, LLC Role: Public Involvement Services Project/Agency Name: City of Miami Beach Public Works Department Project/Agency Contact: Igor Vassiliev Phone: 304-673-7080 Email: IgorVassiliev@miamibeachfl.gov Term of Engagement: Start Date: 6/2015 Completion Date: 12/2016 Volume of Contract: $71,766 The City of Miami Beach began the design and construction of a new 54-inch sanitary sewer pipe line on Euclid Avenue and Washington Avenue from 11 Street to Commerce Street in 2015. The purpose of the project was to provide a redundant system for transporting sewage through the City to the County wastewater treatment plant in Virginia Key. MRG handled public information efforts for Public Works, including advisories, a fact sheet, stakeholder meetings and media coordination. King Engineering Associates, Inc. 152 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ City of Miami Beach, Central Bayshore South Neighborhood Improvement Project Firm Name: Media Relations Group, LLC Role: Public Involvement Services Project/Agency Name: City of Miami Beach Capital Improvements Office Project/Agency Contact: Diana Fontani Phone: 305-673-7071 Email: DianaFontani@miamibeachfl.gov Term of Engagement: Start Date: 6/2016 Completion Date: TBD Volume of Contract: $99,750 The City of Miami Beach Office of Capital Improvement Projects began the design of The Central Bayshore South Neighborhood Improvements Project to provide many benefits to residents of this area. MRG handles the public information efforts for this projects such as public meeting coordination, fact sheet development, updates and advisories. Most recently, MRG helped coordinate an open house to explain and receive feedback regarding the resources and beneficial tools available to communities impacted by roadway elevation and sea level rise. King Engineering Associates,Inc. 153 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II City of Miami Beach, Sunset Islands 3 and 4 Right of Way Improvements Project Firm Name: Media Relations Group, LLC Role: Public Involvement Services Project/Agency Name: City of Miami Beach Capital Improvements Office Project/Agency Contact: Diana Fontani Phone: 305-673-7071 Email: DianaFontani@miamibeachfl.gov Term of Engagement: Start Date: 1/2015 Completion Date: TBD Volume of Contract: $99,415 The City of Miami Beach Office of Capital µ ^'.�r , :„. / ,,, Improvement Projects (CIP) and a local design- R ; i ' ' '5 �"� build firm began design of the Sunset Islands 3 .aq. 5 - :. " ' t and 4 Neighborhood Improvements Project in .14 January 2015. This ongoing project involves l'i : ; � 40, •- infrastructure and roadway improvements ' - ' -4LezA -- , (including elevation), which will greatly impact the ,;:t#4.7-::` { ,,:,+. LuSf�� � �,wrr :',., °�aF� w'�,"' , , / tiy"^ , "x'whomeowners and stakeholders who reside on the N '` �� n '-, two island neighborhoods. As part of its very - extensive outreach efforts, MRG has proactively communicated the impacts of this project to the stakeholders and continues to distribute project advisories, and staff one-on-one coordination meetings with residents to address their questions and concerns. MRG staff also facilitated a Public Meeting, groundbreaking ceremony and multiple HOA and property owner meetings. King Engineering Associates,Inc. 154 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I City of Miami Beach, 11 Street Infrastructure and RoadwayImprovements Firm Name: Media Relations Group, LLC Role: Public Involvement Services Project I Agency Name: City of Miami Beach Public Works Department Project/Agency Contact: Igor Vassiliev Phone: 304-673-7080 Email: IgorVassilievemiamibeachfl.gov Term of Engagement: Start Date: 4/2016 Completion Date: TBD Volume of Contract: $34,957 The City of Miami Beach is performing infrastructure and roadway improvements on 11 Street from west of Jefferson Avenue to east of Euclid Avenue. The project will provide much needed improvements to water, sanitary sewer and drainage systems as well as beautification to the corridor. MRG handles the public information efforts for the Public Works Department including advisories and updates, HOA meetings and the development of the project fact sheet. King Engineering Associates,Inc. 155 2.2 Qualifications of ProposingTeam Members The King Team is a comprehensive team with the technical expertise and experience in performing all the services required to fulfill all the needs of this contract. Each team member brings a unique skill set and experience perfectly suited for the successful completion of the task assignments the City of Miami Beach is seeking for this contract. The organization chart on the following page lists our team members and their role in this contract. It is followed by detailed resumes demonstrating our team's extensive experience in projects similar in scope and services the City of Miami Beach is seeking for their upcoming water and wastewater systems master planning, engineering and related future capital improvement projects. King Engineering Associates,Inc. 156 Key Personnel Team Member Firms Agustin Maristany,PE (M I AM I BEACH ro King Mr.Marestanys experience includes master planning and capital (1)King Engineering Associates,Inc. Illialli improvement planning.hydraulic modeling.condition assessments. Prime pipe material selection pump station desgn and rehabilitation.micro tunneling.SSES and I/1 repairs.pipeline rehabilitation.flood proofing, Master Planning/Design/Construction Services Lead design/contract documents design-build criteria professional services cost estimating. scheduling.permitting,bidding assistance construction management and inspection. system testing and start-up development of O&M plans stakeholder coordination aril Principal-iii-Change/CIA-QC public relations. Thomas a C^orlon,PE.! • ° "�.�< Thomas O'Connor,PE Principal-u,-Charge&QA/OC; ©Eastern Engineering Group Subconsultant Tom O'Connor.PE brings 34 years of engineering experience with Project Manager a primary focus on water.wastewater and reclaimed transmission Electrical Engineering collection.distribution and treatment systems. He has overseen AguSttrt ectMaany,PE 40 the development of master plans for water wastewater and reuse systems.He has also assisted in the development of Capital Improvement Plans. 4 \_1_ 17,-"''''''" Thomas Traina,PE r Master Planning Lea,1 atMr.Traina has 39 years of utiAties master planning and engineering. 0 Louis J.Aguirre&Associates,PA During this time he has assisted a number of Florida communities in / Master Planning / Engineering Design Services / Construction Services Subconsultant the development of master plans and in capital improvement planning. Structural Engineering These projects included:Engineer of Record for the Pasco County Tom Traina,PE m Christopher Kuzler.PE® Ben Turnage,PE Potable Water Master Plan and Reclaimed Water Master Plan Updates which included .......... .. a 5100 million capital improvements plan for the 20-year planning period.He was the Project Manager for the design and construction administration for 140 CIPProlecls for Master Planning Engineering Design Specifications Geotechnical.Engineering,• "_T" -----f- ...... Pasco County. •I Torn Traina,PE m Chris Kuzler,PE® Jeff Eljck,PE® Testing,Drilling, o Christopher Kuzler,PE Ben Turnage.PE m Loc Truing,PE m Matt Davis,Elm Seismographic Services i"x T yl'inc.; tChris Kuzler,PEO Mariana Evora.El Oraclo Rk;rotxmo.PF CD Geosol rt4 Engmeeriny Design Services Lead Cost Estimating ,Inc. Loc T AtSty J PE Chris High,El m Aclnan Ismail,PE Subconsultant Over his 32 year ris career Chhas been the Project Manager- Jeff Elick,PET, Engineer of Record for the design and constructor administration of Matt Davis.El Kim Staheli.PhD.PE® Geotechnical Engineering 200+miles of 2-mch thio h 42-mch dtamet[r i ine.He has also Hydraulic Modeling$Transient Analysis ug P Pe Mariana Evora,EI® Brad Moore,PE ,(4;.: been the design manager ion subsequent CIP project implementation. Patience Anastasio.PE Hoc),Jack and Bore/ Chris High,EI Exampes of experience include:Pasco County's Reclaimed WaterSTA H E L Master Plan.the Reclaimed System Master Planning for the University of Florida Sharmeefa Khemlani,El Doralba Vargas.EI Micro Tunnel 9 Campus:and an Evaluation of the City of Venice's water system identifying galvanized Cristina Lacorazza® Constructibility Review o trenchless and cast iron pope development of a GIS map for planning purposes.and evaluation of Ben Turnage.PE® Designers/CAD consultants various technologies for assessing pipe condition g Loc T►tiling,PE Condition Assessments Chris Kuzler.PE® Mark Gladbach® CD Staheli Trenchless Consultants,Inc. o Jett Dick.PE m M.Patrick Massey.PE ID Kim Staheli.PhD,PE® Chanta Sen anion Subconsultant Sam Merrill,PhD Brad Monne.PE® 9 Construction Observation Microtunneling/Trenchless Technology Sea level ng mate Change Specialist Structural Investigations/Testing Salome Montoya® Samuel Merrill.PhD brings 23 years experience with a primary Pericles Stivaros.PhD.PF® Pavement Restoration& Frank Paul m /Inspection focus on climate adaptation.Dr.Merrill is a recognized leader in next �, Maintenance of Than. Brett Meyer generation approaches to benefit-cost analysis for climate adaptation Corrosion Control Corrosion Control Orlando Serrano.Jr.m ° purposes.He has been the principal force behind development of the John Seals.PE CD Mike Dammer G E I ,,•.,, COAST approach to benefit-cost analysis for sea level on and dorm surge and its Mike Dammer® Kim Staheli,PhD•PE® implementation in numerous coastal adaptation planning efforts. Structural E 1 Daniel Crabtree ©GEI Consultants Daniel Crabtree n9�erin9 Daralba Vargas.EI m z Subconsultant Raissa Lo Daniel Crabtree Pe P E® Design-Build Salome Nkmtoya� Condition Assessments/Coastal Resilient /Coastal Corrosion Control K Remediation Cost Estimating Gonzalo A.Paz.PE® Criteria Professional y Jeff Elick•PE m Engineering/Geostructural Engineering Corrosion control services will be directed by Daniel Crabtree a 22 Geotechnical EngineeringAgustin Maristaly,PE year specialist in e corrosion control.His full-range of corrosion Mariana Evora.EI Me Tam O'Connor,PE control services include:condition assessment.corrosion detection Chris High,EI® Gracia Ricca...PE and corrosion control for water/wastewaterpipelines.regulated Adnan Ismail.PE® Jahn Seals,PE CDr�-s energy pipelines.and other underground structures.He s NAGE Certified Corrosion Dora.Vargas.Et Ben Turnage.PE carr ru Specialist Cathodic Protection Specialist and Certified Senior Corrosion Technologist GIS He has authored a number of papers regarding the assessment and investigations of DIP pipeline.among others.He has also developed and presented various corrosion Value Engineering Clark Lohmiller,RLA Electrical Engineering O Co rpro Companies,Inc. control training programs. Chris Kuzler,PE m Chris Holton® Louis Aguirre,PE® Subconsultant ° Corrosion Control Tom O'Connor.PE m Kim Stahel',Ph.D.,PE Coastal Resiliency GeoStructural Engineering y, Micro Tunneling/Trenchless Technology Environmental Sam Merrill.PhD® Giovanni Bonita,PhD PE PG® Kimber.Staheli.Ph.D.,PE.is a trenchless technology specialist Amur Ahles ID Elizabeth Robinson.PE® 000 widely recognized as one of the foremost experts this field.She brings direct.significant experience with trenchless technologies.including Coastal Engineering Media Relations microtunnellog.horizontal directional drilling.auger boring.pipe ramming and guded Varouian Hagopian,PE® Alicia Ganzalez® ®Media Relations Group,LLC boring. She has performed design risk and forensic analysis.and construction Subconsultant consulting and inspection for projects located in Florida as well as in other states. Media Relations King Engineering Associates,Inc t, c� MIAM1BEACH Agustin Maristany, P.E. , ,\,\„,v\\�` Project Manager/Design-Build Criteria KKi... P o�ecE RM. ,ES \\ k\ \\ '\ ,`Baa„Hw»; \ \t\\ Mr. Maristany has 38 years of experience in the fields of water, wastewater, reuse, and `r, water resources engineering. Over the last 18 years, he completed numerous projects for ti MDWASD involving master planning and capital improvement project planning for water and wastewater systems. He is experienced with master planning, hydraulic modeling, condition assessments, system evaluations and recommendations for systems Florida Professional Engineer improvements. Additional experience for Mr. Maristany includes development of No.33351 design/contract documents, alternative delivery systems, permitting, bidding assistance, Key Qualifications micro tunneling, SSES and I/I repairs,pipeline rehabilitation,water mains and force mains • Water and Sanitary Sewer design for new and/or replacements and service conversions,construction management and System Master Planning inspection, system testing and start-up, development of O&M plans, scheduling, stakeholder coordination,and public relations. • Sea Level Rise and Flood Proofing Project Experience • Design Standards NWFWMD Coastal Water Systems Capital Improvement Plan, Northwest FL — • Hydraulic Modeling: Project Manager for the Basis of Design Report for the implementation of regional MDWASD's Infoworks and interconnects to increase water supply reliability in 18 coastal utilities along 5 counties in H2ONET the Florida panhandle. 40 scale drawings were prepared for two selected regional interconnects: 11 miles of 24-inch water main($15M)and 14 miles of 42-inch water main • Pipeline Design and Micro ($25M). Work included current / future demands, raw water sources, and permitted Tunneling capacities, utility emergency production capacities and minimum interconnect flow • PumpStation Design and reliability targets, hydraulic modeling (H2ONET) of various failure scenarios, finished Rehabilitation water quality sampling, desktop blending analysis, and residence time evaluation, route analysis based on VE, life cycle costs,and ROW/easement requirements, utility conflicts, • Condition assessments and cost estimates,preliminary design,operations manual,and final report. • Pipe material selection Town of Lauderdale-By-The-Sea, Sanitary Sewer Capital Improvements Plan, FL. — • SSES&I/I Repair Project Manager for the development of the Town's Sanitary Sewer Capital Improvements Technologies Plan. Responsibilities included review of sewer videos to assess the condition of the • Conversions system, lift station inspections and pump down tests, review of SCADA data to quantify Water Service Co e infiltration inflow at each pump station, providing sewer and pump station repair • Contract Documents& recommendations, preparing cost estimates, and development of a Sanitary Sewer Capital Bidding Assistance Improvements Plan (CIP). The sanitary sewer collection system consisted of two separate wastewater collection basins with approximately 10.5 miles of gravity pipes, 165 manholes • Design-Build Criteria and two pump stations with their respective force mains. Professional Services • Cost Estimates&Scheduling MDWASD Water Main Condition Assessment, Miami, FL — Project manager for the condition assessment of water mains throughout Miami-Dade County. Integrated several • Construction Management and databases (GIS, property appraiser, leakage report, repair history, Infoworks model Inspections network, and customer complaints) into a geodatabase. Characterized entire water • System Testing and Start-up distribution system by pipe diameter, length, age, and material; integrated AWWARF's KANEW model into automated tool to forecast 5-year pipe failures by street block based • O&M Plans on pipe age, material, and diameter; and ranked and prioritized street block improvements Years of Industry Experience based on 5-year forecasted failures. Programmed GIS tool using Python script to 38 Years automatically generate and draw street blocks, replacement water mains (length and diameter), service connections, and meters; and prepared cost estimates for water Education replacement program. Master of Science,Civil Engineering, 1979,University of Palm Beach County Water Utilities Department,Regional Water Supply Alternatives, Texas at Austin FL - Project manager for an evaluation of water supply alternatives. Reviewed regional Bachelors of Science,Civil water supply plans and evaluated water supply alternatives in terms of yield, cost, and Engineering, 1978,University of technical and permitting feasibility. Alternatives considered were reuse (direct and Puerto Rico indirect), aquifer storage and recovery(raw and treated water), reservoirs, reverse osmosis of brackish water.and desalination. King Engineering Associates,Inc. 158 In MIAMIBEACH Project Experience Continued MDWASD 48-inch Water Main Interconnect Loop BODR, Downtown Miami, FL—Project Manager for the 48-inch water main route analysis required to interconnect the Hialeah/Preston service area in the north with the Alexander Orr service area in the south with a 48-inch water transmission main to improve water flows and pressure within the service area. The project spanned 1.5 miles along the selected route in Downtown Miami with heavy traffic and utility congested roads. Services included alternative route analysis, utility coordination (design ticket), obtaining utility as-builts for the project area, field reconnaissance,preliminary design drawings, identification of permitting requirements, cost estimating, scheduling,and final report. MDWASD 48-inch Water Main Design-Build Criteria Professional, Miami, FL— Design-Build Criteria Professional for the preparation of the design-build criteria package for 4,200 feet of 48-inch,2,300 feet of 36-inch,200 feet of 30-inch ductile iron pipe, and two micro-tunnels. The area is very congested with traffic, utilities, and multiple concurrent construction projects. Services included preparation of 30% design, design-build criteria and performance package, review of proposals, procurement support, evaluation of alternate proposals, and assistance throughout the design-build contract. MDWASD 48-inch Water Main Interconnect Loop Design, Miami, FL — Project Manager for the fast-track detailed design of a portion of the 48-inch water main loop to accelerate construction and avoid impacting the inauguration of the "Brightline Grand Central Station" in downtown Miami. Designed 100 feet of 30-inch, 500 feet of 36-inch, and 800 feet of 48-inch DIP, large diameter resilient seated gate valves, micro-tunneling under an active FEC railroad, including launching and receiving pits, and multiple tapping connections. Construction documents were completed within 90 days of notice to proceed, including Miami Public Works dry-run, Miami-Dade RER permit, and Health Department permit which was obtained in 3 weeks. To facilitate contractor fast start, a detailed MOT plan was prepared and conceptual approval obtained from multiple stakeholders including the City of Miami Public Works, Police Department, Brightline staff, and MDT. Large diameter pipes, valves, and fittings were pre-purchased and delivered to MDWASD before contractor was issued NTP. MDWASD Preliminary Evaluation Prior to Design and/or Other Upgrades to the MDWASD Sanitary Sewer system within the City of Miami Springs, FL—Project Manager for the sanitary sewer evaluation survey(SSES)which included construction management,field inspection,flow and rainfall monitoring,evaluation and repair recommendations. The sanitary sewer collection system consists of approximately 46 miles of clay, PVC, and CIPP lined clay gravity pipes ranging from 8-inch to 24-inch in diameter, 925 manholes, and 17 separate wastewater collection basins. Services included monthly status reports to MDWASD throughout the project in order to monitor progress versus the project schedule. Inspection services included pipe cleaning and closed circuit TV(CCTV); smoke testing; and documentation of discrepancies in the Sewer Atlas Maps. Construction Management/Office Support Services included video review and evaluation, providing repair recommendations, cost estimates, administration, contractor invoicing, work issuances, document control,scheduling,public outreach,and permitting. MDWASD Needs Assessment Program, Miami, FL - Principal-in-Charge for program management services for 40 water and sewer infrastructure projects totaling$60 million in constructed value and involving the design and construction of 17,815 feet of pressurized sewer force main ranging from 4-inch to 12-inch diameter; 91,451 feet of 8-inch to 16-inch pressurized water main; 39,000 feet of 8-inch to 12-inch gravity sewer; and 6 pump stations. Services included master planning, modeling, preliminary design, design standard development, design management, utility conflict coordination, permitting assistance, cost estimating, scheduling, public information, bid packaging, and construction management. Target areas included Brownfields Program,Federal Designated Empowerment Zones,Infill Housing Initiatives,Office of Community and Economic Development Program as well as undersized water mains, low-pressure areas, and inadequate fire protection. Projects were identified and developed in close coordination with stakeholders and County Commissioners. MDWASD's Small Diameter Water Main Enhancement Program, Phases I & II, Miami, FL— Project Manager for the development of program to repair and replace over 1,000 miles of old small diameter water mains. Identified repair needs, prioritized projects, established procedures, created database, estimated costs; prepared implementation schedule, standard specifications, and contract documents; provided construction management and inspections for repair of 300 properties. GIS tools were developed to analyze 49,000 properties with a total estimated replacement cost of$1.5 Billion. A public outreach program, coordinated with MDWASD's legal and public affairs office,included a customer notification package,agreements,close-out and customer evaluation forms,and a customer tracking database. King Engineering Associates,Inc. 159 MIAMIBEACH MDWASD Comprehensive Lateral Improvement Pilot Program, Miami, FL - Principal-in-charge for program management services for the $17 million pilot program as equal share subconsultant to prime. As part of a USEPA Consent Decree, the Miami-Dade Water and Sewer Department (MDWASD) initiated a pilot program to evaluate the benefit of peak flow reductions in the sewer system resulting from repairs of laterals.Fifty two basins were selected for the pilot program. Air pressure and hydrostatic leakage tests were conducted on 7,698 laterals and 1,222 laterals were repaired, resulting in a peak flow reduction of 48%. Repair methods included excavated point repair,excavated full lateral replacement, cured-in place liners, CIP main line/lateral connection repair. Services included program management, engineering, administration, field inspections, scheduling, construction management, data management, and statistical reporting. Program findings indicated that lateral repairs would reduce rainfall dependent infiltration/inflow flows at the source, and are a cost effective contribution to the overall Department peak flow reduction effort, with lateral repairs costing about 25%of the combined costs of transmission,treatment,and disposal. Palm Beach County Water Utilities Department, Indirect Water Reuse Feasibility and Pilot Study, West Palm Beach, Florida-Principal-in-Charge and senior consultant for a feasibility and pilot investigation of the use of reclaimed water to enhance water supply. The recommended approach was to recharge existing surface water canals with reclaimed water. The canals would convey and distribute the reclaimed water throughout the area to recharge numerous wellfields. Wastewater would be treated to tertiary standards and groundwater would receive membrane treatment. Services included feasibility,design and operation of membrane pilot plant,3-D groundwater modeling,and cost estimating. MDWASD PSIP Design of Force Mains and Sewer Pump Stations, Miami, FL—Project Manager for the fast-track design and permitting to upgrade several force mains and sewer pump stations throughout Miami-Dade County. Services included surveying, geotechnical, engineering report, design (civil, hydraulic, structural, mechanical, electrical), contract documents,cost estimates,scheduling,permitting,and limited construction support services. Force Mains Sewer Pump Station Rehabilitation FM 65 Phase 1 3,000 feet of 8-, 12-,and 16-inch DIP PS 65 650 GPM PS 109 2,400 GPM FM 65 Phase 2 1,250 feet of 16-and 24-inch DIP PS 500 730 GPM PS 836 300 GPM FM 500 2,400 feet of 10-and 12-inch PVC PS 502 600 GPM PS 530 650 GPM FM 394 5,000 feet of 10-and 12-inch DIP PS 67 500 GPM PS 1306 570 GPM FM 840 4,500 feet of 12-inch DIP PS 26 2,200 GPM PS 1201 600 GPM MDWASD Small Water Main Replacement Design,Miami,FL—Project manager for the installation of 24,570 feet of 8-inch ductile iron pipe, 370 services, fire hydrants, system interconnections, air release valves, tapping sleeves, valves, and flushing valves. Services included surveying, geotechnical investigation,utility identification, site assessment report, plans and specifications, site assessment report, cost estimating, scheduling,permitting, and limited construction services. Permits are obtained from DERM-RER, Miami-Dade County Public Works, Fire, and FDOH. This project is part of MDWASD's program to replace undersized water mains due to excessive leakage, water quality concerns, and fire protection issues. MDWASD Wastewater Reclamation Projects,Miami, FL—Principal-in-Charge for the evaluation of reuse alternatives to meet outfall legislation goal of 117.5 MGD reuse by 2025. Alternatives included Upper Floridan Aquifer Recharge at the NDWWTP, CDWWTP, and the proposed WDWWTP; Crandon Park Golf Course Irrigation; Irrigation of Doral Golf Courses; and Makeup Water for MIA Chiller. Services included process diagrams, irrigable areas, irrigation rates and wet-weather storage,hydraulic modeling, force main route analysis and well siting,pipelines drawings, underground well vaults, master sewer pump stations, and membrane bioreactor scalping plants, and capital and annual O&M costs. Alternatives included up to 8 miles of high pressure piping up to 84-inch diameter, and micro tunneling & horizontal direction drill for an underwater crossing. NWFWMD Port St,Joe Red Water Recommendations, Northwest Florida. Project Manager for the evaluation of the occurrence of red water in the potable water distribution system of the City of Port St. Joe as a result of a shift from a groundwater supply to a surface water supply system. Reviewed various engineering documents prepared by the firm that designed the surface water treatment plant including water quality reports and recommendations to address the red water problem. Authored a technical memorandum addressing review comments and recommending alternative solutions to the red water problem. King Engineering Associates,Inc. 160 n MIAMIBEACH Thomas O'Connor, P.E. Kin Principal-In-Charge/QA/QC EER t.M$.fiC . , ,' Value Engineering/Design-Build Criteria 4\ v y Tom has 34 years of experience in civil engineering experience with a primary focus on water/wastewater systems. He has been with King for 27 years during which time he has served as Principal-In-Charge, Project Manager and Engineer-of-Record for municipal public works and utilities engineering projects. Florida Professional Engineer No.39593 His extensive master planning experience includes, but is not limited to the following services: Key Qualifications • Modeling development reflecting current infrastructure and demands • Experienced in • Future projections to reflect future service conditions performing full-range of • System sizing and location of alternative transmission / distribution mains, storage Master Planning services tanks and pump stations. • Development of Cost Effective Solutions to meet client's future flow and pressure • Identification of utility demands system inefficiencies and • Identification of utility systems inefficiencies Recommendations of • Recommendations to improve utility system inefficiencies System Improvements • Identifying and Project Experience prioritizing projects for Pasco County Water Master Plan Update, Pasco County, FL—Principal-in-Charge for CIP implementation the preparation of the latest update to Pasco County's Potable Water Master Plan. The • n ment for various Update was based on the development of a field calibrated, dynamic hydraulic model Maage reflecting the current infrastructure and demands. Population projections and their project delivery systems includin design-build distribution across the County were input to the model to reflect future service conditions. g The model was used to determine the quantity of water to be provided at each point of and design-build own and o erate connection the County has with the regional water supplier (Tampa Bay Water). The p model was also used to evaluate the size and location of alternative transmission / • Capital Improvement distribution mains, storage tanks and booster (peaking) pump stations. Cost-effective p Program Planning and solutions to meeting future flow and pressure demands were identified and incorporated Updating o into a Potable Water Master Plan. This Plan was comprised of a series of projects,phased over time,with costs. • Directing King's public works and utilities Miscellaneous Pasco Capital Improvement Plans (CIP) Update, Pasco County, FL - engineering projects for Principal-in-Charge responsible for providing assistance in updating the CIP for the Sewer, 27 years Water, Reclaimed,and Solid Waste Facilities. Engineering services included updating the County's unit prices for construction cost estimates, updating the planned capital improvements based upon long-term planning reports developed for Sewer, Water, Years of Industry Experience Reclaimed, and Solid Waste, and updating individual project summary sheets for Sewer, 34 Years Water, Reclaimed, and Solid Waste, the County-wide project maps for Sewer, Water, Reclaimed,and Solid Waste. Education Bachelor of Science,Civil Conceptual Wastewater Master Plan, Pasco County, FL - Principal-in-Charge for the Engineering, 1983 development of a Conceptual Wastewater Master Plan. The County wanted to pursue the University of Michigan logistics of consolidating the western service area and requested assistance in determining the conceptual level requirements for consolidating facilities and transferring the flows to a common west region wastewater treatment plant. Engineering services included the evaluation of the wastewater flow projections, wastewater treatment plant site, transfer pump station site, alternate transmission main route, County Master Reuse System Consolidation, and the Residual Management System Consolidation. Project also included preparation of a Conceptual Wastewater Master Plan Report and a West Pasco Collection System Preliminary Engineering Report. King Engineering Associates,Inc. 161 MIAMIBEACH Project Experience Continued Serenova Water, Sewer and Reclaimed Water Master Plans, Pasco County, FL - Project Manager for the development of potable water, sewer, and reclaimed water master plans for Increment I of a 7,000 acre residential golf course community in central Pasco County. Master plan development included needs and sources evaluation, hydraulic analyses,and pipeline sizing. Water and Sewer Master Plan, Town of Orange Park, FL - Principal-in-Charge responsible for identifying and prioritizing projects for the Town's 2013 Capital Improvement Plan. The project required extensive data collection since most historical information was lost in a fire. King performed lift station inspections and GIS production. Scope also included visits to and evaluation of the Town's wastewater treatment facility, two potable water wells, and two water treatment/storage/pumping facilities for proper design and installation and including operations and maintenance activities. This evaluation was conducted at the request of the Town Utilities Department. Northwest Florida Water Management District Interconnect Study — Principal-in-Charge for interconnect evaluation and cost estimating for a multiple county utility master plan covering the entire NWFWMD panhandle region. A conceptual report was compiled to address the potential for interconnects between water systems in the Florida panhandle with the purpose of increasing system reliability. Trinity/Odessa Master Wastewater Pump Station and Transmission Main, Pasco County, FL — Principal-in- Charge for design and permitting services for a new wastewater master pump station and 16,000 feet of force main required as part of the County's Wastewater System Consolidation Program. Included hydraulic modeling and analysis of the contributory collection and pumping systems. Design services were performed for a temporary, in- line booster station, master pump station alternatives, odor control, standby generator requirements, and instrumentation and controls. Lindrick Master Lift Station 17 Design Criteria Package -Florida Governmental Utility Authority - FL- Principal-in-Charge for the development of a Design Criteria Package (DCP)to assist the FGUA in procurement of a Design-Build contract. The DCP included the reconfiguration of the force main from Lift Station (LS) 1 to pump directly into LS 4, upgrades to LS 4 with new 60 HP submersible pumps, wetwell, odor control, electrical, instrumentation and controls to allow LS 4-to pump its flow directly to the New Port Richey WWTP. The DCP also included the installation of new pumps at LS 13 to allow its flows to pump directly to the New Port Richey WWTP. LS 17 site requires development of demolition and abandonment requirements and re-routing and manifolding of the force main from LS-4 and LS-13 to the New Port Richey WWTP. West Sewer System Evaluation, Largo, FL - Principal-in-Charge overseeing the evaluation of existing I&I monitoring data, developing hydraulic models of the pump station and force main system and providing the City with recommendations for constructing new force mains and upgrading each station in order to increase their capacity as well as reduce surcharging in the contributing gravity sewer system. Opinions of Probable Construction Cost were developed for each alternative approach in order to assist the City with budgeting for the recommended upgrades. City of Philadelphia D-BOOT-Biosolids Recycling Center Philadelphia, PA-Design/ Build/Own/Operate/ Transfer(D-BOOT) delivery system project. As Design Services Principal-in-Charge,provided project oversight for the design, permitting and construction services for the addition of a 250 dry ton per day biosolids pelletizer at Philadelphia's Biosolids Recycling Center. Project also included construction of new facility for dual pelletizer process trains and a new biosolids receiving facility. Responsibilities included cost estimating and control, constructability analyses,life cycle cost analysis,value engineering,design,permitting,and close out. King Engineering Associates,Inc. 162 MIAMIBEACH Central Pasco Master Pump Stations and Pipeline Projects — Sunlake Master Pump Station and Collier Parkway Booster Pump Station, Pasco County,FL-Principal-in-Charge and QA/QC for the design,permitting, bidding and construction of the Sunlake Master Pump Station and the Collier Parkway Booster Station, including associated gravity sewers, force mains and potable water mains. The Sunlake Master Pump Station is a 3 MGD submersible wastewater pump station with an ultimate capacity of 11.5 MGD. The Station incorporates dual 12-foot diameter, 30-foot deep wet wells, one of which was equipped at the time with a triplex pumping system. Design for conveyance to the Station included 1,350 LF of 24-and 36-inch diameter ductile iron gravity sewer installed 20 feet below grade and is discharged from the Station through some 850-feet of 16-inch C905 PVC discharge force main. The Station includes a diesel engine driven standby power generator and biological odor control filter. The Station is locally controlled by a PLC-based control system and monitored remotely through a radio telemetry system. The Collier Parkway Booster Station is a 2.1 MGD triplex in-line raw sewage booster pump station incorporating 20-hp variable speed(VFD) pumps, a standby generator system, and instrumentation, control and telemetry systems. The Station is designed to maintain upstream pressures at a minimum so as to relieve other pump stations using a common force system. Engineering services were also provided for 7,700 LF of 16-inch PVC force main and 800 LF of 8-inch PVC water main PVC portions of which were installed by directional drill. As with the Sunlake Master Station,the Collier Booster Station and pipelines were constructed in County right-of-way. Master Pump Station B and SB,Temple Terrace,FL-Principal-in-Charge and Quality Control/Assurance for the planning, design, cost estimating, permitting, and construction management services for the construction of a new submersible pump station for master pump station B, including a standby generator,materials storage yard,±900 LF of 16-inch subaqueous directional drill under the Hillsborough River, and demolition of the old pump station and abandoned wastewater treatment plant structures. Parallel to this effort, for Pump Station SB, oversaw modeling and master planning for the station's upstream force main system, which consisted of 27 individual pump stations serving the northern half of the City. Provided QA/QC services for the design of a 20'x30'x20' deep overflow wet well in order to provide the City with additional response time in the event of pump failure. Additional services included assessment of the condition of the existing pump stations and recommendations for interim repairs to the existing deteriorated pump systems in order to keep the existing stations in service until the upgrades/replacements were completed. Galvanized Water Main Replacement Program, Pinellas County, FL—Principal-in-Charge for the design, route assessment, permitting, and construction management for approximately 45 miles of replacement water mains for Pinellas County's overall 150 mile replacement program. King was assigned 11 contracts to accomplish the tasks. King also provided full-time construction observation and management services having, at one time, five Field Representatives observing the construction of eleven separate projects with five different contractors over a period of 18 months. Each project was completed in phases and ultimately required that over 30 Requests for Letter of Clearance packages be prepared and submitted to the Health Department. Causeway Watermain and Forcemain Replacements, Ph 1-4 Dunedin, FL- Principal-in-Charge for analysis, planning, design and construction of±9,500 if of 8-inch HDPE force main, ±7,500 lf of 14-inch HDPE force main, ±2,300 lf of 18-inch PVC water main and 3,500 lf of 10-inch force main installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill. Toward the completion of Phase 3 construction, the City elected to replace an additional ±4700 If of 18-inch water main. Venice Water Main Replacement Program, Venice, FL - Principal-in-Charge for the design, permitting, and construction management services for three phases of this seven (7) phase Program. King's services also include coordinating with homeowners and obtaining signed agreements for the meter and service relocation work on private property. Phase 1:±5,000 LF of new 6-inch and 8-inch water mains, abandonment of existing 2-inch through 4-inch mains, relocation of±141 private services,and a 10-inch directional drill under Hatchett Creek. King Engineering Associates,Inc. 163 MIAMIBEACH Phase 3: ±5,100 LF of 6-inch water main, abandonment of existing 2-inch through 4-inch mains and relocation of ±139 private services. Phase 5:±5,500 LF of 6-inch water main, abandonment of existing 2-inch through 4-inch mains and the relocation of±110 private services — including a number of commercial and fire services. This project is being funded with State Revolving Loan funds. Phases 1 and 3 have been constructed,and Phase 5 is ready to be advertised for bid. Lehigh Acres Lift Station 44 Rehabilitation, Florida Governmental Utility Authority - Principal-in-Charge for the rehabilitation and upgrading of Lift Station No.44,an existing duplex station originally constructed in the 1970s. King provided professional engineering services including surveying and data collection, hydraulic modeling, alternatives analysis, preliminary engineering, design, permitting and construction phase services for replacing the station with a new submersible station. Improvements included rehabilitation of the existing wet well, installing new pumps and variable frequency drives, piping replacements, electrical system, generator, controls,telemetry and odor controls upgrades Lift Station #10 Rehabilitation, Dunedin, FL — Principal-in-Charge for the preliminary engineering, surveying, design,permitting, and construction management services for the rehabilitation of master lift station#10. Lift station #10 consists of a wet pit/dry pit station originally constructed in the 1950's and upgraded in the 1970's. Lift station #10 pumped approximately 1.2 mgd of wastewater. King provided preliminary engineering services to evaluate design options for completely rehabilitating the station, including wet well structural modifications and protective coatings, replacement of the three 30 hp pumps, complete replacement of all pumps and valves, upgrading the electrical services to 400 volts,a new electrical system,controls,and telemetry. Central Pasco Water and Wastewater System Improvements, Pasco County, FL - Principal-in-Charge for planning, design, permitting, bidding, and construction engineering services for a series of utility pipelines between the Tampa Bay Water Lake Bridge Water Treatment Plant and the intersection of Curley Road and Elam Roads in Pasco County, Florida. Included are 90,000 LF of 12-, 16-, 24-, and 36-inch potable water main, 57,000 LF of 12-, 16-, and 24-inch sanitary force main, 900 LF of 36-inch ductile iron directional drill under Trout Creek, and a 1,000 gallon per minute potable water package booster pump station to assist Pasco County Utilities in their effort to provide a reliable potable water supply to the growing populations throughout east-central Pasco County and expand the existing wastewater collection system. Assisted in the acquisition of right-of-way for the pipelines, development of drawings and specifications, bid assistance, contract award recommendation, construction management, and permitting. City of Lakeland Glendale WWTP Design-Build,Lakeland,FL-Project Manager for the design,permitting,and construction administration services for the rehabilitation of aeration basins and blowers at the Glendale WWTP on a Design-Build basis. The plant is permitted through the Florida Department of Environmental Protection and is described in the Permit as Type I activated sludge, domestic wastewater treatment plant with a rated capacity of 13.7 MGD. The aeration basin and blower design includes the following components: • Demolition of existing blowers and ductwork • Demolition of existing diffused air piping and diffusers • New blowers • New blower controls • New ductwork • New anoxic basin mixing • New aeration basin diffusers • Integrate new system into existing plant SCADA system • Construction services Responsibilities include cost estimating and control, constructability analyses, life cycle cost analysis, value engineering,design,permitting,and close out. King Engineering Associates,Inc. 164 MIAMIBEACH Thomas Traina, P.E., ENV SP King Master Plannin Lead ENC E.ERiPK.;.S.Si,`IA ES tiTC ON en iew, Mr. Traina has 39 years of engineering experience with primary focus on master planning and Capital Improvement Development (CIP) and CIP project implementation. The following are the services Mr. Traina has performed in the development of Florida Professional Engineer No.42871 master plans and capital improvement programs for Florida communities. • Modeling development, and calibration of existing, reflecting current Key Qualifications infrastructure and demands • Future projections to reflect future service conditions • Comprehensive Master Planning • System sizing and location of alternative transmission/distribution mains, Services storage tanks and pump stations. • Development of Cost Effective Solutions to meet client's future flow and • Development of current utility pressure demands systems usage and projections of • Identification of utility systems inefficiencies future usage/demands • Recommendations to improve utility system inefficiencies • System sizing and locations of • Interconnection of Service Areas new and/or needed • Identification of future customers improvements • Demolition of systems considerations/'Keeping systems operational • Water Age Modeling • Recommendations of projects for • Development of Water Balance Capital Improvement Plan • CIP development Assistance development • Cost Estimates • Development of Project Summary Sheets • Project prioritization for CIP • Project Prioritization projects implementation • Developed MDWASD Project Experience Alternative Reuse Plan- Reclaimed Water Master Plan Update, Pasco County, FL — Engineer of Authored technical reports for Record responsible for updating the County's Reclaimed Water Master Plan, MDWASD regarding reuse including development of a water balance in accordance with regulatory alternatives to comply with the requirements. Master plan included a$100 million capital improvements plan for Ocean Outfall Legislation q the 20-year planning period. Provided recommendations for the addition of over • Desi services for utilit 50,000 new residential customers and 900 MG of wet weather storage facilities. y Master plan included a capital improvements plan of over $100M for the 20 year systems projects including pipelines,pumping systems, and planning period. Project also included assistance in renewing the County's treatment. operating permit for the reuse system. Update included GIS linked maps and database files containing information on pipelines, reuse sites, groundwater monitoring locations and wastewater treatment facilities, groundwater monitoring Years of Industry Experience system consolidation, reuse system standards, operating protocol, hydraulic 39 Years analyses,and revised FDEP requirements. Education Miscellaneous Pasco Capital Improvement Plans (CIP) Update, Pasco Bachelor of Science,Civil County, FL - Kingwas retained byPasco Countyto provide assistance in Engineering, 1978 . updating the CIP for the Pasco County's Sewer, Water, Reclaimed, and Solid University of Notre Dame Waste Facilities. Engineering services included updating the County's unit prices for construction cost estimates, the planned capital improvements based upon long-term planning reports, individual project summary sheets, summary spreadsheets, and the County-wide project maps. King Engineering Associates,Inc. 165 CarkARIAMIBEACH :'roject Experience Continued Water Master Plan and Initial Distribution System Evaluation (IDSE) Modeling,Pasco County, FL-Engineer of Record for the preparation of an update to the Pasco County Potable Water Master Plan which included water supply and transmission system planning. Project also entailed evaluation of water quality in the County, including hydrogen sulfide removal facilities using air stripping or ion exchange at the 20 MGD Little Road WTP, the countywide conversion to chloramines, and corrosion control. Services included dynamic hydraulic modeling to reflect the current demands and infrastructure, incorporating the County's various dispersed wells, two treatment plants, one inline booster pump station, and five Tampa Bay Water points of connection to the Pasco water system. This model was used to evaluate diurnal transfer, storage requirements, water quality analysis, predict system pressures,determine the size and location of future water mains,evaluate alternative water supply options,size pump stations,ground storage tanks,and distribution mains as well as aid in the preparation of a Water Master Plan. Assisted in calibrating the dynamic hydraulic model of the County wide water system to be used as part of the Initial Distribution System Evaluation study required by the EPA to identify locations in the distribution system with high concentrations of triahalomethanes and haloactetic acids. Raw Water Master Plan for Palm Beach County Water Utilities Department—As Project Manager,assisted the County in obtaining five year and 20 year water use permits, identifying future water use requirements, and overseeing ground water and hydraulic modeling. Miami Alternative Reuse Plan, MDWASD, FL - Served as Project Engineer responsible for evaluating the feasibility of alternative water reclamation projects, including and Evaluation of Reuse Alternatives to comply with the Outfall Legislation. For this project,Mr. Traina sized and prepared preliminary opinions of probable construction costs for "scalping plants" capable of treating raw wastewater to reclaimed water quality standards for reuse at golf courses - irrigation and chiller systems (make-up water). Also assisted in the preparation of the probable construction costs for the discharge of treated water to the upper Floridian aquifer through a series of injection wells serving each of MDWASD's current and future WWTPs. Capital Improvements Program, Belleair, FL -Project Manager for this study that included the development of a prioritized program for improvements to the Town's 1 MGD Water Treatment Plant. Evaluations and recommendations were provided for water quality(treatment) including chlorination, fluoridation, filtration,finished water storage and pumping,and miscellaneous electrical,architectural and HVAC plant improvements. Water Distribution System, Tarpon Springs, FL - Conducted initial evaluation of improvements to distribution system. Analysis consisted of testing and monitoring program to help improve chlorine residual levels at remote points in the system. Upgrade of Sewage Pump Station#65, Miami, FL-Served as Project Engineer to provide fast-tracked design and permitting of the upgrade and rehabilitation of this pump station to achieve a capacity of 650 gpm under an EPA Consent Decree. Engineering services provided include converting the existing dry well/wet well pump station to a submersible pump station,converting the dry pit to a valve vault,and new electrical service. This work included hydraulic calculations and pump selection, preliminary engineering report, coordination of geotechnical, surveying, structural and electrical subconsultants, utility relocations, roadway improvements, MOT, plans and specifications, opinion of probable construction cost, construction scheduling, and permitting. Bidding support and limited services during construction will also be provided. Design and permitting were completed within 4 months. Upgrade of Sewage Pump Station #500 Miami, FL - Served as Project Engineer for the fast-tracked design and permitting of an upgrade to PS 0500 to increase the capacity to 600 gpm under an EPA Consent Decree. Work includes replacing the existing dry well /wet well pump station with a larger submersible pump station,providing a new valve vault with 10-inch internal discharge piping, and a full electrical design. Engineering services include hydraulic calculations and pump selection, preliminary engineering report, coordination of geotechnical, surveying, King Engineering Associates,Inc. 166 MIAMIBEACH and electrical subconsultants, utility relocations, plans and specifications, cost estimating, construction scheduling, permitting, bidding support, and limited services during construction. Design and permitting were completed within 4 months. Miami-Dade Water and Sewer Department Projects — Project Engineer—provided design assistance for Pump Station 65 Force Main Phases 1 and 2 and Pump Station#500 Force Main. He also provided design assistance for Pump Stations#65,#67#500,and#502. Water Conservation and Backflow Prevention Plans for Pasco County,FL-Project Manager for the preparation of a water conservation plan and backflow prevention plan for this Florida County utilities department. Rehabilitation of Lift Station #33 and #42, Clearwater, FL — Project Manager and Engineer of Record for the design, permitting, bidding, and construction of the improvements to these two sanitary sewage pump stations in Clearwater Florida. Lift Station #33 involved bypass pumping to allow the complete demolition of an existing below-grade,"canned-type"250 GPM duplex station and its replacement with a new submersible station located in a tidal wetlands setting. Lift Station #42 involved bypass pumping, structure rehabilitation, and equipment replacement for a 3,400 GPM triplex submersible pump station. Hydraulic Modeling Services — Potable, Wastewater, and Reclaimed Water Systems, Pasco County, FL - Project Manager responsible for updating the hydraulic model of the potable water system to reflect current infrastructure conditions and future demands at various points of connection with the regional water supplier. A dynamic model of the County's reclaimed water system was developed to evaluate diurnal transfer and storage requirements. A hydraulic model of the Land O'Lakes and Wesley Center wastewater collection systems was also developed to evaluate developers' proposals to connect to these systems. 2.5 MGD Sewage Lift Station, Tarpon Springs, FL — Project Manager responsible for lift station design. This project also included the design of a 1,500-foot long, 18-inch gravity influent sewer and a parallel 12-inch diameter force main. Innovative recommendations concluded from the engineering evaluation phase of the project resulted in a cost savings to the City of about 20 percent. Central Pasco Master Pump Stations and Pipeline Projects — Sunlake Master Pump Station and Collier Parkway Booster Pump Station, Pasco County, FL - Project Manager and Engineer of Record for the design, permitting and construction services for a new sanitary sewer booster pump station located at the intersection of Parkway Boulevard and Collier Parkway and a new sanitary sewer master pump station located near the future intersection of Sunlake Boulevard and Tower Road. The Collier Parkway Booster Pump Station is a 2.1 MGD triplex inline booster pump station that includes two 20 hp variable speed and one 20 hp constant speed horizontal end-suction pump, permanent standby power system,and telemetry and instrumentation systems. Design and construction services were also provided for 7,500 LF of 16-inch force main a portion of which was installed by directional drill. The Sunlake Master Pump Station is a 3 MGD submersible triplex pump station that has an ultimate capacity of 11.5 MGD utilizing a dual-wet well triplex pumping system. Facilities included two 60 hp variable speed pumps, one 50 hp constant speed pump, two 12-foot diameter, 30-foot deep pre-cast concrete wet wells, permanent standby power system,odor control facilities,and telemetry and instrumentation systems. Cow Path and Fortune Avenue Master Pump Stations, Pasco County, FL — Project Manager and Engineer of Record responsible for the design of electrical, instrumentation and controls systems needed for upgrading these two master pump stations in central Pasco County. Design included replacement of constant speed motor starters with 100 hp variable frequency drives,along with wet well level sensor and telemetry systems. West Central Reuse Interconnect, Pasco County, FL— Project Manager and Engineer of Record for the design, permitting and construction of two 5 MGD, 125 psi reclaimed water pumping stations and an interconnecting 12 mile transmission main for the Pasco County Utilities Department. Pump stations included vertical turbine pumps, 5 and 2.3 MG ground storage tanks, hydropneumatic systems, electrical buildings, and sitework at the Odessa and Land King Engineering Associates,Inc. 167 MIAMIBEACH O'Lakes Wastewater Treatment Plants, in addition to 63,800 LF of 24-inch reclaimed water main interconnecting the two pump stations. The project also included 44,000 LF of 24-inch potable water main, and 4,400 LF of 12-inch, 20,000 LF of 16-inch,and 9,000 LF of 20-inch sanitary force main. Central Pasco Water and Wastewater System Improvements, Pasco County, FL — Engineer of Record for the hydraulic modeling, design, permitting, and construction management of water and wastewater transmission and distribution mains in central Pasco County. Project included 145,900 LF of 16-,24-and 36-inch potable water mains and force mains,and a potable water booster pump station. The booster station included the design and permitting of a 5 MG ground storage tank,re-chlorination system,and 5 MGD high service pump station. As part of this project's planning, an interim model of the water system was developed in order to size a temporary booster pump station required to maintain system pressures in the northern part of the project service area. Peace River Regional Integrated Loop System, Phase 2, Peace River Manasota Regional Water Supply Authority—Engineer of Record and Construction Manager responsible for the preparation of a basis of design report and for the subsequent design and permitting of this 7-mile long,42-inch transmission main that included options for steel and ductile iron pipe, cathodic protection, three meter stations, 5 interconnections with existing transmission mains, line valves, air valves and blow-offs. Engineering services included property acquisition,nine environmental and right of-use permits, contractor pre-qualification and cost estimating. Bidding services and construction management assistance are also being provided. This 15-month construction project was completed 6% under the $10.9M budget and on time. Peace River Manasota Regional Water Supply Authority Regional Loop System Phase 1, Peace River Manasota Regional Water Supply Authority — Project Manager for preliminary engineering services for a new water interconnect that is approximately 6.3 miles of a minimum 24"potable water main delivering regional finished water from the Authority's Peace River Facility (PRF) to the City of Punta Gorda to provide the City with the capability to reduce elevated levels of TDS in the City's water supply for compliance with secondary drinking water standards. In addition,the pipeline provides backup support to DeSoto County. Peace River Water Authority Regional Integrated Loop System Phase 3B, Peace River Manasota Regional Water Supply Authority, Sarasota County, FL - Project Manager for preliminary engineering, design, permitting and construction services for ±5 miles of 48-inch potable water transmission main and associated storage and pumping facilities. Also performing preliminary engineering including a route evaluation, determination of land acquisition and permitting requirements,cost estimating and development of a Basis of Design Report. West Coast Regional Water Supply Authority, Tampa FL— Served as Engineering Manager from 1992 to 1994 for this regional water supplier now known as Tampa Bay Water. Duties included supervision of staff and management of consultant contacts for numerous capital replacement and improvement projects including: • Regional Water Supply System—Managed activities of five engineering consultants for this$112 million water supply project that involved: 13 construction contracts,50 miles of pipe ranging from 16- inch through 84-inch,20 acres of wetland mitigation,a 40 MGD wellfield(11 wells),seven pressure and/or flow control delivery stations,ranging from 5 to 93 MGD,an interim water treatment plant,a 30 MGD booster pumping station,and electrical,mechanical,and chemical systems upgrades at 120 MGD pump station. • Pumping Station Improvements—Various projects completed including:completed structural and architectural restoration,synchronized starting system installation,spill containment system for hydraulic oil,PCB transformer replacement,laboratory gas cylinder relocation,and roof replacement. • Transmission Main Improvements—Pipeline protection and relocation projects,metering station installations,and corrosion control investigations. King Engineering Associates,Inc. 168 -ter MIAMIBEACH Christopher Kuzler, P.E. Services Lead/HDD i . n Engineering Design Se c , in ,, IArEs UtMaster Planning/Value Engineering \,\04 Chris Kuzler, PE has 32 years of experience in water and wastewater engineering and has been with King for 24 years. Mr. Kuzler has been Florida Professional Engineer No.45532 responsible for the development of water and wastewater master plans encompassing countywide and /or municipalities' existing and projected usage, demands,and system sizing. He also assists with the assessment and inventory of Key Qualifications deteriorating utility systems and recommends the corrective actions to be taken. He has assisted King's government clients in implementing the recommended • PM for numerous Master Planning improvements through their capital improvement programs through proper and modeling projects for project prioritization. Once the community's needs have been developed through governmental clients the capital improvement program, he has been responsible for the project planning, design, construction administration and startup/certification of water • Project Manager for over 100+ and wastewater transmission, distribution, collection, pumping, and treatment government utility projects systems. • Design and Technical Advisor for Project Experience MDWASD projects • Expertise in open cut,trenchless Reuse Master Plan, Pasco County, FL — Developed the analyses and report technologies,and subaqueous required for planning and permitting the future expansions of the County's reuse installations systems. Hydraulic analyses of the Countywide reuse systems were conducted in order to size more than 90 miles of pipeline,determine pump station and storage capacities, and evaluate instrumentation and control strategies. With the use of a Years of Industry Experience Countywide GIS, the plan evaluated the current and ultimate reclaimed water 32 Years disposal capacity and makes recommendations for the expansion of the reclaimed water distribution systems. Education Bachelor of Science,Mechanical University of Florida Campus Reclaimed Water System Master Plan, Engineering, 1985 Gainesville, FL — Project Manager for the development of a campus-wide Polytechnic Institute of New York reclaimed system hydraulic model. Scope includes the development of an overall M ters of Science Business reclaimed water system model which will be used to determine design as parameters for future improvements to the University's reclaimed water system, Administration, 1989 Adelphi University the development of an irrigation system master plan and the development of a Capital Improvement program. Memberships • Solid Waste Association of North Cast Iron Water Main Replacement Program—Phase 1, Venice, FL- Project America(SWANA) Manager responsible for an initial evaluation of the City of Venice's water system • American Society of Mechanical to identify locations of galvanized and cast iron pipe, development of a GIS map Engineers for planning purposes, and evaluation of various technologies for assessing pipe • National Engineering Honor Society condition. • Previously served on the Board of Directors of the Southeast Desalting West Sewer System Evaluation, Largo,FL-Project Manager for the evaluation Association,an association dedicated of existing I&I monitoring data,developing hydraulic models of the pump station to the training of membrane plant and force main system and providing the City with recommendations for operators. constructing new force mains and upgrading each station in order to increase their capacity as well as reduce surcharging in the contributing gravity sewer system. Opinions of Probable Construction Cost were developed for each alternative approach in order to assist the City with budgeting for the recommended upgrades. King Engineering Associates,Inc. 169 MIAMIBEACH Project Experience Continued West Sewer System Evaluation, Largo, FL - Project Manager for the evaluation of existing I&I monitoring data, developing hydraulic models of the pump station and force main system and providing the City with recommendations for constructing new force mains and upgrading each station in order to increase their capacity as well as reduce surcharging in the contributing gravity sewer system. Opinions of Probable Construction Cost were developed for each alternative approach in order to assist the City with budgeting for the recommended upgrades. Management, Operations and Maintenance (MOM) Program Assessment, Dunedin, FL - Project Manager for providing engineering services for the purpose of preparing a Management, Operation and Maintenance (MOM) Program assessment of the City of Dunedin's wastewater collection and transmission system per the EPA Region 4 "Guide to Collection and Transmission System Management, Operation and Maintenance Program." Engineering services included data collection, data compilation and evaluation, report preparation, and meeting attendance and presentation preparation University of Florida Campus Potable Water Main Modeling, Gainesville, FL — Project Manager assisting the University in implementing a program to evaluate and replace old water service lines in the northeast part of the campus in order to alleviate building water pressure issues caused by old, tuberculated galvanized steel service lines. Services include the development of a pressure and flow logging protocol and a hydrant flow test plan for select hydrants in the northeast part of campus, examining booster pump flows and pressures, and using the information gathered to calibrate the hydraulic model previously created for the University. Based on the Hazen Williams C- factors yielded in the calibrated model, recommendations are being provided as to whether the lines should be considered for replacement,and if so,the appropriately sizing. Dunedin Water and Wastewater Treatment Facilities Master Plan Study, Dunedin, FL - Project Manager of investigative analyses of the City's water and wastewater treatment plants to improve process, instrumentation, controls and operations. Performed comprehensive technical analyses to determine improvements to the water and wastewater plants process, equipment, instrumentation, controls and operations. Also prepared conceptual design reports detailing proposed changes along with cost estimates and schedules. Downtown Sewer System Model, Dunedin,FL—Project Manager for a sanitary sewer hydraulic model developed in order to plan for potential sewer system upgrades associated with proposed downtown redevelopment. Services included development of a SewerCAD hydraulic model of the sanitary sewer system that serves the City's downtown district, estimated increased flows including infiltration and inflow. Evaluated the performance of the existing system under dry season, wet season, and peak conditions. Also evaluated the existing system with additional flows from the proposed redevelopment and provided the City with recommendations and construction cost estimates for modifying the existing system. • Redington Beach Pump Stations 76,77,and 78 Upgrade,Pinellas County,FL—Principal-in-Charge for the design, cost analysis, permitting, and construction observation of three pump stations in the Town of Redington Beach. The existing pump stations were a part of an aging system that deteriorated over time,experiencing problems with odor and I&I. Pump Station 76 was a 6'-diameter wetwell refurbished in place, posing difficulties in design due to its location immediately adjacent to the Town Hall building. Pump Station 77 was an existing 6'-diameter station which was relocated due to its location in a heavily traveled intersection, and Pump Station 78 was upgraded from a duplex to a triplex. Pumps at each station ranged from 5-HP to 15-HP. Small Diameter Water Mains Evaluation and Enhancements Program, Phase I, Miami, FL—Technical Advisor for evaluation of MDWASD's entire water distribution system using GIS analysis and categorized all undersized water mains below 6 inches. A database was developed to track quantities, location,cost,etc. King selected 150 pilot high- priority properties and completed a field visit at each property, prepared construction specifications, and assisted with bidding and construction management. King also coordinated with MDWASD to include all data input into MDWASD's Proliance(PCTS)system. King Engineering Associates,Inc. 170 MIAMIBEACH 48-Inch Central-East Interconnect Design Criteria Package, Miami, FL - QA/QC Officer for preliminary design, development of a Design Criteria package and associated Design Criteria Engineering assistance for 6,700 LF of 36 and 48-inch potable water main in the Central-East area, north of Downtown Miami, to interconnect the Hialeah/Preston(north)and Alexander Orr(south)water systems. MDWASD 48-inch Water Main Interconnect Route Analysis, Miami, FL — Technical Advisor for the route analysis to determine the size (48-inch) of a water main to interconnect in the Central East Area (downtown Miami). Also assisted with the determination of the best possible route for constructability and cost estimates. Small Diameter Water Mains Evaluation and Enhancements Program,Phase II, Miami,FL—Technical Advisor for implementation of Small Diameter Water Mains Evaluation and Enhancements Project with the objective of(1) improving service to the customer, (2) reducing MDWASD maintenance and operating costs, and (3) providing the South Florida Community with a "Green" project that will conserve our valuable fresh water resources while supporting the future growth of the community. The continuation of this Pilot Project,Phase II serves as the model for the implementation of future projects of this nature. A total of 160 water services are to be transferred. King also provided public outreach,preliminary design,bidding,permitting,construction management and inspection services. Master Pump Station B and SB Refurbishments, Temple Terrace, FL - Project Manager design, permitting, construction management and demolition of a wet pit/dry pit master pump station, construction of a new triplex submersible pump station, a work yard with concrete storage bunkers and replacement of±1,600 LF 16-inch force main of which 900 LF was installed by directional drill under the Hillsborough River. At pump station SB,a hydraulic analysis of the station's upstream force main system and 27 pump stations was performed and a 20'x30'x20' deep overflow wet well was designed, permitted and constructed in order to provide the City with additional response time in the event of pump failure. FDOT Gateway Express Utility Relocations Design Criteria Package, Largo, FL - Principal-in-Charge for the development of the FDOT Gateway Express Design Criteria Package. The Florida Department of Transportation's Gateway Express project is a two prong highway project that will connect US 19 to I-275. Design Criteria services involved a two-step process (1) Development of a qualifications package from which responding firms will be short- listed and (2) Development of an RFP package on which the short listed teams will bid. Roadway design plans for each of the six projects in various stages of design are included in the single Request for Proposal (RFP) as are the Utility Work by Highway Contractor conceptual level design requirements. The DCP included specific project requirements and specifications as well as conceptual level design plans. Services included overseeing bidding assistance and responses to questions during the RFP phase and design review. Galvanized Water Main Replacement Program, Pinellas County,FL—Project Manager for engineering,hydraulic modeling, route assessment, design, permitting, and construction management for approximately 45 miles of replacement water mains for Pinellas County. This was part of an overall 150-mile replacement program, in which King was assigned 11 contracts to accomplish the tasks. Design included replacing all 2-inch galvanized and cast iron water mains with 2-inch PVC water main and larger, depending on hydraulics and fire hydrant spacing requirements. Construction was completed almost entirely using horizontal directional drills. North Booster Pump Station, Pinellas County FL—Principal-in-Charge for the evaluation,preliminary engineering, design and permitting services for modifications to the County's North Booster Pump Station. In order to correct water quality issues caused by conflicting north-south flows from the station, the station is being modified to receive water from all of the area transmission mains and then pump the water to the south only. Services included a complete evaluation of the facility and recommendations for improvements followed by design, permitting and construction management for replacement of four(4) existing booster pumps with new 25 MGD, 500 HP each (total of 100 MGD) horizontal split case pumps, installation of 60-inch, 48-inch,42-inch, and 36-inch ductile iron yard piping and valves, PLC and SCADA upgrades, instrumentation and electrical systems modifications. King Engineering Associates,Inc. 171 MIAMIBEACH Logan Booster Pump Station,Pinellas County, FL—Principal-in-Charge for the design,permitting and construction of a new 30 MGD potable water booster station. Services included construction of a new 3,200 sq. ft. pump building, electrical room,4 horizontal split case pumps with VFD. Project also includes installation of a new 1,500 kW standby diesel generator set,installation of 18-, 24-, and 36-inch yard piping and valves, PLC and SCADA upgrades, and instrumentation. South Green Springs Water Main Replacement Project, Safety Harbor, FL — Technical Lead Advisor for the design, permitting and construction of±8,000 LF of replacement water mains and service connections to existing meters in an existing residential neighborhood. Bahia Vista Water Main Replacement, Sarasota, FL — Project Manager for the replacement of ±2,600 LF of existing watermain with 12-inch PVC pipe on Bahia Vista St. from Orange Ave.to US 41.Project also includes new 2- inch water service lines with meter boxes to existing meters and replacement of fire hydrant assemblies. Services include survey,design,permitting and construction management. Design-Build of River Oaks Diversion Project, Hillsborough County, FL—Design Manager for this project which consists of retiring two outdated wastewater treatment plants — the Dale Mabry Advanced Wastewater Treatment Facility (AWTF) and the River Oaks AWTF — and diverting all flows to the expanded Northwest Regional Water Reclamation Facility(NWRWRF). Project includes: • A new 24-MGD pumping station, designed with a "self-cleaning" trench-style wetwell, which will include two (2) 140-HP normal duty pumps and four (4) 385-HP high-flow pumps, and an Influent Structure to serve as a bypass wetwell,with two(2)700-HP diesel engine pumps. • Approximately 5,000 LF of new 36-inch force main between the existing River Oaks AWTF site and the new Pump Station • Approximately 13,000 LF of new 30-inch force main,between the new Pump Station and a connection to a connection point to the force main to NWRWRF installed (by others) in an earlier phase of the Program • Approximately 13,000 LF of new 20-inch reclaimed water main • A new 30-MGD cascade-type aeration outfall structure to Channel A, upstream of the existing (to be . removed) River Oaks AWTF outfall structure • Demolition of the River Oaks Wastewater Treatment Plant and repurposing of the site after the successful diversion of flow Blind Pass Beach Park Septic System, Sarasota County, FL—Project Manager for this Sarasota County Parks and Recreation Department project for a conditions assessment and engineering design for two new 1800 gpd septic systems, four new drain fields,abandonment of two existing septic systems and a pump station. Idlewild and The Mall Sanitary Sewer System and Woodlawn Stormwater Improvements, Pinellas County, FL — Principal-in-Charge for the planning, design, permitting and EPA Grant Assistance for this area currently without sanitary sewer service. Additional services included design and permitting for stormwater system improvements including new floodplain storage and water quality improvements area along Spring Branch. City of Venice Water Main Program Phases 1, 3, and 5, Venice FL - Project Manager for the design, permitting, bidding/award assistance and construction services for Phases 1, 3 and 5 of the city-wide Water Main Replacement Program in existing residential neighborhoods. • Phase 1:±5,000 LF of new 6"and 8"water mains,abandonment of existing rear lot 2"and 3"mains and relocation of±141 private services. • Phase 3: ±5,100 LF of 6" water main abandonment of existing rear lot 2" and 3" mains and the relocation of±139 private services and service connections. • Phase 5: ±5,500 LF of 6" water main abandonment of existing rear lot 2" and 3" mains and the relocation of±110 private services. (Phases 1 and 3 have been constructed,and Phase 5 is in design.) King Engineering Associates,Inc. 172 MIAMIBEACH Benjamin C. Turnage, P.E. KMaster Planning 111 / Construction Services Lead E NONE ERAS ASSOC..tES f Design-Build Criteria/HDD/Jack&Bore ON erN 1e% Ben Turnage, P.E. has 16 years of engineering experience with significant experience with master planning of wastewater systems based on county-wide usage and for small,new and existing development properties. Florida Professional Engineer No.64055 He also brings significant design, permitting and construction services for new construction and replacement, / rehabilitation of pipelines and pump stations, for Key Qualifications both large and small water/wastewater system capacities. Several of these pump stations required rehabilitation and special construction needs due to their beach • Master Planning for large included community location. communities,which alternatives for various improvements outlinin of um Many of these pipeline projects were performed in coordination with FDOT p g p p stations and pipelines for roadway widening and improvement projects. Ben is extremely knowledgeable redirection of flows and for with FDOT,Turnpike Authority,CSX agencies and their procedures. developments that will increase flows Having overseen construction administration for a number of pipeline projects, Ben brings valuable experience with difficult installations such as deep • Extensive utilities engineering for construction within congested roadways, existing utilities in limited available FDOT roadway widening projects; ROW space, open stormwater ditches, major roadway and CSX Railroad he knows their standards,policies, crossings, and trenchless construction methods (i.e., jack-and-bore, directional and procedures drill,microtunnelling). • Construction management for water and wastewater transmission Project Experience collection,and associated pumping and treatment systems Pasco County Wastewater Master Plan, Pasco County, FL—Project Engineer for the development of a long-term plan to accommodate increasing wastewater • Expertise in construction of service demands. The County is experiencing above average growth and decided pipeline projects requiring difficult to evaluate the current approach to servicing these demands with other installations including deep alternatives. This study expanded on a previous analysis,which recommended the construction and limited ROW decommissioning of three subregional wastewater treatment facilities and replacement with master pump stations in a consolidated regional service area. Years of Industry Experience Alternatives for various scenarios were presented, outlining individual pump 16 Years station and pipeline projects necessary to initiate redirection of flows. Proposed system alternatives were modeled using H2ONet and AutoCAD software. Education Bachelor of Science, Physics,Furman Wiregrass Potable,Reclaimed, and Wastewater Master Plans,Pasco County, University 2000 g FL—Project Engineer for the development of master plans of utility infrastructure Bachelor of Science, Biological throughout a planned 5,100-acre community district in Pasco County. The Engineering, University of Georgia, proposed infrastructure ties into the County's existing systems, which have all Athens,GA 2001 been recently upgraded in previous years to accommodate the additional flows associated with the planned development — with peak flows up to 8.0 MGD Memberships Past& Present wastewater, 7.0 MGD potable water, and 10.0 MGD reclaimed/irrigation flows. American Physical Society Responsibilities included assisting with conceptual design and master planning, Water Environment Federation development and review of the hydraulic models, and quality control and review of results and master plan reports. King Engineering Associates,Inc. 173 MIAMIBEACH Project l: perie ncc Continued The Villages at Glenn Creek Water, Reclaimed Water, and Wastewater Master Plans, Bradenton, FL — Project Manager for the development of hydraulic models and master plans of potable water, reclaimed water, and wastewater master plans for development in Manatee County, FL of single family and multi-family homes and light commercial areas. The project also included on-site design of the same utilities, mechanical design of one submersible wastewater pump station, as well as one reclaimed water booster station. Both pump stations are to be turned over to the City of Bradenton upon completion, so coordination with the City regarding construction requirements was required. MDWASD Pump Station Evaluation, Miami, FL — Technical Design Engineer for the evaluation of six (6) existing pump stations on the Miami-Dade wastewater system. A previous report by others had identified the stations—ranging from 5 HP to 60 HP duplex stations—as being over capacity(based on run times and flow rates). Several of the stations were outdated wet-pit/dry-pit stations, which did not conform to the department's current standard of submersible pump wetwells. Specific duties included site investigations of existing conditions, management and technical review of hydraulic modeling efforts,development of conceptual layouts for the proposed upgrades,and preparation of individual technical reports for the recommended improvements for each lift station. Design Criteria Package for the North Palm River Water Expansion Project, Hillsborough County, FL - Project Manager for the development of RFQ and RFP packages, including a Design Criteria Package and Concept Plans, for Hillsborough County's design-build construction of 45,000 LF of 6"-8"potable water main into the Palm River area north of Causeway Blvd. Private wells in the area have exhibited poor quality and increased salt intrusion; the program will extend potable service and interconnect with both County and City of Tampa water mains. Services included development of the RFQ and RFP/DCP, bidding assistance services, and limited construction services. Pump Station 76, 77, & 78 Refurbishment & Replacement, Redington Beach, FL — Project Engineer for the design, cost analysis, permitting, and construction management of three pump stations in the Gulf of Mexico coastal town of Redington Beach. The existing pump stations were part of an aging system that deteriorated over time, experiencing problems with odor and I&I. Pump Station 76 was a 6'-diameter wetwell to be refurbished in place, posing difficulties in design due to its location immediately adjacent to the Town Hall building. Pump Station 77 was an existing 6'-diameter station to be relocated due to its location in a heavily traveled intersection,and Pump Station 78 was upgraded from a duplex to a triplex.Pumps at each station ranged from 5-HP to 15-HP. Design-Build of River Oaks Diversion Project, Hillsborough County, FL— Lead Mechanical Engineer for this project that will divert all flows to an expanded Northwest Regional Water Reclamation Facility (NWRWRF) from the Dale Mabry Advanced Wastewater Treatment Facility(AWTF) and the River Oaks AWTF.The project includes a new 24-MGD pumping station,a new 30-MGD cascade-type aeration outfall structure,demolition and repurposing of the River Oaks Wastewater Treatment Plant, ± 5,000 LF of new 36-inch force main and± 13,000 LF of new 20- inch reclaimed water main. Largo Wet Weather Force Main and Monitoring System, Largo, FL — Served as the Technical Lead / Project Engineer for King on the two-firm engineering team, for the overall project that included the construction of±7 miles of replacement 8-inch to 16-inch wastewater force mains, 5 miles of new 20-inch to 30-inch force main, upgrades to 6 wastewater pump stations and remote monitoring and control equipment. The new system automatically bypass the gravity sanitary sewer system and conveys flow directly to the wastewater treatment plant using the new force main upon the detection of an impending overflow(wet weather)event. Specific responsibilities included assistance with hydraulic analysis of the 6-pump station system with VFDs, conceptual and final design of the pump station sites and mechanical equipment, route evaluation and design of the replacement force mains, development of cost estimates, technical specifications, permitting, and frequent coordination with the City for data collection and review of concepts. Harney Rd Force Main Replacement, Temple Terrace, FL — Project Manager for the design, permitting and construction services for approximately 2,500 LF of 16-inch force main along Harney Road, including three road crossings and one horizontal directional drill. Responsibilities included involvement in every aspect of the project— King Engineering Associates,Inc. 174 ad MIAAAIBEACH permit coordination, detailed design, cost estimation, specifications, quality control and review, and general management of project,budget and schedule. North-Central Pasco Transmission Mains, Pasco County, FL — Project Manager for the planning, design and permitting of approximately 7.5 miles of 36-inch ductile iron reclaimed water main along an existing power corridor, and 8.3 miles of 12-inch to 20-inch PVC/HDPE wastewater force main serving the north-central area of Pasco County. The installation includes several large-diameter jack-and-bores and directional drills of jointed ductile iron pipe under five state and county roadways,three forested wetlands,and two railway easements. The directional drills represent the longest 36-inch-diameter ductile iron drills to date in any location, at up to 1,500 LF each, three being subaqueous under ponds and wetland areas. Initial design involved various hydraulic modeling alternatives to coordinate the size and route of the transmission mains with proposed County Capital Improvements Plan projects. Considering the environmental status of the rural mains, various wetland and species studies were required, and were completed in-house by King's Environmental Services department. Clearwater Pump Station 15 & 25 Refurbishment & Replacement, Clearwater, FL— Project Engineer for the refurbishment of two municipal wastewater pump stations and installation of approximately 600 LF of directionally drilled 8-inch force main. One site included removal of an existing pump station in a residential area and subsequent installation of a new 6-foot diameter concrete wet well pumping station. The site posed significant challenges for removal due to its proximity to two residences, swimming pools, and a large oak tree. The other site included removal and replacement of above-grade generators, fuel tanks, building, etc., and re-lining of the existing 10-foot wet well. Weekly site visits and progress meetings with the Contractor ensured construction remained on schedule and impacts to residences and traffic were minimized. Pump Stations 23 & 40 Improvements, Largo, FL - Project Manager responsible for providing design, bidding assistance, and construction services for general pump station site, mechanical, and structural refurbishment of two 6-foot diameter submersible wastewater pump stations. Weekly site visits and close coordination with the Contractor on RFIs and schedules allowed completion of the project in approximately eight weeks. Lake Avenue Sanitary Sewer Collection System and Lift Station, Largo, FL- Project Manager and Engineer of Record for planning, conceptual design, design, cost estimation, permitting and construction management services for the expansion of the Largo sanitary sewer collection system and abandonment of private septic systems at Lake Avenue, Southwind Lane, and Cheryl Road. This project was completed in conjunction with the Ulmerton Road widening project to save on design costs and allow for construction of up to 18' deep sewers in the roadway. Project included installation of approximately 200 LF of 4" FM, 600 LF of 6" FM and 4,800 LF of 6"-l0" Sanitary Sewer plus the construction of a new duplex submersible lift station and abandonment of existing Lift Station#33. SR 688 (Ulmerton Rd.) Utility Relocations (multiple projects), Largo, FL-Project Manager/Engineer of Record for the relocation of sanitary and reclaimed water facilities along 9.75 miles to accommodate roadway widening and storm improvements. Design, permitting and construction administration services included 14,750 LF of 4"-8" sanitary force main,4,750 LF of 8"-12" reclaimed water main,and 14,000 LF of 8"-18"gravity sewer. Central Pasco Water Systems Improvements, Pasco County, FL — Project Manager overseeing construction management for final completion of a project that included a total of 86,000 linear feet of 10-, 16-, 24-, and 36-inch potable water main, 57,900 LF of 12-, 16-, and 24-inch sanitary force main, and 53,000 LF of fiberoptic cable in northern and eastern Pasco County. The pipeline construction included three subaqueous crossings, approximately 900 LF each, of creek beds and wetland areas by horizontal directional drilling using 24-inch HDPE and 30-inch jointed ductile iron pipe. Meadowcrest WWTP Expansion, Citrus County, FL — Construction Manager and Engineer of Record for the construction management services for the Meadowcrest WWTP. The scope of services encompassed upgrading an existing 0.5 MGD facility to 2.0 MGD, including new PLC and plant-wide SCADA system, all implemented while keeping the existing facility in operation. The project had a fast track timetable based on a SWFWMD required date for the production of reclaimed water. Specific duties included review of pay applications,RFIs,and shop drawings; field observation of construction; and review of value engineering items for cost reduction. Only two change orders (for owner-direct purchase of equipment)and close-out were required,completing the job$700,000 under contract. King Engineering Associates,Inc. MIAMIBEACH Loc Truong, P.E. • Master Planning/Engineering Design/ConstructabilityReview Kirk. *,.Via, \` ~ \* Mr. Truong has 16 years of engineering experience. His expertise lies in the field of water and wastewater utility systems condition assessments, recommendations and 11: prioritization of improvements. His diverse experience includes design, permitting and construction management of gravity sewer systems and wastewater lift stations, water / wastewater treatment, storage and pumping facilities, and instrumentation and SCADA systems. Florida Professional Engineer No.65709 In addition to being a licensed professional engineer,Mr.Truong is a licensed water KeQualifications treatment plant operator in the State of Florida(Class C)and New York(Class IIA); y Q and, joining rior to Kin , worked as an operator, engineer and SCADA system p g • Water Systems Expertise including administrator for the City of Troy, New York's water treatment facility. His past Condition Assessments and plant experience includes extensive experience in facility operations, I & C and Corrective Recommendations SCADA and control systems • Water Booster Pump Station Project Experience Facilities City of Bedford Water Main Condition Assessment and Improvement Projects, Bedford, TX— Developed scope and fees for to perform acondition assessment of • Expertise in water facilities the City's aging water supply system to identify the portions of the system that operations,and implementation of needed to be replaced or rehabilitated. Responsible for updating the City's GIS map instrumentation,SCADA and with relevant information to proceed with the project. In addition, divided the control systems overall objective into separate manageable projects and prepared design packages • As a Florida Class C Certified for each. Water Treatment Plant Operator he North Booster Pump Station, Pinellas County, FL - Engineer of Record for the has assisted our government clients with operations trainin and design, permitting, and construction of the modifications to the County's existing p g 100 MGD potable water booster station. The project included replacement of four compliance at their treatment facilities (4) existing booster pumps with new 25 MGD, 500 HP each (total of 100 MGD) horizontal split case pumps, installation of 60-inch, 48-inch, 42-inch, and 36-inch ductile iron yard piping and valves PLC and SCADA upgrades, instrumentation and Years of Industry Experience electrical systems modifications. 16 Years Logan Booster Pump Station, Pinellas County, FL - Engineer of Record for the Education design,permitting, and construction of the modifications to the County's existing 30 Bachelor of Science,Chemical MGD potable water booster station. The project included the construction of a new Engineering,2001 Rensselaer 3,200 sq. ft. building to house the new pump station and new electrical room, four Polytechnic Institute (4) new 7.5 MGD, 250 HP each horizontal split case pumps with 12-pusle variable frequency drives (VFD), installation of a new 1,500 kW standby diesel generator set, installation of 36-inch, 24-inch, and 18-inch yard piping and valves, PLC and SCADA upgrades, instrumentation and electrical system modifications. Design-Build of River Oaks Diversion Project,Hillsborough County,FL—Lead Pump Station Design Engineer for a new 24-MGD pumping station,designed with a "self-cleaning" trench-style wetwell, which will include two (2) 140-HP normal duty pumps and four (4) 385-HP high-flow pumps, and an Influent Structure to serve as a bypass wetwell, with two (2) 700-HP diesel engine pumps. The project which consists of retiring two outdated wastewater treatment plants — the Dale Mabry Advanced Wastewater Treatment Facility (AWTF) and the River Oaks AWTF — and diverting all flows to the expanded Northwest Regional Water Reclamation Facility (NWRWRF) also includes 5,000 LF of new 36-inch force main, 13,000 LF of new 30-inch force main and 13,000 LF of 20-inch reclaimed main. King Engineering Associates,Inc. 176 MIAMIBEACH Project E 1- e is ctrc Continued Lindrick Master Lift Station 17 Design Criteria Package -Florida Governmental Utility Authority - FL- Proj ect Manager for the development of a Design Criteria Package (DCP) to assist the FGUA in procurement of a Design-Build contract. The DCP included the reconfiguration of the force main from Lift Station (LS) 1 to pump directly into LS 4, upgrades to LS 4 with new 60 HP submersible pumps, wetwell, odor control, electrical, instrumentation and controls to allow LS 4-to pump its flow directly to the New Port Richey WWTP. The DCP also included the installation of new pumps at LS 13 to allow its flows to pump directly to the New Port Richey WWTP. LS 17 site requires development of demolition and abandonment requirements and re-routing and manifolding of the force main from LS-4 and LS-13 to the New Port Richey WWTP. Intracoastal Waterway Force Main Replacement Project, Venice, FL — Project Manager for the design, permitting, and construction of 1,300 LF of 16-inch HDPE below the Intracoastal Waterway via horizontal directional drill (HDD). The project included performing HDD calculations,preparing plans, specifications and cost estimate. Memorial Causeway Pipelines, Clearwater, FL - Project Manager for a 2,000 LF, 20-inch diameter replacement force main and 2,500 LF of 20-inch force main for future use for the City of Clearwater. Idlewild/The Mall Sanitary Sewer System,Clearwater FL-Project Manager for preliminary design, construction cost estimates and life cycle cost evaluations for a vacuum sewer system,a low pressure sewer system,a STEP sewer system and a conventional gravity sewer system to serve an area currently served by 450 septic systems. Results were compiled into an Alternatives Analysis Report which also addressed environmental concerns and was submitted to the EPA to serve as an Environmental Impact Document. Also served as Project Manager and Engineer of Record for the design, permitting and construction of the new ±20,000 LF sewer system and abandonment of±450 private septic systems. Causeway Watermain and Forcemain Replacement Program, Dunedin, FL - Project Manager for analysis, planning, design and construction of±9,500 LF of 8-inch HDPE force main, ±7,500 LF of 14-inch HDPE force main, ±2,300 LF of 18-inch PVC water main and 3,500 LF of 10-inch force main installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill. The project required the development of demand and flow projections,hydraulic model,analysis of the water and force main systems,system sizing,cost estimating,bidding,award and construction management. South Green Springs Water Main Replacement Project, Safety Harbor, FL - Project Manager and Engineer of Record for 8,000 LF of replacement water mains and service connections to existing meters in an existing residential neighborhood. Services included: construction of 3,500 LF of 6-inch PVC water mains by open-cut installation methods, construction of 500 LF of 6-inch PVC water mains by horizontal directional drill (HDD) methods, construction of 4,000 LF of 2-inch PVC water mains by HDD methods, installation of approximately 100 water service laterals, installation of valve and appurtenances, installation of fire hydrants, abandonment of existing water mains by grout,restoration of curb,driveways,sidewalks and site restoration. CR 193 and Grove Circle Sanitary Sewer, Clearwater, FL- Project Manager for design, permitting,bidding and construction services for 6,000 LF of 8-inch gravity sewer main,manholes and abandonment of 75+individual septic systems in existing residential neighborhoods. Lehigh Acres Lift Station Rehabilitation, Florida Government Utility Authority, Lee County, FL - Project Manager for the development of flow projections,hydraulic modeling,planning,design,permitting and construction for the upgrade and replacement of a 4 mgd triplex master wastewater pump station in Lee County. The design of the lift station rehabilitation included installation of variable frequency drives(VFD),biological odor control system, PLC controls via a Control Microsystems SCADAPak,and remote telemetry. King Engineering Associates,Inc. 177 MIAMIBEACH Jeffrey E. Elick, P.E. 4.0 and Evaluations /Cost Estimating/Savings Facility Assessmentss Kik. g g Specifications/Constructability Review/Start-up and Testing Jeff Elick, P.E. has 20 years wastewater engineering experience and 15 years of wastewater plant management and operations experience. In addition to being a PE, he is a Class A Florida Wastewater Treatment Plant Operator with • EngineerNo. experience in process, systems, equipment, and operational evaluations, as well Florida Professional as regulatory correspondence and permitting. Prior to obtaining his PE, Jeff worked as an operator/plant manager at several Florida wastewater and biosolids Key Qualifications treatment facilities. • Master Planning for Water& Jeff's operator's perspective enables him to perform thorough and comprehensive Wastewater Systems utility systems evaluations for plants, equipment, transmission/collection and pumping systems. He is also able to perform accurate cost evaluations for • Evaluations Assessment for systems improvements, upgrades and in scheduling their replacements while Replacements and!or CIP keeping utility systems in operation. improvement planning. vines for Project Experience • Cost estimates and cost savings new/replacement materials Basis of Design Report Miami, FL—BODR for relocation of an existing pump • Constructability Reviews station for Miami Dade Water and Sewer Department. Project included bypass pumping requirements, relocation of 30-inch gravity sewers up to 17 feet deep • Wastewater treatment plant and increasing the capacity to 9.5 MGD. The BODR included alternatives for the operations,systems evaluations, gravity sewer relocation and a preliminary pump station design for project. integration,start-up and training Life Cycle Cost Analysis Miami, FL — Project Engineer assisting in the • Wastewater pumping and treatment development of a LCCA comparing a triplex submersible pump station and a systems design,permitting and triplex conventional wet pit/dry pit pump station for Miami Dade Water and construction Sewer Department. The purpose of the LCCA was to develop design standards for MDWASD triplex pump stations out in the collection system. Also assisted • Water Treatment Pilot in preliminary design and site plan for each type station. Capital, construction, Studies/Process evaluations and maintenance costs were estimated and life cycle costs were projected. • Equipment installation and Preliminary Design Stormwater Piping and Pumping Station, Hollywood, operation and maintenance FL Siting and initial design of a stormwater system rehabilitation project with a 43 MGD MGD pumping station, over 5,000 feet of 12-inch or larger pipe, and • I&I evaluations and CMOM five outfalls to tidal waters. compliance assistance Wastewater Treatment Plant, Water Treatment Plant, and Potable Water • Class A Florida Certified Well Facility and Equipment Evaluation, Orange Park, FL - Visited and Wastewater Treatment Plant evaluated the wastewater treatment facility, two potable water wells, and two Operator water treatment/storage/pumping facilities for proper design and installation and including operations and maintenance activities. This evaluation was conducted Years of Industry Experience at the request of the Town Utilities Department. 35 Years Water Treatment Plant, and Potable Water Well Facility Metering Education Evaluation, Orange Park, FL -Visited and evaluated four potable water wells Bachelor of Science,Civil Engineering, and two water treatment/storage/pumping facilities flow metering equipment and 1997, University of South Florida installations. Evaluated water balance metering data. Made recommendations for equipment upgrades to improve the water balance. King Engineering Associates,Inc. 178 CI, MIAMI BEACH Project Lx1. er mce Continued Master Plan Studies,Dunedin 6.0 MGD WWTP and Dunedin Reverse Osmosis 5.15 MGD Water Plants,Dunedin, FL-Project Engineer for field and desktop evaluation for the City's 6.0 MGD Dunedin WWTP and 5.15 MGD Dunedin Reverse Osmosis Water Plant. The project included preparation of a master plan with recommendations for equipment and process replacements, rehabilitations, and modifications through 2035. Master planning included consideration of the addition of an Industrial Wastewater Treatment Facility effluent to the Dunedin Mater Reuse System. Additional various projects were identified to reduce costs and potential hazards, increase reliability and efficiency, enhance operational flexibility, and address noise and odor issues. For the City's Water Plant,various projects were identified to reduce costs and potential hazards, increase reliability and efficiency, and enhance operational flexibility of the plant. Cost estimates and preliminary layouts were provided for the various projects and technical memorandums were provided with the final version identified as the Master Plan. Lift Station Evaluation and Sanitary Sewer System Mapping Program,Orange Park, FL-Visited and evaluated 25 lift stations and reported on the condition of the structural,mechanical,and electrical components. Evaluated run time for each of the stations. Located the lift stations on a GIS mapping system. Rehabilitation of Lift Station #33 and #42, Clearwater, FL - Project Engineer for design, permitting, bidding, field evaluation and construction services for rehabilitation of two sanitary sewer pump stations. Lift Station #33 involved bypass pumping,demolition of an existing below grade canned type duplex station and construction of a new submersible type duplex station located in a tidal wetlands setting. Lift Station#42 involved bypass pumping, structure rehabilitation, and equipment replacement for a 3400 gpm triplex submersible pump station. Trinity/Odessa Master Wastewater Pump Station and Transmission Main - Senior Project Engineer for design and permitting services for a new wastewater master pump station and 16,000 feet of force main. Project Included hydraulic modeling, analysis of existing Odessa and Land O'Lakes wastewater collection and pumping systems. Design services were performed for a temporary, in-line booster station, master pump station alternatives, odor control, standby generator requirements,and instrumentation and controls. Sanitary Sewer System Management, Operation, and Maintenance (MOM) Program, Dunedin FL - Project Engineer for sanitary sewer collection system evaluation as part of an EPA voluntary program. Evaluated all aspects of the collection system program including funding, ordinances, management, engineering, operations, maintenance, and compliance. D-BOOT Biosolids Recycling Center, Philadelphia, PA - Project Engineer for the Design / Build / Own / Operate / Transfer (D-BOOT) project which involved the addition of a 250-dry ton per day biosolids pelletizer at the City of Philadelphia's Biosolids Recycling Center. This facility utilizes digester gas as a fuel supplement to natural gas. Scope included construction of a new building to house dual pelletizer process trains, existing conveyor and building modifications to accept dewatered biosolids from an existing dewatering operation, and construction of a new biosolids cake receiving facility. Also responsible for obtaining New Air Construction Permit from the Philadelphia Air Management Services for the facility. Biosolids Pelletizer (32 DTPD), Manatee County, FL - Project Engineer for design, construction, and permitting services for the addition of a 32 dry ton per day biosolids pelletizer at the Manatee County Southeast Wastewater Treatment Plant. This project involved the use of landfill gas as a fuel supplement to natural gas. Assisted in new and/or modifications to required permits for three Wastewater Facilities, the Lena Road Landfill Title V Air Permit, an environmental resource permit,and from Manatee County Building Department. Biosolids Pelletizing Facility, Pinellas County, FL - Project Engineer for a design-build project, that included design, permitting and construction services for a 30 dry ton per day biosolids pelletizer process and administrative building at the South Cross Bayou WWTP in Pinellas County. Prepared Preliminary Engineering Report, Title V Air Construction Permit Application, Residuals Management Facility Permit Application, and Pinellas County Building Department permit applications. Subsequent to completing the project,provided design,permitting and construction services for the addition of a 50 yard cake receiving wet bin, a dewatered cake pumping system, and the replacement of a dry polymer make up, mixing,storage,and pumping system. King Engineering Associates,Inc. 179 alp MIAMI BEAH ; �° �y Patience Anastasio, P.E. ra; King" r Hydraulic Modeling/Transient Analysis J J .14CANE.ERNG rtiSSC:a.TES Over,iel4 Ms. Anastasio is a civil engineer with 10 years of experience in utility systems master planning and in utility systems CIP project implementation including design, permitting and other related engineering services. Ms. Anastasio performs hydraulic modeling and master planning services including development of new maser plans and updates to existing master plans for King's development projects, both large and small. She also Florida Professional Engineer No.75402 performs hydraulic and transient analysis for utility systems design. Key Qualifications Proficient in Geographic Information Systems (GIS), hydraulic modeling software(WaterGEMS,SewerCAD),and AutoCAD. • Master planning for both public and private water/wastewater facilities Project Experience • Modeling/Transient Analysis for Wiregrass Ranch Master Planning, Pasco County, FL— Project Engineer Utility Systems responsible for updates to utility master plans including water, wastewater and reclaimed water systems for this 5,000+ acre, multiple development • GIS and Hydraulic modeling property. Hydraulic models for the potable water, wastewater, and reclaimed specialist with experience working water systems originally developed in Innovyze H2ONet software were used on government utility systems. to size the main infrastructure. Multiple updates (10-15) were made to each model in H2ONet including revising flows for updated land uses,updated fire Years of Industry Experience flow requirements, and use of supplemental wells for irrigation. In addition 10 Years the master models were used as a source for hydraulic models for individual developments. Project-specific models were developed in Bentley Education WaterCAD V8i for internal pipe sizing and evaluation. Also performed B.S.,Civil Engineering, University of construction administration services, including site visits and startup testing, South Florida,2007 for Wiregrass Parcels M21 (The Arbors), M23 (The Ridge, 2 pump stations), A.A.,Chemistry, State College of M20 (Altis, currently under construction), C5 (currently under construction), Florida,2002 and Hueland Pond Pump Stations. Water Treatment Facilities Master Plan Study, Dunedin, FL - Project Engineer for identifying projects that will reduce energy consumption, increase process efficiencies, lower operating costs, facilitate maintenance and address anticipated changes in regulatory requirements. The study resulted in a Capital Improvement Plan that will allow the City to plan for, fund and implement the recommended projects over the next several years. Also responsible for the creation of a historical database of compounds present in well water for graphing and water quality analysis. Carlton Lakes Master Planning and Pump Station Design, Hillsborough County, FL — Project Engineer responsible for developing water and wastewater master plans for 350- acre residential development. Designed wastewater master pump station to be expandable to 1 MGD for future development. Potable Water Master Plan was modelled in Bentley WaterCAD V8i in order to simulate operating conditions of the proposed system. Results from the hydraulic modelling were used determine pipe sizes to accommodate domestic and fire flow demands in accordance with Hillsborough County Standards. ,The proposed wastewater system for Carlton Lakes was similarly modelled in conjunction with the neighboring South Fork Development in order to determine operating conditions of the proposed pump station. King Engineering Associates,Inc. 180 Ca MIAWJBEACH i ro :hct l: p rience Continued Silverleaf Reclaimed Water Master Plan, Hillsborough County, FL - Designed reclaimed water system for multi-use development irrigation using WaterCAD model to simulate various watering restriction schedules and demands. Integrated proposed model with County Master Plan model to demonstrate code compliance through all future scenarios. South Fork Master Utility Plan, Hillsborough County, FL — Project Engineer responsible for developing water and wastewater master plans for 1,500 home, single-family residential development. Project included performing hydraulic modeling for main sizing, pump station design, and coordination with the County to determine existing conditions. City of Largo Wet Weather Monitoring and Pumping System, Largo, FL-Utilized Bentley Hammer water model to analyze multiple surge scenarios for pipe selection and Air Release Valve placement. Project services included hydraulic modeling of 12 miles of 12-inch to 30-inch force main and six pump stations, development of preliminary designs, cost estimates, final design, and permitting for ±7 miles of replacement 8-inch to 16- inch wastewater force mains, three new lift stations and upgrades to one existing lift station, and existing force main integrity evaluations and diagnostic testing of±3 miles of existing 16-inch and 20-inch force main using Pure Technologies SmartBall and ultrasonic bracelet probe methods. The force mains crossed 6 major roadways and the CSX railroad. Village of Parrish Wastewater Master Plan, Parrish, Florida— Performed master planning and force main sizing for Village of Parrish Wastewater System, including 13,000 gallon per minute Master Pump Station. Coordinated with consultants who were working on Manatee County North County Wastewater Master Plan and Parrish Wastewater System and Master Pump Station design engineers. Used G.I.S., Comprehensive Plan, water meter data, and development tracking to model multiple future build-out scenarios based on area and relative flow contribution for system sizing. Also researched and participated in determining pipe routes and Master Pump Station location. Peace River Water Authority Regional Loop System Phase 3B, Sarasota County, FL - Project Engineer responsible for hydraulic modeling and route evaluations for ±4 miles of 48-inch potable water transmission main. This is the first phase of the project to be followed by design and construction management services. Services included design. Peace River Manasota Regional Water Supply Authority Regional Loop System Phase 1, Sarasota County, FL — Project Engineer responsible for hydraulic modeling and analysis and route evaluations for ±6 miles of 24-inch potable water transmission main. This is the first phase of the project to be followed by design and construction management services. FGUA/Lehigh Acres Pump Station Analysis, Lehigh Acres, FL — Project Engineer responsible for evaluating up to 25 pump stations in preparation for the construction of a new headworks at the wastewater treatment plant. Utilized Bentley SewerCAD and SewerGEMS for modelling the system integrated with GIS for demonstrating results and updating the client's infrastructure inventory,which includes 62 pump stations. Florida Governmental Utility Authority Lehigh Acres WWTP Headworks and Miscellaneous Plant Modifications, Lee County, FL - Project Engineer for review of the existing facility including hydraulic calculations followed by engineering evaluations to size and select equipment for a new influent meter assembly and headworks structure with screening, grit removal and provision for future odor control along with other miscellaneous piping and process modifications within the plant. Served as Project Manager for design, permitting and construction of a new 12.5 MGD headworks structure and splitter box, yard piping and development of a Construction Sequencing Plan in order to define a methodical approach for the contractor in order to take the old headworks structure out-of-service and placing into operation the new headworks structure/splitter box. King Engineering Associates,Inc. 181 MIAMIBEACH ,�,,;,k, Samuel B. Merrill, Ph.D. " Coastal Resiliency N G El \\0 grk%, tik* 4 en,ie *41 \\\VSk Samuel Merrill, PhD brings 23 years experience with a primary focus on uNclimate adaptation. Dr. Merrill is a recognized leader in next generation ay approaches to benefit-cost analysis for climate adaptation purposes. He has been the principal force behind development of the COAST approach to benefit-cost analysis for sea level rise and storm surge and its implementation Years of Industry Experience in numerous coastal adaptation planning efforts. 23 Years Dr. Merrill has developed ranking, range of weighting of assets for criticality Education and sensitivity under various climate scenarios. He utilizes COAST software Ph.D., Wildlife Conservation, to evaluate financial implications of candidate engineering designs for various University of Minnesota,St.Paul scenarios. M.S.,Conservation Biology, University of Minnesota,St. Paul He has served as the Principal investigator for use of the COAST modeling B.A.,Zoology, University of Maine, software for case studies on the impacts of sea level rise, storm surge and Orono inland riverine flooding has on building and infrastructure and sequencing of risks over a time. Projects he has provided these and other related services for sea level rising/climate change impacts include: • Sea Level Rise Modeling, Vulnerability Analysis and Decision Support, City of South Miami, South Miami, FL - Principal Investigator for three case studies for the City of South Miami Beach, FL • Green Keys/Islamorada Matters Projects - Principal Investigator for use of the COAST approach to model potential building damages and to assess the benefit cost ratios for various climate change adaptations to protect or relocate buildings in three Florida Keys communities • Sea Level Rise and Storm Surge Vulnerability Assessment Projects, NEIWPCC/NY State Department of Environmental Conservation, Kingston, Piermont, and Catskill, NY. Principal Investigator for use of the COAST tool and approach for evaluating sea level rise and surge adaptation options for three Hudson Valley Cities, in partnership with the New York State Department of Environmental Conservation and Scenic Hudson. • Modeling the economic impacts of sea level rise and storm surge, Portland Society for Architects, Portland, ME. Principal investigator for economic assessment of vulnerability to sea level rise and storm surge on the Commercial Street Waterfront. • Modeling benefits and costs of storm surge and sea level rise adaptation actions, U.S. EPA, Groton, CT. Principal Investigator for an evaluation of relative risk mitigation efficiencies of hurricane barriers, seawalls, and other structural adaptations for the commercial and residential portions of the city. Project Experience Storm-surge resilient bridge design evaluation, Maine Department of Transportation, East Machias and Falmouth, ME. Principal Investigator for evaluations to produce detailed benefit-cost relationships for four candidate alternative bridge designs in tidal surge areas. King Engineering Associates,Inc. 182 MIAMIBEACH Project F 1..c "i c c c Continued Cost Effectiveness of Adaptive Culvert and Bridge Designs in response to Increased Rainfall Events from Climate Change, Minnesota Department of Transportation, Districts 1 & 6, Rochester and Duluth Regions, MN. Principal Investigator for use of the COAST approach to assess the benefit cost ratios for various climate change adaptations to transportation assets in two MnDOT districts, funded by an FHwA Sustainability Grant. Implementation of Federal Highway Pilot Project, Maine Department of Transportation, Augusta, ME. Scoring,ranking, and weighting of ranges of transportation assets for criticality and sensitivity under various climate scenarios;use of the COAST software to evaluate financial implications of candidate engineering designs under each scenario. Implementation of Federal Highway Ecological Program, Maine Department of Transportation, Augusta,ME.Scoring,ranking,and weighting of ranges of inland transportation assets for criticality and sensitivity under various climate scenarios. Incorporation of priority natural resource considerations into prioritization matrices, use of the COAST software to evaluate financial implications of candidate engineering designs under each scenario. Belmont Forum/Metropole Project, Broward County, FL, USA; Selsey, West Sussex, UK, and Santos, Brazil; and Tampa, FL. Principal Investigator for"An integrated framework to analyze local decision making and adaptive capacity to respond to large scale environmental change,using the COAST approach."In collaboration with the University of South Florida and the National Science Foundation. City of Cambridge Climate Change Vulnerability Assessment, with Kleinfelder, Cambridge, MA. Principal Investigator assisting Kleinfelder in providing the economic impacts component of the Climate Change Vulnerability Assessment for the City of Cambridge,Massachusetts. Creation and use of the MAST tool to guide marsh migration, Maine Departments of Conservation and Inland Fisheries and Wildlife, Scarborough and Wiscasset, ME. Developed software to quantify ecosystem services benefits expected over time in an era of marsh migration, and tested relative efficiency of adaptation strategies to accommodate salt marsh migration in Scarborough and in the Kennebec Estuary. Sea Level Rise Modeling, Vulnerability Analysis and Decision Support, City of South Miami, South Miami, FL. Principal Investigator for three case studies on the impacts of sea level rise, storm surge, and inland riverine flooding on buildings and infrastructure over time, including sequencing of risks over time for each section for the collection of assets identified. Green Keys/Islamorada Matters Projects, with Erin L. Deady P.A. and Stetson University, Monroe County, Islamorada, Key Largo and Stock Island-Key West,FL.Principal Investigator for use of the COAST approach to model potential building damages from sea level rise and storm surge, and to assess the benefit cost ratios for various climate change adaptations to protect or relocate buildings in three Florida Keys communities. With Erin L. Deady,P.A. and Stetson University. Sea Level Rise and Storm Surge Vulnerability Assessment Projects, NEIWPCC/NY State Department of Environmental Conservation, Kingston, Piermont, and Catskill, NY. Principal Investigator for use of the COAST tool and approach for evaluating sea level rise and surge adaptation options for three Hudson Valley Cities, in partnership with the New York State Department of Environmental Conservation and Scenic Hudson. Modeling the Economic Impacts of Sea Level Rise and Storm Surge, Portland Society for Architects, Portland, ME. Principal investigator for economic assessment of vulnerability to sea level rise and storm surge on the Commercial Street Waterfront. Modeling Benefits and Costs of Storm Surge and Sea Level Rise Adaptation Actions, U.S. EPA, Groton, CT. Principal Investigator for an evaluation of relative risk mitigation efficiencies of hurricane barriers, seawalls, and other structural adaptations for the commercial and residential portions of the city. King Engineering Associates,Inc. 183 Ln MIAMI BEACH M. Patrick Massey, P.E. Condition Assessments G E I "1‘111. Dye irt ON cry v evs 4r- Patrick Massey brings 10 years' engineering experience. His expertise is in # condition assessments, recommendations of repairs, replacements, and or a ,M rehabilitation. Mr. Massey developed a standardized template for the protection of pipelines located near waterways. Mr. Massey was a contributor to the development of City of Chattanooga's Green Infrastructure Master Plan which Registrations employs cost effective sustainable design solutions to water resources in the Professional Engineer, Tennessee, City. 0114450 Project Experience Tennessee Qualified Hydrologic Lead Engineer, Force Main Assessment and Air Valve Replacement Professional(QHP) In-Training(IT) Project, Knoxville Utilities Board, Knoxville, TN, 2015. This project consisted of condition assessments of over 60 high pressure force mains. For Years of Industry Experience this project both structural and maintenance condition factors were used to rank 10 Years each asset. In order to determine the highest priority for replacement or rehabilitation, the pipes were ranked based on their existing condition. Overall, Education several recommendations for KUB were made for future planning efforts for the M.S., Environmental Engineering, overall force main assessment. Similarly, an air valve component inspection University of Tennessee was also completed on more than system air valves and terminal manholes. B.S., Civil Engineering, University of Tennessee Project Engineer, Fort Gillem Risk Evaluation, Ironshore Environmental, Atlanta, GA. 2016. Worked with client to prepare an environmental risk evaluation for the Fort Gillem property in Clayton County, Georgia. This updated risk evaluation is intended to be a qualitative assessment based on a limited review of historical site documents for purposes of environmental insurance considerations. Project Engineer, Vapor Intrusion Investigation Work Plan, Platform Specialty Products Corp., Alpharetta, GA. 2016. Worked with client to prepare a response letter to Georgia Environmental Protection Division (GAEPD) to revise a previous Vapor Intrusion Work Plan. This plan also included specialized scope for radon testing onsite. Current Plan is under review and is intended to be used for future assessment and characterization. Project Engineer, Beech Dam Assessment, Tennessee Valley Authority, Lexington, TN, 2016. Performed extensive desktop mining and interpretation of project inspections, groundwater data, subsurface data, record drawings, and instrumentation records related to seepage and seismic stability assessment of an earthen dam in West Tennessee. Furthermore, it is the intent to conduct additional borings at the dam as well as various geophysical methods to better explain subsurface conditions present. This dam was originally constructed in 1963 and has encountered several instances of site improvements to manage seepage. This project is to characterize dam's stability based on the desktop survey as well as geophysical methods employed. Project Manager and Engineer,Sinkhole/Drop-out Mitigation Observation and Investigation,Confidential Client.Knoxville,TN,2012-2013.Provided professional field support and preliminary geological assessment report for a project susceptible to an alleged sinkhole occurrence. King Engineering Associates,Inc. 184 MIAMIBEACH r o e c t Experience Continued Project Engineer, Erosion and Sediment Control Plan for Agriculture Quad Utility Infrastructure Upgrades and Landscape Revitalization, Cornell University,Over and Under Pipeline Company, Ithaca, NY, 2016. This project included sediment and erosion control design, specifications, and plan for the Cornell University Ag Quad area. This largely consisted of improvements such as improved pedestrian circulation and access for emergency vehicles. Furthermore, several subsurface utility, drainage, and landscaping improvements would be additionally incorporated. Lead Engineer, Wastewater Shortlines Replacement Project, Knoxville Utilities Board, Knoxville, TN, 2014- 2016. Knoxville Utilities Board's PACE 10 program was established to replace and rehabilitate aging and/or failing gravity sewers within the sanitary sewer system. Purpose of the project was to replace the identified existing sewer lines to increase the longevity of the aging sewer infrastructure as well as reduce rain-derived infiltration/inflow into this existing network. Lead Engineer, KUB MiniBasin 39C3 Rehabilitation Project, Knoxville Utilities Board, Knoxville, TN, 2014- 2015. For the wastewater system located in the Vestal Community of South Knoxville, the age and condition of the infrastructure for a large part of this basin was observed to be in need of rehabilitation or replacement. Due to many site challenges, the use of underground installations were critically important. This project consisted of several thousand feet of pipe replaced via Cured-In-Place-Pipe(CIPP)or pipe bursting methods within the basin. Lead Engineer, 12-inch Wastewater Treatment Plant Reuse Line, Phase II, City of Pigeon Forge, Pigeon Forge, TN, 2015-2016. Mr. Massey was the lead engineer involved in the planning and design of the Phase II section of the City of Pigeon Forges Reuse Line. This project consists of the design for approximately 6,400 LF of 12-inch pipe beginning near The Island in Pigeon Forge, along the Riverwalk Greenway, to the Cal Ripken Experience. This reuse line project is intended aid the City with embarking on the development of a beneficial reuse system for irrigation and commercial uses. Lead Engineer,8-inch Wastewater Sewer Line Extension,City of Pigeon Forge, Pigeon Forge,TN,2015-2016. Mr. Massey was the lead engineer involved a sewer line extension design and permitting for future hotel developments associated with the Cal Ripken Experience in Pigeon Forge. This project was under a strict deadline and was surveyed,designed,coordinated,and submitted within a couple weeks. Lead Engineer, Old Mill District Underground Electric Conduit and Street Lighting Project, City of Pigeon Forge, Pigeon Forge, TN, 2014-2015. Mr. Massey was the lead engineer involved in the planning, design, and project management of the underground electric and street lighting improvements to the Old Mill District. This project consisted of routing all overhead lines (electrical, fiber-optic, and lighting) below ground to improve system reliability and enhance the beauty of this historic area of Pigeon Forge. This project included frequent and planned communication with several area stakeholders, contractors, and utility personnel to be a success. Additionally, this project was completed under budget and included improved sidewalks for visitors' usage as well as an energy efficient lighting system. Project Manager/Lead Designer,Utility Line Stabilization Measures,Knoxville Utilities Board,Knoxville,TN, 2008-2010. While at KUB, Mr. Massey developed a standardized template for Aquatic Resource Protection Permit (ARAP) and sediment and erosion control designs for utility projects, and provided assistance to develop solutions associated with pipeline challenges near waterways and stream crossings. In addition, Patrick promoted use of vegetative components with many utility projects. Project Manager, Third Creek Sewer Trunklines Replacement Project, Knoxville Utilities Board, Knoxville, TN, 2009-2010. Mr. Massey acted as project manager for a multi-million dollar sewerline replacement project. The replacement of approximately 3 miles of deteriorated sewer line ranging from 30-inch to 48-inch in diameter and were increased in size for additional capacity. He also worked with consultants, contractors, private, federal, and public stakeholders to develop design plans and contract specifications for this large project on a strict timeline mandated by Environmental Protection Agency (EPA). This project also included the installation of a 16-inch high pressure natural gas pipeline and the replacement of 2-inch, 8-inch,and 12-inch water mains. King Engineering Associates,Inc. 185 MIAMIBEACH rat Pericles C. Stivaros, Ph.D., P.E. GEI 0, Structural Investigations/Testing ,uta \\ \\\ q5o{ ON en iev, \; "; Dr. Stivaros professional experience includes structural design and analysis of M$t �� °` building systems and other structures, failure investigations, distress analysis, condition surveys, structural evaluation and rehabilitation of buildings and other structures. Structures involved are reinforced concrete, masonry, steel and wood Registrations buildings. Other structures include environmental structures, waste water concrete Professional Engineer,CT No. 25622 tanks, digester tanks, sewer systems, water supply structures, parking garages, Professional Engineer,NJ No. bridges,pre-stressed and post-tensioned concrete structures,chimneys,and concrete 24GE04849300 enclosure bunkers for high speed balancing facilities subjected to large impact Professional Engineer,NY No.69582 loads. He has also been involved in construction troubleshooting projects,including Professional Engineer, MO No. concrete quality,formwork and shoring/reshoring and other concrete related issues. 2011036505 He is involved with non-destructive testing and monitoring programs for distressed Professional Engineer,TN No. 112128 Engineer,NH No. 14531 structures, and concrete structures in particular. Testing and monitoring services Professionalgneer, encompass a wide range of testing methods including building movements, vibrations, foundation settlement monitoring, impact-echo, impulse response Years of Industry Experience testing, half-cell testing of concrete structures, ground penetrating radar, infrared 30 Years thermography, masonry flat jack testing, and other destructive and non-destructive methods. He has been involved in the investigation,and rehabilitation of distressed and damaged structures.Work involves field visits and observations,sample testing, Education non-destructive testing, analysis and evaluation of structural system, identify cause Ph.D.,Civil Engineering,West Virginia of damage or deficiency and development alternate repair methods and systems. His University,Morgantown,WV experience also includes structural failure investigations. He has provided forensic M.S.,Civil Engineering,West Virginia engineering services, investigated structural collapses, and other non-performance University,Morgantown,WV cases. He has provided expert testimony and engineering support for legal Civil Engineering Diploma, Higher Technical Institute Nicosia C yprus proceedings in various construction litigation cases involving structural failures and non-performance. Project Experience NYC.DEEP Wastewater Specific Experience Dr. Stivaros performed condition surveys and concrete evaluation assessments, and developed repair details for distressed concrete structures. Work involved field visual inspections and non-destructive testing(impact-echo, impulse response,half- cell testing, pachometer), preparation of a laboratory testing program, and development of concrete repair details for concrete cracks, spalls, corroded reinforcement,protective coatings,and other types of distress. Specific wastewater projects are listed below • North River Water Pollution Control Plant (WPCP) Flood Investigation: Evaluated the effects of rising flood water and waves on the structural system of the plant. • North River WPCP Underdeck Evaluation: Concrete testing and evaluation,fire damage evaluation,and repair details. • Wards Island WPCP Concrete Tank Investigation: Evaluated digester tanks,primary and final settling tanks,including concrete visual inspection, non-destructive testing,and developed repair details King Engineering Associates,Inc. 186 MIAMIBEACH • East Delaware Tunnel Outlet Stilling Chambers: Concrete testing and evaluation. • Baldwin Water Treatment Plant(Cleveland,OH): Concrete testing and evaluation. • Reservoir Avenue Water Tank(Northport,NY):Concrete dome evaluation. • Condition surveys, concrete testing, evaluation, and development of repair details: These Surveys and associated tasks were performed for concrete structures other than wastewater facilites, such as parking garages and industrial structures. • Construction Management: For various repair and rehabilitation projects at wastewater treatment plants. Flood Study, North River WPCP (NYCDEP), New York City, NY. Evaluation of buoyancy issues with the rising water, and addressed the reported structural deficiency issues with the various plant areas, including the aeration tanks, the west roadway, the digester tanks, the centrifuge room, and the exterior perimeter walls and columns. Ice Rink Rehabilitation Study—Riverbank State Park, North River WPCP (NYCDEP), New York City, NY.Evaluated the structural implications on the plant roof structure due to replacement of the ice rink that is located on top of the plant roof. Fire Damage Evaluation and Repair to Main Building Structural Systems, North River WPCP (NYCDEP), New York City, NY. Condition surveys, Concrete testing, Impulse Response, Load Testing of State Park plant roof system;developed repair design drawings. Underdeck Evaluation, North River WPCP (NYCDEP), New York City, NY. Condition survey and testing of the plant's underdeck by boat. Impact-echo testing of the exposed concrete. Concrete evaluation report. Structural Evaluation — Digester Tanks, Wards Island WPCP (NYCDEP), Wards Island, NYC, NY. Condition surveys of digester tank domes and walls, structural analysis, nondestructive testing, laboratory testing. Concrete evaluation report and suggested repair details. Structural Evaluation of the Final Settling Tanks. Condition surveys, non-destructive testing, laboratory testing, and service life evaluation. Concrete evaluation report and suggested repairs. New Digester Tank Design, Wards Island WPCP (NYCDEP), Wards Island, NYC, NY. Design of pile supported reinforced concrete digester tanks designed for hydrostatic,and seismic loading. Condition Survey, Baldwin Water Treatment Plant, Cleveland, OH. Responsible for survey of an 80-year old concrete structure housing water filtering tanks. Condition surveys, structural analysis, nondestructive testing, laboratory testing. Concrete evaluation report. Concrete Evaluation—Stilling Chambers,East Delaware Tunnel Outlet(NYC DEP),Catskill Watershed, NY. Condition surveys of 50-yr old stilling chambers, structural analysis, nondestructive testing, laboratory testing, vibration testing.Concrete evaluation report. Concrete Evaluation—Stilling Chambers,Neversink Tunnel Outlet(NYC DEP),Catskill Watershed,NY. Condition surveys of 50-yr old stilling chambers, structural analysis, nondestructive testing, laboratory testing. Concrete evaluation report. Concrete Dome Evaluation - Reservoir Avenue Water Tank, Suffolk County Water Authority, Northport, NY. Condition surveys, structural analysis, nondestructive testing, laboratory testing. Concrete evaluation report. Roof Evaluation - Baldwin Water Treatment Plant, City of Cleveland, Cleveland, OH. Evaluated the concrete roof slabs of water treatment plant, circa 1923. Condition surveys, structural analysis, nondestructive testing,laboratory testing. Issued concrete evaluation report. Structural Design and Construction Monitoring, 23-10 41st Street, Long Island City, NY. Performed a structural design of an 18-story reinforced concrete building supported on rock via a caisson foundation system. Performed engineering services during construction: shop drawing review, and site visits. Performed formwork shoring/reshoring analysis and design for this high-rise building construction. King Engineering Associates,Inc. 187 MIAMIBEACH Varoujan Hagopian, P.E., F. ASCE LI Coastal Engineering GE! ,\\ \ Mr. Varoujan Hagopian is a designer and experienced engineer. Throughout his professional career he has worked on complex, large-scale a-scale waterfront P g developments. For the past 39 years, he has managed, designed, permitted, value engineered and completed the planning, design and construction of a Professional Engineer MA No.40230 variety of projects that include mixed-use waterfront developments, parks, marinas, offshore recreational islands, beach nourishment, shoreline and edge Years of Industry Experience stabilization, river and lake engineering, wharfs, piers, canals, sea walls, 39 Years breakwaters, commuter and ferry boat facilities, cruise ship piers, marinas, and harbor protection structures. He has provided complete turnkey services, from conducting feasibility and early planning studies, followed by detail design, Education permitting and on to final construction. B.S.,Civil Engineering,Northeastern University Mr. Hagopian has also managed and designed projects that require geotechnical, Coursework, Hydraulics and Hydrology, structural, flood control and site engineering as well as environmental University of Texas permitting services. In addition to his planning, design and project leadership Coursework,Coastal Engineering, responsibilities,Mr. Hagopian has performed value engineering studies, Lehigh University provided construction management services,and assisted clients with budgeting Coursework,Marina Planning and and contract negotiations. Design,University of Wisconsin Securing grants and funding for public projects from a large variety of federal government sources is one of Mr. Hagopian's core skills including working directly with client congressional representatives in Washington to get federal dollars for 50/50 cost sharing recreational and economic enhancement projects. Project Experience Avalon Bay - Sea Wall Assessment, Avalon-bay Communities, Inc., Great Neck, NY. Scope of the work included assessing an existing sea wall for structural integrity and reuse when the project site gets redeveloped for a mixed use high quality residential living. Following the assessment, we developed edge restoration and stabilization options that avoids direct impact on jurisdictional resources and makes securing the environmental permits much less cumbersome and costly. Seawall Repair Final Design, the Gillette Company, South Boston, MA. Portion of an existing Granite block sea wall along the Four Point Channel which is the property of Gillette Company has deteriorated from recurrent storms and old age. GEI conducted structural assessment of the wall and developed report and design options to repair the wall. Next step will be to proceed with the necessary regulatory permits and finalize the engineering design to complete the repairs. Massport Commonwealth Pier Concrete Deck Evaluation, Massachusetts Port Authority, South Boston, MA. GEI is assisting Bourne Consulting Engineering to perform marine engineering service for Mass Port. The work involved conducting structural integrity assessment for the apron of Commonwealth Pier and developing recommendation for repair and rehabilitation. Inspection was conducted from top side and under the pier to gain full knowledge of the piers existing condition. Following the field work, we developed a report that included recommendation for more in-depth investigation including preliminary cost estimate for projected repairs. Final design to implement partial repairs has been completed and Phase 1 repair work is almost complete. King Engineering Associates,Inc. 188 MIAMIBEACH Project ect l; 1perw e.r ce Continued Destin Harbor Master Plan, Destin, FL. A famous recreational fishing center in the pan handle of Florida, required the preparation of a Master Plan to guide the future development of the city's shoreline. Complete boat traffic load assessment was prepared in the harbor to plan for upgrades of existing facilities and the main navigational channel. Binder Bluff Stabilization, Harry Binder,Lloyd Harbor,NY.Hurricane Sandy impacted the coastline of Long Island and eroded significant portion of the client's property that overlooked Long Island Sound. GEI was retained to address the problem. Working directly with GEI geologists, ecologists and engineers, we designed long term shoreline stabilization slope protection revetment for the 50 feet high embankment.Following the design,we applied and secured all the necessary permits from the State of New York and the local Village planning board and currently we are working with the contractor to start the repair process. Dysart Marina Break Water, Northeast Harbor, ME. GEI was retained by Ed Dysart to provide complete coastal engineering services for the design of a fixed breakwater to protect his existing marina from severe coastal storms. The Marina is a full service marina that caters to the recreational boater during the summer season and the local commercial marine fleet during fall and winter. GEI prepared site analysis and options based on available resources in the area and the expected hydrodynamic climate. Environmental permit applications were prepared and filed with the regulatory agencies and approval of the permits are expected within few weeks.GEI prepared the final construction package and worked with the selected contractor to commence construction to meet the client's objective. East Beach Revetment Repair and Emergency Access Ramp, Village of Port Jefferson, NY. GEI was retained to provide complete design and permitting services to repair the East Beach rock revetment and to design and oversee the construction of a ramp that can provide access for emergency and maintenance vehicles as well as for pedestrians during the summer beach season. The project was successfully completed recently. During the process, GEI did review the status of the west leg of the jetty and provided early design sketches on how to implement repairs to protect the beach from severe erosion. 4 Middle Valley Rd, Embankment Stabilization, Nantucket, MA.Coastal erosion from recurring nor'easters and hurricanes are levying heavy erosion on the soft sandy shores and bluffs on the island of Nantucket. Most coastal properties along the islands shores are exposed to high risk and continue to loss property at every storm. Loss of very expensive real estate is creating non-sustainable conditions for most waterfront property owners.GEI is provided full coastal engineering services, secured the required permits and supervised the construction on time and within the budget. Sankaty Head Beach Club and Golf Course, Nantucket, MA. The project site is located on the eastern shoreline of Nantucket which is directly exposed to the fury of the Atlantic Ocean. In the past decade,the island has experienced severe erosion to its entire eastern shoreline as much as 6o feet. GEI was engaged to provide environmentally friendly solution to shoreline erosion to slow the rate of beach loss while maintaining the natural littoral drift process. The project is going through the rigors permitting process and construction it is anticipated to begin the fall of 2016. Central Indianapolis Waterfront, Indianapolis, IN. Total project was completed in 12 phases at a final cost of $120,000,000. It included six bridges,a central canal, a canal park visitor building,miles of recreational walks,river embankment stabilization and many other features. Northwest Harbor, Breakwater and Shoreline,Northwest Harbor, ME.Complete engineering and ecological services to prepare design documents to design a breakwater to protect the existing marina. The work included adjacent shoreline evaluation to prevent any adverse effects through erosion. Currently the project is in permitting stage. King Engineering Associates,Inc. 189 6.4 MIAMIBEACH -' * A\ ����� Elizabeth Robinson, P.E., CC., M.C.P.D GEILi m, �``\ Coastal Resiliency riT e \\ Ms. Robinson is a Senior Civil Engineer, Hydrologist, Geologist, and Land \ \,,, , , , Planner at GEI Consultants, Inc.with 28 years of consulting experience. She has worked across New England and nationally providing expertise in civil engineering and hydrology disciplines with particular emphasis in the areas of Registrations surface water and ground water hydrology,and hydraulic engineering. Professional Engineer,ME No.6839 Her work as a scientist,project manager,and land planner helps guide industrial Professional Engineer,NH No. 14286 facilities, manufacturing companies, and municipal, state, and federal Professional Engineer,VT No.0100451 organizations with investigation, analysis, licensing, permitting, remediation, Certified Geologist,ME No.341 and redevelopment. She has worked extensively with clients to evaluate the effects of flooding and inundation, and the resiliency of structures, systems, processes, and equipment to impacts such as riverine flooding, extreme Years of Industry Experience precipitation,sea level rise,storm surge,and wave run-up. 28 Years Representative clients include federal and state agencies and organizations, the hydroelectric industry, water districts, municipalities, as well as residential, Education commercial, and industrial facilities. Ms. Robinson has performed dam failure M.S.,Community Planning and analyses, inundation mapping, and Emergency Action Plan preparation as part Development,University of Southern of state and federal dam safety programs. Her work in FERC licensing includes Maine preparation and implementation of study plans for hydrologic and hydraulic Post Graduate Studies,Geology, University of Southern Maine analysis, and the preparation of applications for re-licensing at hydroelectric Post Graduate Studies,Engineering projects. She has also participated on FERC Part 12 D Inspections. Hydrology,Imperial College Ms. Robinson has provided Expert Witness/Litigation Support where she has . B.S.,Civil Engineering,Tufts evaluated claims, prepared expert opinions, given depositions, and provided University trial testimony. This support assisted attorneys and clients in evaluating and interpreting third-party expert evidence and opinions. In addition to her civil environmental, hydrologic, and hydraulic project work, Ms. Robinson also has experience in coastal engineering in the areas of offshore and nearshore wave generation and propagation analysis, shoreline protection, and coastal zone impacts. She has performed investigations of flood heights, wave climate analysis,and wave run-up and erosion studies. Ms. Robinson also helps clients bridge the gap between science and land use policy through her knowledge and experience in community planning and development. Project Experience The Cost of Storm Surge and Sea Level Rise, Confidential Client, New England. Performed analysis to evaluate the impact of sea level rise and storm surge on vulnerable New England coastal peninsula and associated infrastructure. Work included analysis of historic sea level rise and storm surge data, compilation of FEMA flood mapping and LiDAR data in geographic information system (GIS) spatial data base, inundation mapping of sea level and storm surge for current and future scenarios, and development of economic damage estimates using the Army Corps of Engineers depth damage functions and the Coastal Adaptation to Sea Level Tool(COAST). King Engineering Associates,Inc. 190 tth MIAMIBEACH Project- li:\per ence Continued Tidal Restoration Feasibility, West Branch Pleasant River, Town of Addison, Maine, Addison, Maine. Performed feasibility analysis of the removal of an earthen dam and tide gates,and the reintroduction of tidal flow to the West Branch of the Pleasant River. Evaluated hydraulic flow conditions and water elevation data to assess impacts to the shoreline and structural features, particularly from erosion and scour. Work also included an evaluation of the potential impacts on water supply wells, septic systems, roads, culverts, and other features at risk. An assessment of well location and depth relative to tidal influence and the collection and evaluation of water quality samples provided a basis to understand the potential impacts of restoring tidal flow. Beach Erosion Potential, Lobster Cove, York Sewer District, York, Maine. Evaluated and quantified the potential for shoreline retreat at proposed sewer district pumping station. Analysis included the compilation of maps showing historic shorelines and tide levels, aerial photograph interpretation of shoreline trends over time, seismic refraction survey to assess the top of the bedrock surface and its role in slowing potential shoreline retreat, shoreline mapping to evaluate land cover in the vicinity of the proposed pumping station, and FEMA floodplain map review. Evaluation provided information on the potential rate of landward migration of the top of the beach berm, and provided a basis for Sewer District Officials to make decisions about the proposed pumping station site. FEMA Preliminary Flood Insurance Rating Map Appeal,Towns of Wells,Old Orchard Beach,Saco, Kittery, Maine. Performed analysis for preliminary flood insurance rating map appeal including compilation of multiple bathymetric and topographic data sets to create composite digital elevation model for transect refinement,calculation of wave setup using SWAN 1-D,critical wave height analysis using the WHAFIS module with the CHAMP 2.0 suite of models,and wave run-up calculations using RUNUP 2.0(CHAMP 2.0 suite of models). Wave Run-up and Rates of Erosion, Stone's Point, Cushing, Maine. Evaluation of shoreline erosion and recommendations for shoreline protection of coastal property. Work included project review with regulatory staff, vertical and horizontal survey of shoreline to document existing conditions,compilation of tidal data,flood elevation assessment,wave climate analysis,grain size analysis of bank material,and slope stability analysis to assess the need for bank stabilization. Assisted in obtaining approvals for the implementation of shoreline protection. Goose Rocks Wave Run-up, Private Owner, Kennebunk, Maine. Performed wave run-up analysis to evaluate potential impacts to shoreline. Dredge Material Characterization and Application for Spreading, Maine Yankee Atomic Power Company, Wiscasset, Maine—Development and implementation of a plan to sample, characterize, remove, and spread marine silt from the circulating water intake. Work was performed as part of application process for removal and disposal of dredge material on facility-owned land. Dredge material characterization included assessment of physical and chemical properties of sediments to meet regulatory requirements and guide stock piling,spreading,and stabilization activities. Dredge Material Characterization and Permitting, L.L. Bean, Freeport, Maine. Development and implementation of dredge sampling plan and preparation of permit materials for removal and disposal of sediment from onsite stormwater detention basin. Cousins Island Shoreline Erosion,T.Dewan Associates,Yarmouth,Maine.Investigated coastal erosion problem. Shoreline Evaluation, Private Owner, Falmouth,Maine. Performed an evaluation of the causative agents relating to coastal erosion and land loss. Dock Evaluation, Private Owner, Boothbay, Maine. Evaluated coastal conditions, assisted with design, and prepared permit application materials for new dock construction. Wave Run-up, Eagle Island,Eagle Island,Maine.Prepared application for new dock construction.Work included wave run-up analysis. Norwood's Marina, Saco, Maine. Preparation of application materials for permitting marina expansion in coastal estuary. Cohen Dock, Natural Resources Permit by Rule, Falmouth, Maine. Coordinated surveying and wetland delineation for proposed dock installation.Compiled exhibits and prepared application for new dock permit. Kennebec River Associates, Freeport, Maine. Preparation and submission of application materials for stream crossing under Natural Resource Protection Act. King Engineering Associates,Inc. 191 MIAMIBEACH Daniel W. Crabtree crx Corrosion Control ervioN Mr. Crabtree has been involved in the corrosion control industry for 22 years. During that time,he has played a significant role in a wide variety of projects relating to condition assessment,corrosion detection and corrosion control for water/wastewater pipelines, regulated energy pipelines, and other Registrations underground structures. Areas of expertise include cathodic protection Registrations troubleshooting, corrosion control designs, ECDA and other condition NAGE: assessment procedures, AC and DC interference evaluations and mitigation, Certified Corrosion Specialist Certified and materials testing. Has developed and presented various corrosion control Cathodic Protection Specialist Certified training programs. Senior Corrosion Technologist Project Experience American Standards for Testing and Materials: Southern Company - AC mitigation and cathodic protection of the Fellow,G.01 Committee on Corrosion McDonough Pipeline, Atlanta, GA.. Includes DC and AC interference Chairperson,G.01 Committee on upgrades. Corrosion Vice Chair,G.O1.10 Subcommittee on Alabama Power, Plant Harris - AC mitigation and cathodic protection Corrosion in Soil design - LLC Pipeline to Citronelle CO2 Production Plant Mobile County, Alabama Key Qualifications • 22years of experience in the Alabama Power, Plant Barry - AC Interference Study of 11 mile, 24 inch p flue gas pipeline cathodic protection industry • Expertise in cathodic protection Southern Company - Corrosion control engineering support relating to troubleshooting, corrosion impact of cityof designed Atlanta streetcar on Southern Company facilities. control designs, ECDA and other p condition assessment procedures Cathodic protection,stray current,etc. City of Baton Rouge, Louisiana - Corrosion control program manager for various pipeline design projects associated with extensive,multi-year sanitary Years of Industry Experience sewer upgrade program mandated by the US Environmental Protection 22 Years Agency. Includes pre-design field evaluations and design analyses. Education City of Alabaster,Alabama-Root-cause analysis for water pipeline failures University of Alabama at Birmingham- and recommendations for extending pipe service life using cathodic B.S.Engineering, 1995 protection. Included excavation/inspections to determine pipe condition and soil sample collection and testing to determine soil corrosivity. City of Jasper, Alabama - Root-cause analysis for water pipeline failures and recommendations for extending pipe service life using cathodic protection. Included excavation/inspections to determine pipe condition, AC &DC stray current interference testing,and soil sample collection and testing to determine soil corrosivity. King Engineering Associates,Inc. 192 MIAMIBEACH Project Experience Continued City of Dayton,Ohio—Evaluation of underground piping system associated with the water treatment facility. City of San Marcos,Texas—Corrosion control assessment associated with the El Camino Real Water Transmission Project's water transmission pipeline—focus was on environmentally sensitive area locations. El Paso Corporation — Pipeline SCCDA and ECDA direct assessment evaluations, various locations. Included visual inspections and forensic analysis of disbonded coating. Ruby Pipeline, LLC —Evaluation of expected AC and DC interference effects on various sections of planned 600- mile long 42-inch diameter high pressure natural gas pipeline in close proximity to high-voltage AC and DC overhead power lines. Field procedures included deep-depth soil resistivity, longitudinal electric field measurements, and potential datalogging. Designed stray current mitigation and monitoring system including grounding conductors and coupon test stations. Southern Natural Gas Company — Baseline evaluation for AC interference mitigation system for 10 miles of transmission pipeline routed through congested Atlanta, Georgia metropolitan area. Included AC current density coupons to evaluate the effectiveness of the AC mitigation in controlling AC corrosion. Ductile Iron Pipe Research Association — Countless laboratory procedures and field investigations relating to corrosion of and corrosion control for water and wastewater systems. Including periodic testing and excavation/inspection of buried pipe specimens with different corrosion control treatments at 13 test sites throughout the United States, failure investigations, soil and water corrosivity testing, pipe mechanical tests, and polyethylene film tests. Elba Express Pipeline, LLC— Evaluation of substantial time-varying stray current effects, including close interval potential survey, DC and AC datalogging, cathodic protection current requirement tests, and various other procedures to quantify the interference and develop a suitable mitigation strategy. PUBLISHED PAPERS "Assessing Polyethylene Encased Ductile Iron Pipelines",ASCE Pipelines Conference,Boston, 2007 "Integrity of Ductile Iron Pipe Installed by Horizontal Drilling", Institution of Civil Engineers UK — Construction Materials Issue CM2,2007 "Investigating Ductile Iron Pipelines",NACE Corrosion 2007 Conference,Nashville,2007 "Case Histories, Investigating Polyethylene Encased Ductile Iron Pipelines",NACE Materials Performance,October 2008 "AC and DC Stray Current Mitigation and Corrosion Control for a New Urban Pipeline", NACE Corrosion 2012 Conference, Salt Lake City,2012 "Extending the Life of Iron Pipe in Corrosive Soils"NACE Materials Performance,June 2012 King Engineering Associates,Inc. 193 MIAMIBEACH Michael Dammer c p "' Corrosion Control A Mr. Dammer has been involved in the corrosion control industry for fourteen (14) years. During that time, he has performed numerous technical services associated with the design, installation and testing of all types of cathodic protection systems. Registrations His responsibilities consisted of corrosion control design and testing for Cathodic Protection Technologist pipelines, underground and aboveground tanks, water lines, natural gas #14169 distribution networks, rail systems and water/waste water treatment and NACE International storage structures. Florida Certified Underground and Excavation Contractor CUC 1224986 Florida Certified Pollutant Storage Project Experience Contractor PCC 12569 l4 City of Philadelphia Water Department and Gas Works, Philadelphia, Key Qualifications PA - Project Engineer. Performed field testing for design, construction and • 12 years of experience in the annual survey of multiple corrosion control systems for a large network of cathodic protection industry water distribution piping. Performed failure analysis for cast iron and steel • Si nificant project work in the mains. Coordinated annual survey schedule and generated client reports for g utilities industry including the monthly activities. Performed pipeline analysis of in service piping under City of Philadelphia,City of federal ECDA protocol. Performed stray current analysis in conjunction with Clearwater and City of Tampa the Southeastern Pennsylvania Transit Authority rail systems. Years of Industr Ex erience Indyne, Inc.,Cape Canaveral Air Force Station, Florida—Performed field y P 14 Years testing for underground water and wastewater piping,underground lift station structures, and an internal system for the elevated water tank. Performed field testing of clarifier and digester galvanic cathodic protection systems. Education Performed troubleshooting and design for remediation of all deficient Lehigh University—B.S.Materials systems. Science and Engineering—May 2003 Clearwater Gas, Clearwater, Largo, Dunedin and Safety Harbor, FL - Project Manager: Oversaw entire project consisting of review of all historical cathodic protection records, reclassification of cathodic protection systems within the distribution network, field testing of entire distribution network, troubleshooting of any deficient systems, coordination of remediation activities and final reporting to client. Additionally functioning as support staff for client corrosion control staff until they are comfortable with all duties of a corrosion control team. Florida Public Utilities,West Palm Beach to Boca Raton and Fernandina Beach, Florida - Performed testing and troubleshooting activities for the natural gas distribution network in conjunction with FPU personnel. Performed design activities regarding new cathodic protection systems required. Installed new impressed current cathodic protection systems and performed major repairs to existing systems. King Engineering Associates,Inc. 194 MIAMIBEACH Project Experience Continued ODTC Joint Venture — Miami Dade Orange Line, Metrorail MIC — Earlington Heights Connector - Project Engineer: Performed all stray current control testing for embedded rebar in the, integral pier footing, columns and track decking. Performed all track-to-earth and rail-to-rail resistance testing. Conducted interference testing between track and deck. Performed cable tray resistance testing. Coordinated schedule and all reporting with client. Florida Power & Light - Project Engineer. Performed design, annual surveys, troubleshooting activities, post construction commissioning for various power plan projects throughout the state of Florida for both underground plant piping,underground transmission gas piping and on grade storage tanks. AGL, Columbia Gas of Virginia, Con Ed of New York, Dayton and Knight (Water Authority of Frederick County Maryland), New Jersey Natural Gas, Washington Gas - Project Engineer. ECDA protocol testing various clients—2005 to 2007. Performed pipeline analysis of in service piping under federal ECDA protocol for the following clients: AGL, Columbia Gas of Virginia, Con Ed of New York, Dayton and Knight (Water Authority of Frederick County Maryland),New Jersey Natural Gas,Washington Gas Sunoco - Project Engineer: Sunoco, various locations—2004 to 2011- Performed annual cathodic protection system surveys and troubleshooting activities. Performed current requirement testing for purposes of designing replacement cathodic protection systems for STiP-3 tanks. Marathon Petroleum-Project Engineer: Marathon Petroleum,various locations—2007 to 2011-Performed annual cathodic protection system surveys,troubleshooting and design. Performed repair to cathodic protection systems and components. Port Authority of New York, New York, NY - Project Engineer. Port Authority of New York, New York, NY — 2005, Performed rail-to-earth resistance testing on newly constructed rails for the PATH circuit between New York and New Jersey. Reedy Creek Improvement District—Reedy Creek Energy Services,Walt Disney World,Orlando Florida- Performed field testing and troubleshooting for underground piping and on grade storage tanks at the North Services Electrical Generation facility at Walt Disney World. Performed troubleshooting for the natural gas distribution piping and multiple resorts and parks throughout Walt Disney World as well as above grade troubleshooting of isolation flanges at the Fantasmic! Attraction and Disney's Hollywood Studios. Performed troubleshooting and design for the floating fireworks barges, immolation barge and globe barge for the EPCOT Illuminations Show. City of Perry, Perry Georgia - Performed annual field testing, evaluation, troubleshooting and remediation for natural gas distribution piping network. Compile all test results and manage cathodic protection needs including suggested priority for repairs. King Engineering Associates,Inc. 195 MIAMIBEACH Kimberlie Staheli, Ph.D., P.E. STAHELI Micro Tunneling/Trenchless Technology trenchless „a consultants ery os Kimberlie Staheli, PhD, PE is a trenchless technology specialist with a 24-year background including both consulting engineering and engineering for construction contractors. She is the President and Principal Engineer of Staheli nci p �';'" Trenchless Consultants and is widely recognized as one of the foremost experts in her field. She works to reduce trenchless construction risk on projects through direct experience with a myriad of trenchless technologies including microtunneling, horizontal directional drilling, auger boring, pipe ramming and Professional Engineer(Civil)in: guided boring and has performed feasibility studies, designs, development of Florida#73673,Washington#36520, plans and specifications for construction,constructability reviews,prequalification Oregon.#75564,California#74363, Colorado#46217,Montana#30843 and packages, bid reviews and bid services. She has also performed numerous on-site Missouri#2014009669 specialty construction inspections. She has extensive experience providing expert testimony and review as well as forensic reviews of trenchless construction projects for Owners, Engineers, Contractors, and Insurance companies. Prior to founding her consulting practice, Ms. Staheli worked for two trenchless Key Qualifications contractors in the United States as a Project Engineer. Ms. Staheli's field • 22 years'experience with a experience gives her unique and valuable insight into the construction industry, multitude of trenchless technologies and allows her to provide sound,practical consulting advice. including Microtunneling, HDD,and Auger Boring Project Experience • Worked with Force Mains,Water Mains,and Sanitary Sewer Pipes Pump Station 0065 Force Main Phase 2, Miami Dade Water & Sewer • Performed feasibility studies, Department, Miami, FL - Principal Engineer for the evaluation of geotechnical designs,development of plans and and groundwater information for the installation of 230-feet of 24-inch ductile specifications for construction, iron sanitary sewer force main crossing beneath US-1 (South Dixie Hwy). constructability reviews, Evaluated a variety of trenchless methods to determine the best method for the prequalification packages,bid installation of the crossing, based on the geotechnical conditions, the available reviews and bid services for small layout, desired pipe elevation, a settlement analysis, and a jacking force analysis. and large diameter pipeline projects Also evaluated the risks associated with each method and provided construction cost estimates for the various technologies to allow the District to choose a technology that is within their risk profile. Results of this work were summarized in a technical memorandum delivered to the District. Design services include the review of existing trenchless specifications as well as mark-ups of construction Years of Industry Experience drawings. 24 Years Total Water Management Plan,Jacksonville Electric Authority,Jacksonville, FL - Trenchless Lead for the review of preliminary design documents and Education geotechnical information. Design services included jacking force, pipe load, and Ph.D.,Geotechnical Engineering, thrustwall calculations, analysis of ground water,bearing capacity and settlement, Georgia Institute of Technology and modifications to specifications. Also developed the cost estimate and schedule for this project along with a risk register and risk mitigation plan. M.S.,Civil Engineering,Mississippi State University Lift Station LS87, Sarasota, FL -Principal Engineer for the forensic analysis of the previously failed construction in order to determine existing risks, then B.S., Mechanical Engineering, provided re-designservices for the installation of 1,330 feet of 36-inch gravity Rensselaer Polytechnic Institute sewer pipeline focused on mitigating these risks. The re-design included preparation of a new tunneling specification and geotechnical baselines written to address existing project conditions. Also prepared bid documents and submittal review and will provide construction support. King Engineering Associates,Inc. 196 MIAMIBEACH Project Experience Continued Tulalip Water Pipeline, Cities of Everett and Tulalip Tribes, Everett, WA- Principal Engineer for the design of approximately 8,000 feet of 36-inch diameter steel pipeline installation via horizontal directional drilling. Crossings underneath five separate waterways were evaluated for horizontal directional drilling. Reviewed the geotechnical explorations and developed layouts and bore geometry to assess risks and construction feasibility. Performed cost estimates in conjunction with construction schedules, performed technical review of all trenchless plans and specifications, and was jointly responsible for the production of a Basis of Design Report. Also provided technical memoranda for permitting and evaluation of geotechnical risks. Ballard Siphon Replacement Project, King County Wastewater Treatment Division, Seattle, WA- Trenchless Design Lead for the feasibility assessment, design, and construction for replacement of two existing 1,365 foot long, 36-inch diameter wood-stave siphons under the Ship Canal in Seattle. Ms. Staheli completed a risk matrix and paired comparison study of potential design solutions to develop the preferred replacement option. She worked with County staff and the consultant team to develop a design solution that included sliplining the existing siphons and constructing a new 1,550 foot long, 84-inch diameter earth pressure balance tunnel. Additionally, Ms. Staheli provided pre-design input into the sampling and analysis plan, assisted in permit application language, provided input into land acquisition for the jacking and receiving shafts, compiled a Basis of Design report for the team, and provided pre-design,design,and construction management support for the project. Clearview Water Supply Project,Alderwood Water and Wastewater District, Everett,WA-Trenchless Design Lead for the design of two 54-inch microtunnels for the Alderwood Water District. One microtunnel traversed an active railroad and the other crossed below the Snohomish River, tunneling through gravel, cobbles, boulders, soft sediments,and buried logs. The river crossing was constructed from a 90-foot deep caisson to a 130-foot deep auger drilled shaft. Ms. Staheli developed trenchless contractor qualifications criteria, including process and evaluation, and led the efforts to independently review the Geotechnical Baseline Report, working with the Owner and Design Engineer to establish conditions reflecting the Owner's risk-sharing philosophies. Ms. Staheli headed field operations and provided full-time specialty construction management during all tunneling operations. Madison Valley Long Term Storage Solution, Seattle Public Utilities, Seattle, WA - Principal Engineer for design and construction inspection services on 2,500 feet of 48-inch storm sewer through the Madison Valley district of Seattle. The project diverted stormwater flows from the northwest portion of the basin to alleviate flooding within Madison Valley. Open shield pipe jacking at the 60-inch diameter was chosen as the preferred installation method. Creative equipment layout was required to facilitate shaft construction in congested neighborhood streets with narrow access and multiple businesses, spanning an affluent community located minutes from the shores of Lake Washington. The trenchless alignment encountered challenging geotechnical conditions including areas of contaminated soils,extremely glaciated soils,and a historic landfill and dump. Balch Consolidation Conduit, City of Portland BES, Portland, OR - Trenchless Design Lead serving as the microtunneling specialty consultant for design and construction services on the BCC project. The project included 6,800 feet of 84-inch microtunneling on five drives. Soils on the project were widely varied and included extremely soft silts and clays that required ground improvement to allow microtunneling. The project also included very aggressive open-graded gravels and cemented Troutdale formation. The longest drive on the project was 1,690 feet and traversed beneath Highway 30. An alternative contracting mechanism was used for project delivery that included bringing the Contractor on the design team at the 60% design level to negotiate final design modifications and cost parameters. Ms. Staheli provided specialized construction management services during the microtunneling portion of the project. Lake Forest Park Water Supply Phase 2, King County, Lake Forest Park,WA- Principal Engineer performing a constructability review for two 450-foot long installations of 10-inch HDPE pipe via HDD. This project included a significant elevation difference between entry and exit points and challenging site layouts in a compact residential environment. Provided a revised bore geometry and alignment in order to protect critical wetland areas during construction, performing pullback and hydrofracture calculations. Also provided design recommendations including specification language,layout requirements and construction sequencing. King Engineering Associates,Inc. 197 MIAMIBEACH Brad Moore, P.E. STAHELI TrenchlessEnEngineering trenchless I1Pconsultants At ON en ieNN, Brad is a senior water resources engineer with over 30 years of project management experience on numerous, multi-disciplined teams for municipal infrastructure projects including planning, design and construction of water, sanitary, storm and CSO conveyance systems. Brad has extensive knowledge of pipeline construction methods including, HDD, microtunneling, pipe ramming, auger boring, aerial crossings, and traditional open cut installations, all in a wide Professional Engineer(Civil)Oregon #13925PE range of soil and rock conditions as well as water body crossings. Brad has managed coordination with permitting agencies, public outreach, land and easement acquisitions and geotechnical explorations. He has also provided risk assessments, cost estimates, construction management, development of specifications,and submittal reviews. Key Qualifications Experienced in the design of small Project ��'�p e i'��h n�`�; • p g and large diameter water pipelines Raw and Finished Water Pipelines, Lake Oswego Tigard Water Partnership, Lake Oswego,OR- Project Manager for the design of over 10.5 miles of welded • Experienced in various pipeline steel pipeline using various construction methods including open cut construction, o a 3,900-foot HDD river crossing, and 3 pipe ram segments. The Raw Water construction methods including open Pipeline consisted of 10,000 feet of 42-inch diameter welded steel pipeline using cut, HDD and Microtunneling p open cut construction and 3,900 feet of 36-inch diameter pipeline constructed using horizontal directional drilling (HDD) beneath the Willamette River. The • Performed route feasibility analyses Finished Water Pipeline consists of 15,300 feet of 48-inch diameter pipeline and for pipelines projects 21,000 feet of 42-inch diameter pipeline,constructed using a combination of open cut construction and pipe ramming. Balch Consolidation Conduit Project, Bureau of Environmental Services, Portland, OR - Technical Director for a 7,000-foot pipeline installed by microtunneling, the final piece in the City's 20-year CSO program. His Years of Industry Experience responsibilities included integrating the pipeline design elements into the overall 30+Years project; managing the delivery of the work products; managing the design project schedule and budget; supporting the predesign alternative alignment evaluation; overseeing the final design and providing assistance during construction. BES had a regulatory deadline of December 2011 to complete the program. In order meet this schedule, Brad led the design team with 30%and 60% design stages of work concurrently with contractor procurement and microtunnel boring machine Education procurement. The 60% design was complete at the time the contractor was M.S.,Water Resources Engineering selected so that the contractor was able to provide input to the final design. University of Kansas Overall this saved the client 9-12 months on the schedule and the regulatory B.S.,Civil Engineering, University of deadline was met. Kansas TVWD Pipeline Routing & Feasibility Analysis, Tualatin Valley Water District & City of Hillsboro, Hillsboro, OR - Principal Engineer for the feasibility analysis of four trenchless crossings. The purpose of this project is to determine the most effective route for a 48-inch water pipeline considering constructability, seismic resiliency, public impacts, environmental impacts and costs. Evaluation of the trenchless segments included the analysis of suitable technologies, depth of cover, bore geometry, and pipe/casing size, preliminary risk evaluation, construction layout area and easement requirement determination, and characterization of public and environmental impacts and costs. The four crossings all have unique features to take in to consideration, including creek crossings and a crossing beneath the Tri-Met MAX line in the ODOT right-of- way. A technical memorandum and cost estimates were prepared and presented to TVWD for consideration in choosing the best possible means and methods for the King Engineering Associates,Inc. design phase of the project. 198 MAMIBEACH Project 1j` p ei lence Continued. Tunnel Support Service for Gravity Pipeline, Silicon Valley Clean Water, Redwood City, CA - Principal Engineer for the evaluation of alternative alignments and construction methods in lieu of an originally planned large diameter sewer forcemain that was to be installed by open cut methods. The alternatives study identified that a large diameter gravity tunnel was a promising alternative. Over the past year SVCW has reviewed a number of alignment alternatives for a large diameter gravity tunnel, with Alternative 4BE being identified as the preferred alternative. Connections to the main tunnel are expected to be done using microtunneling. Working closely with SVCW and tunnel designers, Brad developed a Risk Approach to be used for the SVCW Tunnel Project, creating a risk register template for on-going use as the tunnel design progresses, establish the basis for evaluation of risk likelihood and risk consequences, identify risks and considerations for risk reduction measures, prepare action items and assign personnel responsible for each risk identified,and prepare a completed"Project Development"phase Risk Register. Wastewater Force Main Replacement Project, Nehalem Bay Wastewater Agency, Nehalem, OR - Principal Engineer for the design of a new 18-inch force main beneath the Nehalem River to be constructed using HDD. The approximately 1,200-foot force main now conveys sanitary sewer flows from the Administration Building Pump Station to the NBWA wastewater treatment plant. Project challenges included navigating geotechnical conditions ranging from very soft soils to challenging gravels, and reducing construction impacts to Hwy 101, surrounding residents and businesses, and the environmentally sensitive Nehalem River. Brad evaluated trenchless constructability in the planning phase,developing a feasible alternative for the installation of the new force main that would meet project parameters while keeping cost and risk low. Water Facilities Improvement Project, Gearhart, OR - Project Manager for the evaluation and design of a new water system for Gearhart,Oregon. The project included 7,000 feet of 16-inch diameter water pipeline,a one-million gallon reservoir, a new membrane water treatment plant and development of new wells. Responsibilities as project manager included coordinating design and construction work with the City of Gearhart, Oregon Water Resources Department,Oregon Drinking Water Program and other state agencies. Scholls Ferry Road Utility Improvements, Cities of Tigard and Beaverton, OR - Project Manager for utility improvements including the designs of multiple waterlines varying from 18- to 24-inches in diameter. This project was implemented in conjunction with Washington County's street widening and improvements of Scholls Ferry Road between SW Barrows Road and SW 175th Avenue/Roy Rogers Road. The project was coordinated with City of Beaverton,City of Tigard,Clean Water Services and Washington County. Tanner Creek Stream Diversion, Phase 1 — Units 1 & 2, Portland BES, Portland, OR - Project Manager responsible for producing design drawings and construction specifications for construction of 2,000 feet of 84-inch reinforced concrete storm drainage piping in downtown Portland. The project was constructed between 11th/Lovejoy and 17th/Johnson. The project included coordination with Oregon Department of Transportation, Portland Department of Transportation, Portland Traction Railroad, Burlington Northern Railroad and a Local Improvement District. Powell Butte Drainage, City of Portland Bureau of Water Works, Portland,OR- Project Manager responsible for working with the Portland Water Bureau to establish drainage improvements that were needed long-term to address construction and post-construction stormwater impacts of new water facilities to be constructed by the Water Bureau. The project included coordination of work activities with the City's Bureau of Environmental Services and Parks Bureau and public interaction with park users and local neighborhood groups. The study process initially established guiding principles and evaluation criteria as a foundation for objectively evaluating any stormwater improvement alternatives. The work also included review of existing drainage problems, and proposed stormwater solutions consistent with the guiding principles and evaluation criteria in a public park setting within the Johnson Creek Watershed. King Engineering Associates,Inc. 199 Ln MIAMI BEACH Giovanni Bonita, Ph.D., P.E., P.G. Geostructural Engineering G ElL-4, , ON en ieNN , \\\\ Mr.Bonita is a Senior Vice President with GEI Consultants and Branch Manager of �� , their Washington, DC office. His experience is in the areas of geotechnical and geostructural engineering, tunneling,hydrogeology, geophysics, karst geology, and geologic mapping. His practice areas extend across the continental U.S. and in Canada,and he was the Geotechnical Engineer of Record for several U.S. Embassy projects in Europe and Asia.He is currently an Adjunct Faculty member in the Civil Engineering Department at Catholic University in Washington,DC,and he presides on advisory boards at George Washington University, Franklin and Marshall Registrations College,and Virginia Tech. Professional Engineer,DC No.900650 Dr. Bonita has over 22 years of experience with complex underground structures, Professional Engineer,NY No.86834 retaining systems, ground improvement, geological and geophysical investigations, Professional Engineer,TN No. 112059 and deep foundations. He has extensive expertise with both temporary and Engineer, VA No. permanent slurry, secant, soldier pile and lagging, and soil nail walls for historic Professionalg , 0402036897 buildings, structures with deep foundations, transit systems, tunnels, dams, and tall buildings.He has used traditional and advanced analytical techniques to recommend Professional Geologist,NH No.00083 and design excavation and ground improvement methods and foundation systems Professional Engineer,MD No.27970 for major high-profile public works projects with difficult engineering challenges. Professional Engineer,KY No.27617 He has supervised more than 100 traditional and specialized geotechnical Professional Engineer, PA No.077722 investigations in the Washington DC area and across the United States, where Professional Engineer,WV No.017987 responsibilities have included coordination of field investigations, generation of Professional Engineer, FL No.71720 design parameters,performing and supervising geotechnical analyses and laboratory Professional Engineer,LA No.39780 testing, slope stability analyses and earthwork criteria, seepage analyses, geophysical analyses, environmental analysis and remediation recommendations, report construction, project management, client interaction, management, and Years of Industry Experience development, and presentation of technical results to clients and governing and 22 Years advisory boards. Additional work includes seepage,fracture, and dye trace analyses and the design and construction oversight of water cutoff,ground improvement,and Education foundation support mechanisms in karst terrains. Ph.D., Civil Engineering, Virginia Tech M.S., Civil Engineering, Virginia Tech Project Experience M.S., Hydrogeology, University of Royal Palms, Boca Raton, Florida. Served as Engineer of Record for a Kentucky basement soil mix DSM plug to control water flow and uplift into a deep B.A.,Geology,Franklin&Marshall excavation. Also served as the EOR for a 20 foot cantilever soil mix and beam SOE wall. Work included evaluation of soil properties and soil mix data, 3D numerical analysis of the soil and construction conditions,evaluation of differential settlement and cracking potential of the DSM plug, evaluation of the uplift pressures on the DSM plug,design of tiedowns,and evaluation of foundation systems. DC Clean Rivers CSO Project Division A-Blue Plains Tunnel Washington, DC. Provided part time geostructural review of the design of a 134-ft. diameter, 200 ft. deep binocular shaft. Additional responsibilities included the review of instrumentation performance, movement of adjacent structures, and the quality control of field activities. DC Clean Rivers CSO Project Division D—JBAB Overflow and Diversion Structures,Washington,DC. Served as Engineer of Record for a sheet pile SOE system used for the construction of overflow and diversion structures. Design responsibilities included the oversight of all design work for a deep sheet pile wall, internal bracing system, deadmen, and ground improvement. Groundwater cutoff and movement control of adiacent structures was critical. King Engineering Associates,Inc. 200 MIAMIBEACH Project Experience ce .continued DC Clean Rivers CSO Project Division B - Tingey Street Diversion Sewer, Washington, DC. Served as Project Executive for the design and installation of a geotechnical instrumentation and monitoring system for a 72- inch diameter, 1,200-foot-long microtunnel sewer installation, as well as within the existing WMATA Green Line Tunnel. The sewer construction will progress beneath several blocks of a mixed use area in Washington, DC, requiring instrumentation and monitoring of sensitive utilities and buildings. Performed design reviews of the SOE system, oversaw the vibration monitoring program established during sheet pile installation, and provided assessments of the impacts of sheet pile installation on adjacent sensitive sewers,utilities,and structures. DC Clean Rivers CSO Project Division Z — South Capitol Street MOS, DC, and Pump Station, Washington,DC. Served as Engineer of Record for a sheet pile,soil nail, and soldier pile and lagging SOE system for construction of an outfall,diversion chamber,and pump stations.Design responsibilities included the oversight of all design work for deep sheet pile walls and internal bracing systems. Responsibilities also included the design oversight of sinking caissons, ground improvement for tunneling access and retrieval shafts. Also, served as the Instrumentation Engineer of Record for the installation, data collection, and reporting of instrumentation, as well as the generation of construction impact assessments of critical existing utilities and structures. Enhanced Nitrogen Removal Facility (ENRF), Blue Plains Waste Water Treatment Plant, Washington DC. Served as the technical lead for the construction of a structural slurry wall for the facility. The slurry wall will act as a temporary and permanent earth support and water cutoff for the new Nitrogen Removal Facility. Oversaw field activities during the construction, including excavation,concrete placement,slurry design and management,and slurry wall construction. Both the ENRF and the Blue Plains Tunnel project at the Blue Plains WWTP were noted in a feature article of ENR in October 10,2011. DC Clean Rivers CSO Project, McMillan Reservoir Diversion Structure, Washington DC. Served as the Engineer of Record for the design of a secant pile wall system that served as the support of excavation system for a new diversion structure. The secant pile wall will also serve as the composite wall for the permanent structure. Provide the design of the internal bracing system, including provisional members for existing sewer pipes that penetrated the box. Provided recommendations and design for a grouting system around the existing pipe, and designed breakout and permanent structures for the construction of new wall penetrations. SVSX Single Bore Feasibility Study; Valley Transportation Authority; San Jose, CA; Approx. $20k; 2015-2016. Served as senior design consultant for the generation of the ground surface settlement estimations for the proposed tunnel work. Worked with design engineers to develop analytical procedures for generating settlement estimations, and then performed a quality control review of the work performed. Provided input to the design engineers regarding the presentation of the results in the feasibility report presented to the VTA. MBTA Contract No. E59PS01, MBTA Silver Line—Phase HI; Massachusetts Transportation Authority; Boston, MA; Approx. $1M; 2003-2009. Served as project manager and senior reviewer for the building assessment impact analysis associated with the construction of a bored tunnel system through downtown Boston. Oversaw the development of ground movement estimations related to the mining of both single and double bore tunnels, and then determined the impacts of those settlements on adjacent structures, utilities, and infrastructure, including existing stations. The project was particularly challenging due to the existing historic structures and the existing Orange and Green Line MBTA subway tunnels adjacent to and over the proposed tunnel. DC Water Division H, Anacostia River Tunnel; Kenny Construction Inc.; Washington, DC; Approx. $200k; 2012-2013. Served as project manager and senior reviewer for the generation of a settlement profile along a bored tunnel. Oversaw the development of ground movement estimations related to the mining of a single bore tunnel and determined the impacts of those settlements on existing structures,utilities,and infrastructure. Blue Plains WWTP Enhanced Nitrogen Removal Facilities—Contract 2, Washington, DC. Senior Project Manager for design of excavation support for proposed influent tunnel access shafts, consisting of a braced jet grout walls through sand and a soil nail walls in clay. Oversaw the construction of all design calculations for jet grout walls,bracing and soil nail walls. King Engineering Associates,Inc. 201 MIAMIBEACH NM MIN Mal MI Adnan Ismail, P.E. Ge,osoc Geotechnical Engineering/Testing/Seismographic Services Ilk AIME MIN IIKAI OMB MIN 111111011 Mr. Ismail has over 11 years of experience and has served as Project - Geotechnical Engineer for a variety of water supply, water resources, and water maintenance facilities projects. He is experienced in the field of geotechnical engineering including planning and performance of field investigations. Florida Professional Engineer Experience includes interpretation of subsurface conditions, planning and No.76014 execution of laboratory testing programs, geotechnical analysis and design of foundation elements of structures, management of geotechnical projects and Key Qualifications preparation of numerous geotechnical reports providing conclusions and • Assisted in the planning and recommendations. Most recently, he has executed and served as project execution of the field geotechnical engineer for the MDWSD and the FDOT. exploration and laboratory testing programs, interpretation of the test results,and Project Experience performance of geotechnical analyses for MDWASD small 20-in. Dia. Water Main from Port Island to Fisher Island; Miami-Dade and large diameter pipes County, FL - Project Geotechnical Engineer responsible for geotechnical • Assisted in the design and investigation along the tunnel alignments for preparation of Criteria Package for preparation of the geotechnical Design-Build of project, including the performance of test borings, rock coring report for several MDWASD and report preparation along tunnel alignment. small and large diameter pipeline projects 24 and 36-Inch Diameter Finished Water Transmission Mains for South • Experienced in geotechnical Miami-Heights Water Treatment Plant, SW 212th, SW 213th, SW 218th, investigations along and SW 219th Streets and SW 117th Court, SW 119th Avenue, SW 122nd mpipeinstallation alignments for Avenue and SW 124th Ct. -Assisted in the planning and execution of the field pipe installation exploration and laboratory testing programs, interpretation of the test results, performance of geotechnical analyses and design. Assisted in the preparation of the geotechnical report. Years of Experience 11 Years Miami-Dade County Water and Sewer Department, Design of 30-Inch Diameter Water Main under Miami River Canal At SW 2nd Street - Education Assisted in the planning and execution of the field exploration and laboratory Florida testing programs, interpretation of the test results, performance of geotechnical M.S. Civil Engineering, analyses and design.Assisted in the preparation of the geotechnical report. International University,2013 Miami-Dade County Water and Sewer Department,Design-Build of 54-Inch B.S.,Civil Engineering, Diameter Sewer Force Main; DERM 01-WASD-NLE East— Assisted in the Florida International University,2007 planning and execution of the field exploration and laboratory testing programs, interpretation of the test results, performance of geotechnical analyses and design. Assisted in the preparation of the geotechnical report. The project involved the design/build for the installation of a 54-inch diameter pre-cast pre- stressed concrete sewer force main east of the Opa-Locka Airport,in Opa-Locka, Florida. The length of the proposed force main is approximately 8,000 feet. The installation of the pipe required excavation and support of the existing subsurface materials. King Engineering Associates,Inc. 202 MIAMIBEACH Project Experience Continued Miami-Dade County Water and Sewer Department, Design-Build of 54-Inch Diameter Sewer Force Main; DERM 01-WASD-NLE West - Assisted in the planning and execution of the field exploration and laboratory testing programs, interpretation of the test results,performance of geotechnical analyses and design. Assisted in the preparation of the geotechnical report. The project involved the design / build for the installation of a 54 - inch diameter pre-cast pre-stressed concrete sewer force main east of the Opa-Locka Airport, in Opa-Locka,Florida. The length of the proposed force main is approximately 9,100 feet. The alignment of the pipe starts at the Opa-Locka Airport southern boundary near LeJeune Road(NW 42nd Avenue) then travels west to a point west of 57th Avenue and the Red Road Canal. The project included a 300-foot long sub-aqueous crossing near 57th Avenue. 54-in. Dia. Sanitary Sewage Force Main from Miami Beach to CDWWTP; Miami-Dade County, FL-Assisted in the planning and execution of the field exploration and laboratory testing programs, interpretation of the test results and performance of geotechnical analyses for preparation of Criteria Package for Design-Build and preparation of the geotechnical report. Miami-Dade County Water and Sewer Department, Design of Pipeline Replacement for Needs Assessment Program (Several Projects) - Assisted in the planning and execution of the field exploration and laboratory testing programs, interpretation of the test results, performance of geotechnical analyses and design. Assisted in the preparation of the geotechnical report SR 907/Alton Road Improvements, From 5th Street to Michigan Avenue, City of Miami Beach, FL, FDOT District 6 -Project Geotechnical Engineer assisting during PD&E, final design and construction phases. Responsible for planning and executing the field exploration,laboratory testing programs, interpreting the test results,performing foundation analyses and design of 2 bridges, including the SR-836/MacArthur Causeway Off-Ramp to Alton Road and bridge over Collins Canal, approach embankments, MSE walls, temporary sheet pile walls, drainage structures, drainage pipes,roadway design and construction as well as miscellaneous structures. Prepared all of the geotechnical reports. SR 826/Palmetto Expressway PD&E Study, Miami, Florida - Project Geotechnical Engineer assisting on planning and execution of the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses for operational and safety improvements for SR 826, which includes lane additions,major interchange modifications,and special use lanes along 9 miles of SR 826 from SR 836 to 1-95. SR 826 Section 2 Design-Build, from Sunset Drive to Bird Road, Miami-Dade County, FDOT District 6 - Project Geotechnical Engineer assisting on planning and execution of the field exploration and laboratory testing programs, interpreting the test results, performing foundation analyses and design for 2.5 miles of roadway improvements including 8 bridges,embankments,MSE walls,noise walls and sign structures. SR-836/I-95 Interchange Improvements, Miami-Dade County, FDOT D6 - Project Geotechnical Engineer assisting on planning and execution of the field exploration and laboratory testing programs, interpreting the test results,performing foundation analyses and design for 2.5 miles of roadway improvements including several bridges, approach embankments,MSE walls,and signalization improvements. Swing Bridge Replacement over Tamiami Canal, PD&E and Final Design, FDOT D6 and Miami-Dade County Department of Public Works - Project Geotechnical Engineer providing assistance in execution of field exploration and laboratory testing programs, interpreting the test results,performing foundation analyses and design of proposed bridge,seawalls and '/2 mile of roadway improvements. King Engineering Associates,Inc. 203 MIAMIBEACH MIN MI 111111111 MIMI Oracio Riccobono, P.E. M=EMI Mill Geos . . Geotechnical Engineering/Testing/Seismographic Services 0\ r , c Y ggr k, Mr. Riccobono has over 30 years of experience and served as Senior wr ;/ Geotechnical Engineer and Geotechnical Consultant for a variety of water 11`- � ;�� supply, water resources, and water maintenance facilities projects. He is experienced in the field of geotechnical engineering including planning and performance of field investigations. Experience includes interpretation of Florida Professional Engineer subsurface conditions, planning and execution of laboratory testing programs, No.49324 geotechnical analysis and design of foundation elements of structures, management of geotechnical projects and preparation of numerous geotechnical reports providing conclusions and recommendations. Key Qualifications • Experienced in planning and l�i,o j cct Experience executing field exploration and laboratory testing programs, . , . and interpreting test results for 24 and 36-Inch Diameter Finished Water Transmission Mains for South g g small and large diameter Miami-Heights Water Treatment Plant, SW 212th, SW 213th, SW 218th, pipeline projects and SW 219th Streets and SW 117th Court, SW 119th Avenue, SW 122nd Avenue and SW 124th Ct. - Project Geotechnical Engineer responsible for • i l planning and executing the field exploration and laboratory testing programs, Performed geotechnical ca and prepared interpreting the test results, performing geotechnical analyses, and geotechnical analysis geotechnical reports for report preparation. numerous small and large diameter pipes Miami-Dade County Water and Sewer Department, Design of 30-Inch Diameter Water Main under Miami River Canal At SW 2nd Street- Project • geotechnical Geotechnical Engineer responsible for planning and executing the field Performed g investigation alongexploration and laboratory testing programs, interpreting the test results, g microtunnel alignments for performing geotechnical analyses and design.Prepared the geotechnical report. pipe installation 20-In. Dia. Water Main from Port Island to Fisher Island; Miami-Dade County, FL - Project Geotechnical Engineer responsible for geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Years of Experience Design-Build of project, including the performance of test borings, rock coring 30 Years and report preparation along tunnel alignment. Education 4-In. Dia. Sanitary Sewage Force Main from Miami Beach to CDWWTP; Master in Business Administration, Miami-Dade County, FL - Project Geotechnical Engineer responsible for Florida International University,2000 geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project. Services included performance of test M.S.,Civil Engineering(Geotechnical), borings, rock coring and packer testing to determine the hydraulic conductivity Louisiana State University, 1987 (k) values of the subsurface rock formation near the elevation of the proposed B.S.,Civil Engineering, Louisiana State tunnel alignment. University, 1985 54-In. Dia. Sanitary Sewage Force Main from Miami Beach to CDWWTP; Miami-Dade County, FL - Project Geotechnical Engineer responsible for geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project. Services included performance of test borings, rock coring and packer testing to determine the hydraulic conductivity (k) values of the subsurface rock formation near the elevation of the proposed tunnel alignment. King Engineering Associates,Inc. 204 �._ MIAMIBEACH Project Experience Continued Miami-Dade County Water and Sewer Department, Design-Build of 8,000 Feet of 54-Inch Diameter Sewer Force Main; DERM 01-WASD-NLE East- Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results,performing geotechnical analyses and design. Prepared the geotechnical report.The project involved the design/build for the installation of a 54-inch diameter pre-cast pre-stressed concrete sewer force main east of the Opa-Locka Airport,in Opa-Locka,Florida. Miami-Dade County Water and Sewer Department, Design-Build of 9,100 Feet of 54-Inch Diameter Sewer Force Main; DERM 01-WASD-NLE West-Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results,performing geotechnical analyses, design and preparing the geotechnical report. The installation of the pipe required excavation and support of the existing subsurface materials for the installation of a 54 - inch diameter pre-cast pre-stressed concrete sewer force main across the southeast section of Opa-Locka Airport, in Opa-Locka,Florida. The project included a 300-foot long sub-aqueous crossing near 57th Avenue. Miami-Dade County Water and Sewer Department, Design of Pipeline Replacement for Needs Assessment Program (Several Projects) - Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses and design. Prepared the geotechnical report. South District Wastewater Treatment Plant Water Reclamation Facility; Miami-Dade County, FL — Role: Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results,performing geotechnical analyses for the design of a 23 million gallon per day (MGD) advanced water treatment plant and proposed pipeline network as a way to implement reliable and cost- effective alternative sources of water. Reverse Osmosis Water Treatment Plant Facility, City of Hialeah, FL- Role: Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses for the design of a 5 MGD reverse osmosis water treatment plant and proposed pipeline network. Recycled Storm Water Treatment Plant Facility, City of Doral, FL - Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses for the design of a 2 MGD recycled storm water treatment plant and proposed pipeline network. Central District Wastewater Treatment Plant Water Reclamation Facility Improvements; Miami-Dade County, FL - Role: Project Geotechnical Engineer responsible for planning and executing the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses and design for the design of a 1 MGD Water Reclamation Facility(WRF) at the CDWWT to provide reclaimed water to the Village of Key Biscayne(Village)and the Department of Park and Recreation(DPR)for irrigation use of sports fields,marinas, and other green areas on Key Biscayne. Districtwide Geotechnical and Materials Testing Contracts, From Monroe to Osceola Counties, FDOT Districts 4 & 6 - Senior Geotechnical Engineer responsible for executing over 150 work orders for projects located in FDOT Districts 4 & 6 for PD&E, final design and construction phases. The approximate length of roadway coverage on this contract is about 300 miles from Monroe to Osceola Counties. Recent performance grade was 95% King Engineering Associates,Inc. 205 MIAMIBEACH "u` anrMKt^;.r.,w , 1.,,r 4"t,\gv v 3�YuM U�y Louis J. Aguirre, P.E., LEED® AP Electrical Engineering \ ERN 11,"0, LEED®AP is founder and president of LOUIS ����� �Y;���� Mr. Louis J. Aguirre, P.E., �' ,;�� � °�K J. AGUIRRE & ASSOCIATES, P.A. For the last 40+ years, the firm has specialized in providing sometimes challenging solutions to complex Y Y' designs to various facility types such as parks and recreational facilities, municipal, educational, healthcare, industrial, commercial, private sector, Florida Professional Engineer No.11642 hospitality, judicial, aviation, multi-family and housing complexes, telecommunication, transportation, parking garages and structures, Key Qualifications marinas, historical restoration and multiple miscellaneous contracts with • Program Management various clients. Mr. Aguirre bears the overall responsibility for contractual • Code Compliance Construction performance, particularly with respect to the level of service and client Documents Review,Survey and satisfaction. As the design Principal of the firm,he has participated in the Inspections programming, design and supervision of installations and construction in n numerous projects of all project budgets,types and scope. • Contractual Performance • Experienced in Sanitary and Storm PROJECT EXPERIENCE Water Drainage Systems • Domestic Water-Cold and Hot Miami-Dade County Parks and Recreations, Ruben Dario Park, Lift Water Systems Stations, Miami, Florida. Principal-in-charge for professional electrical • Power Generation-Normal and engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the Emergency power systems that linked up to the pumping sanitary sewer connection • Power Distribution-Normal and system throughout the entire park for Ruben Dario Park boundary of 9825 Emergency West Flagler Street. Our firm provided the specifications to provide • Experience with Miami-Dade grounding, Electrical supporting devices, inspection, testing, wire and County systems and MDWASD cable connections, raceways and boxes, conduit fittings and supports, • Value Engineering&Feasibilitywiring devices, circuit breakers, safety switches, fuses and transient g g g Studies voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the • Building Commissioning and park. Sustainability Miami-Dade County Parks and Recreations, Gwen Cherry Park, Lift Y ars of Ex erience Stations, Miami, Florida. Principal-in-charge for professional electrical e p engineering design services that required site plans, schedules, permitting, 40+Years construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection Education system throughout the entire park for Gwen Cherry Park boundary of 7090 Bachelor of Science,Electrical NW 22nd Avenue. The park is approximately 38.5 acres in size. Our firm Engineering, 1964 provided the specifications to provide grounding, Electrical supporting University of Miami, Miami,Florida devices, inspection, testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. King Engineering Associates,Inc. 206 Miami-Dade County Parks and Recreations,Tropical Estates Park,Lift Stations,Miami,Florida. Principal- in-charge for professional electrical engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection system throughout the entire park for Tropical Estates Park boundary of 10201 SW 48th Street. Our firm provided the specifications to provide grounding, Electrical supporting devices, inspection,testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. Miami-Dade County Parks and Recreations, Continental Park, Lift Stations, Miami, Florida. Principal-in- charge for professional electrical engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection system throughout the entire park for Continental Park boundary of 10000 SW 82nd Avenue. Our firm provided the specifications to provide grounding, Electrical supporting devices, inspection,testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. Miami-Dade County Parks and Recreations, Devonnaire Park, Lift Stations, Miami, Florida. Principal-in- charge for professional electrical engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection system throughout the entire park for Devonnaire Park boundary of 10411 SW 122nd Avenue. Our firm provided the specifications to provide grounding, Electrical supporting devices, inspection,testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. Miami-Dade County Parks and Recreations, Ron Ehmann, Lift Stations, Miami, Florida. Principal-in- charge for professional electrical engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection system throughout the entire park for Ron Ehmann Park boundary of 10995 SW 97th Avenue. Our firm provided the specifications to provide grounding, Electrical supporting devices, inspection,testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. Miami-Dade County Parks and Recreations, Sgt. Joseph Delancy Park, Lift Stations, Miami, Florida. Principal-in-charge for professional electrical engineering design services that required site plans, schedules, permitting, construction document development, master planning and design of the power systems that linked up to the pumping sanitary sewer connection system throughout the entire park for Sgt. Joseph Delancy Park boundary of 14450 Boggs Drive. Our firm provided the specifications to provide grounding, Electrical supporting devices, inspection,testing, wire and cable connections, raceways and boxes, conduit fittings and supports, wiring devices, circuit breakers, safety switches, fuses and transient voltage surge suppressors. Engineering services included work and improvements to the lift stations as well as the water mains throughout the park. City of Miami Design-Build Gibson Park, Miami, Florida. Principal-in-charge for professional mechanical, plumbing and fire protection services. Project involved all site work (parking area, road access, etc.), multi- purpose ball field (372' x 172' play area), a 2,500 sq. ft. Tot lot area, outdoor fitness, site furnishings/amenities, new 11,162 sq. ft. competition pool, 1,096 sq. ft. Tot pool, 2,000 sq. ft. pool equipment building, 6,491 sq. ft. community building, 4,320 sq. ft. library renovation, dumpster enclosure,a new 15,200 sq. ft. Sports Building that consisted of a gymnasium, bowling center (2,500 sq. ft.) and concession stand. Included HVAC equipment constructed to be highly energy-efficient refrigerant-friendly, water efficient plumbing fixtures, automated shut- off faucets, solar hot water heaters, fire sprinkler systems hydraulically calculated, state-of-the art control filtration and treatment system for the pool areas, recirculation pumps and many new technology driven features. King Engineering Associates,Inc. 207 MIAMIBEACH Ra-ossa R. Lopez, P.E. pTh Earstern Engineering Group '•WR 3.! lrdAwrturiw9+1"I1,tSoraF,Fl i3322.4t75.'. •i!c;'s's b�►:IK3 S'&•xww elntM^'.:Lrr Structural Engineering ti Overview Ms. Lopez has over 25 years of experience as a Structural Engineer in a wide range of commercial, residential, educational and marine projects. Her engineering skills are comprised of structural design of reinforced concrete, structural steel, masonry, timber, and aluminum. Ms. Lopez' responsibilities Florida Professional Engineer include but are not limited to: Staff supervision and project coordination, No.59399 engineering design, analysis of structural systems, structural design for wind and seismic conditions, impact, overpressure, and other accidental conditions, Key Qualifications review of shop drawings and other drawings,preparation of specifications, fee • Provided Construction Inspection proposals, and miscellaneous inspections. Software proficiency includes Services for numerous Structural Risa3D,Enercalc,Staad Pro,Ram,AutoCAD, MathCAD and Microsoft Office Engineering projects Word,Outlook,and Excel. Project Experience • Experienced in design and analysis of various structural systems MDWASD Pump Station 65, Miami,Florida-Miscellaneous Improvements included: • used include reinforced • Evaluation of existing pump station underground structure condition. Materials • Plans&calculations for modification to structure(mayinvolve concrete, structural steel, masonry, tt timber,and aluminum strengthening)to include: • Existing demising wall new opening • Removal of existing mezzanine in dry well IndustryExperience • Increase structure's dry well access from top hatch Years Yearsof • Extend structure upto grade level for ease of access 25 Basin D-2 Storm Water Pump Station, Palm Beach, Florida - Structural design of a new pump station tank of 19,440 cubic feet, made of reinforced concrete, with its base positioned at approximately 20 feet below ground level. Education Polytechnic Institute JAE,Cuba The tank comprised three electric submersible mixed-flow propeller driven y pumps, which allowed the station to discharge up to 55,500 gpm to the Bachelors of Science Degree in Atlantic Intra-Coastal Waterway. Other ancillary works required structural Structural Engineering, 1990 remodeling and enlargement of an existing pump station building and design of an exterior concrete pad. CMB Pump Station Improvement, Miami Beach, Florida - Structural inspection, report, and subsequent design to convert an existing City-owned pump station structure into an office facility, which required changes such as new concrete slab covering the pump well, wind calculations for windows and doors, new concrete handicap ramp and railing at building exit, and cost estimating for the structural portion of the project. An uncovered maintenance yard with concrete framing and masonry walls was also added, to store construction materials for the City. 33 Unit Community Center, Hialeah, Florida - Structural design of a new City-owned residential building featuring five 7,950 square foot stories and a Woman's Club. The structural system consisted of concrete slabs,masonry walls, concrete columns over a shallow foundation, and pre-manufactured wood trusses at roof over concrete slab. Construction administration services required threshold building inspections, revision of shop drawings of reinforcing steel, concrete mix, and wood trusses, and responses to RFIs from the Contractor regarding design additions. King Engineering Associates,Inc. 208 MIAMIBEACH Project Experience Continued Monserrate Apartments, Miami,FL- Structural engineering design of a six-story 10,800 square foot residential building, featuring 35 units in five levels and 52 parking spaces in two levels(including a basement). The structural system consisted of post-tensioned slabs supported by concrete columns,transfer beams, and foundations combining post-tensioned mat and spread footings. Construction inspection services comprised of design revisions to transition several components from reinforced concrete to post-tensioned at the owner's request, re-design to offset variations in the survey data, responses to RFIs concerning additions in the architectural design, revision of shop drawings of wood trusses, post-tensioned components, concrete mix, steel reinforcing, and shoring and re-shoring, coordination meetings with team members, and threshold building inspections. Air Traffic Control Tower at HYA, Hyannis, MA- This project called for the structural design of a new five-story air traffic control tower, where construction inspection services involved responses to RFIs from the General Contractor and Subcontractors, revision of shop drawings of precast panels, reinforced concrete, structural steel, metal deck, aluminum railings and windows, as well as periodic site visits to observe the work in progress. The tower is designed for blast protection, and it is pursuing LEED Silver rating. The structural system features steel moment frames at the shaft and steel framing at the cab,composite steel with concrete at floors,and precast concrete panels at the façade. Haitian Free Church Renovation, Orlando, FL - This project required structural engineering design to convert an existing one-story 13,000 square foot building into a church. Works comprised modifications and new additions, re-design of the front façade, replacement and removal of miscellaneous structural elements, addition of a floor metal platform and a prefabricated baptistery, among others. Construction inspection services consist of site visits, responses to RFIs regarding field conditions that required new design, revision of shop drawings of miscellaneous steel elements, structural steel, windows,doors,and aluminum,as well as several coordination meetings. Unit Elderly Apartments, Hialeah, Florida- Structural design of a new City-owned residential building to serve as home for elderly people, featuring four 4,100 square-foot stories, and 9 apartment units with several utility rooms. The structural system consisted of concrete slab supported by masonry walls,and concrete beams at second floor,concrete columns over a shallow foundation, and pre-manufactured wood trusses at roof over concrete slab. Wind pressures and diagram representation for windows, doors and roofing were provided. Threshold building inspections and revision of reinforcing steel,concrete mix,and wood trusses shop drawings were carried out during construction. Athalie Range Science Hall at FMU, Miami Gardens, Florida - Structural design of a new 5,200 square-foot two-story detached addition to the Athalie Range Science Hall for Health and Natural Sciences, at Florida Memorial University. The first floor of the building features biology laboratories, preparation/storage rooms, mechanical rooms and restrooms. Chemistry laboratories, research/storage room, mechanical/electrical room and restrooms are on the second floor. The structural design consisted of pre-cast concrete joists, load bearing masonry walls, concrete beams and columns, aluminum canopy,and spread footings. Oleander Park, Miami,Florida- Structural design of a six-story residential building with basement, featuring 25 units of one and two bedrooms, and 33 parking spaces in a 10,152 square foot lot. The basement and first floor are designed for parking, and floors two to six are residential. The structural system consisted of concrete columns, concrete shear walls and post-tensioned concrete slabs at each floor, reinforced masonry at the exterior of the building and spread footing foundations. Threshold building inspections and other construction administration services were also provided during construction. 36 Unit Residential Building, Hialeah Florida - Structural design of a residential building/home for elderly people featuring six stories of approximately 7,000 square feet each, 35 apartment units, and a laundry room on each floor. The structural system consisted of concrete slabs and beams, masonry walls, concrete columns over a shallow foundation, and pre-manufactured wood trusses at roof. Performed threshold building inspections and review of reinforcing steel, concrete mix,and wood trusses shop drawings,among other construction administration services. National World War II Museum Pavilion,New Orleans,LA- Structural design of the curtain wall covering two sides of the façade of this new pavilion building. The curtain wall was made of steel and glass and it is connected to a steel structure. Drawings and calculations for the mock up tests performed on the curtain wall system were also prepared. This building is a new one-story United States Freedom Pavilion featuring 26,540 square feet,four mezzanines and a mechanical penthouse. King Engineering Associates,Inc. 209 to MIAMI BEACH Gonzalo A. Paz, P.E. - Eastern Engineering Group `...j 'Ya''"f'isM'c z S a x•a :'w°Ar?x:iqe•wwrve rp0.+ ::vim+ Structural Engineering eI\ie Mr. Paz has 25 years of experience as a Civil and Structural Engineer, working in commercial, industrial, residential, marine, mixed use, protected 1;J;itogk ecosystems and other projects. His civil engineering practice includes: design and preparation of construction documents for water and sewer systems, Florida Professional Engineer No.60734 paving and drainage, striping and signage, on-site engineering; constructions of roads, parking lots, landscape and reconstruction of beach beams in protected ecosystems, enlargement and dragging of boat docks. He is proficient with Enercalc, ETAB, Risa-3D, Staad-Pro, SAFE, PCAWaII, Key Qualifications Mathcad, and AutoCAD. He performs field inspections, attends laboratory • Provided Design and Inspection tests processing, and is familiar with permitting requirements of Miami-Dade Services for numerous Structural County,municipalities,and other agencies. Engineering projects Project Experience • Expertise includes design and preparation of construction MDWASD Pump Station 65, Miami, Florida - Miscellaneous documents for water,sewer and Improvements include: drainage systems • Evaluation of existing pump station underground structure condition. • Plans&calculations for modification to structure(may involve • Experienced in design and analysis strengthening)to include: of various structural systems • Existing demising wall new opening. • Removal of existing mezzanine in dry well. • Increase structure's dry well access from top hatch. • Extend structure up to grade level for ease of access. Years of Industry Experience Basin D-2 Storm Water Pump Station, Palm Beach, Florida - Structural 25 Years design of a new pump station tank of 19,440 cubic feet, made of reinforced concrete, with its base positioned at approximately 20 feet below ground level. The tank comprised three electric submersible mixed-flow propeller Education driven pumps which allowed the station to discharge up to 55,500 gpm to the Polytechnic Institute JAE,Cuba Atlantic Intra-Coastal Waterway. Other ancillary works required structural remodeling and enlargement of an existing pump station building and design Bachelors of Science Degree in of an exterior concrete pad. Structural Engineering, 1990 CMB Pump Station Improvement, Miami Beach, Florida - Structural inspection, report, and subsequent design to convert an existing City-owned pump station structure into an office facility, which required changes such as new concrete slab covering the pump well, wind calculations for windows and doors, new concrete handicap ramp and railing at building exit, and cost estimating for the structural portion of the project.An uncovered maintenance yard with concrete framing and masonry walls was also added, to store construction materials for the City. Miami Gardens Drive Extension, Miami, Florida - Civil engineering design of miscellaneous improvements to NE 185th Street. The road was remodeled and widened between US 1 and Jack Smith Blvd, and consequently extended from there to NE 28th Ct. Works required design of pavement striping and signage, paving and drainage, water and sewer systems,including all necessary connections to existing utilities. King Engineering Associates,Inc. 210 MIAMIBEACH Project Experience Continued Family Life Enrichment Center, Miami, Florida - Civil engineering design and plans preparation for extension of water, sewer and force mains, connection to a private pump station, revision and final certification required to obtain Environmental Resource Permit, as well design of 36 additional parking spaces,design of a new driveway connecting NW 135th Street with a new gymnasium and the east side of the parking lots, and design of new striping for an inner loop road connecting the site to both NW 135th Street and 22nd Avenue. This project consisted of a new one-story gymnasium of 23,156 square feet. Martin Luther King Elementary Physical Education Center,Miami, Florida-Civil engineering design of paving, drainage, striping and signage of two parking areas totaling approximately 40 parking spaces and of a two-way asphalt driveway, 250 feet long, connected to one of the parking areas and to NW 71" Street and NW 71St Terrace. These works were associated with the design of a new Physical Education Shelter. 129 Plaza, Miami, Florida - Civil engineering design of parking, driveway and other features for a new two-story commercial building of 24,400 square feet, located on a lot of 84,000 square feet,featuring 134 parking spaces. Works comprised design and calculations of paving, drainage, striping, signage, and water and sewer systems, including design of fire line extension to install fire hydrants within the property and the driveway connection to SW 129th Court. Construction administration services required site inspections and certification of as-built documents. Princeton Park Condos, Miami, Florida - Civil engineering design and plans preparation for a ten-acre residential subdivision comprising several buildings. The project required design of paving, drainage, striping and signage of approximately 500 parking spaces and of over half a mile of inner two-way driveways, designed to be connected with SW 2487th Street on one end, and US Highway US1 on the other. The project involved FDOT permitting procedures, compliance with Environmental Resource Permit standards. Imperial Tower Apartment Building,Miami, Florida-Structural design and preparation of construction documents for a twelve story building. Designed per the latest edition of the Florida Building Code and applicable standards as of ASCE 7-98, ACI 318, ACI 530, and ASD 9th Edition. The building foundation designed following recommendations stated in the Geotechnical Report. The intermediate slabs for the typical floors and the ramps at the four lower floors of the building were designed as post-tensioned slabs, as was the roof slab. The high roof slab over the stair and elevator shaft were conventional reinforced concrete slab. Concrete columns, infill reinforced masonry walls at the exterior perimeter of the building and concrete shear walls were other structural elements considered in the design. Palm Center Parking Garage, Miami, Florida - Structural analysis and design of a three-story 105,000 square foot parking garage, featuring 383 parking spaces. The structural system consisted of precast elements such as double tee slabs, beams, columns, spandrel panels, stairs and shear walls, and deep foundations with auger cast piles. Documents needed for bidding procedures were prepared for the City, and construction administration services include threshold building inspections and responses to Contractor's RFIs. This garage was part of a two-phase project which also comprised a 72 unit affordable housing building in a subsequent phase. Milander Parking Garage, Miami, Florida - Structural inspections during construction of a new three-story 20,000 square foot parking garage, featuring approximately 250 parking spaces. Elements inspected included pile caps and grade beams reinforcing, pre-cast connections, wire mesh, slab-on-grade, monolithic footings, masonry walls reinforcing, and tie-beams. The structural system of this building comprised of pre-cast columns, stairs,beams, double tee slabs and shear walls,pile foundations,and embedded steel plates connections. Riviera Collins Plaza Re-Design, Miami,Florida-Three-story hotel building with a half basement, designed for 50 hotel units in a 17,000 square feet construction area located in Miami Beach. The half basement was designed for parking, and the rest of the floors for hotel rooms, except for the first floor, which also accommodates a Lobby. Responsible for the structural design of the building, comprising a structural system of a deep foundation system, concrete columns,and concrete shear walls,concrete slabs at each floor and reinforced masonry at the exterior. King Engineering Associates,Inc. 211 MIAMI BEACH John Seals, P.E. r tion/MOT/Design-Build Criteria Pavement Restoration King a g EINONEE SES ON en i eve Mr. Seals has over 32 years of engineering experience including 14 years with King Engineering. His project experience includes all aspects of design for roadway and transportation projects from preliminary engineering and studies to final design. Mr. Seals has certifications in Roadway Lighting Design, Pedestrian Facilities Design, and Advanced Maintenance of Traffic Florida Professional Engineer No.51505 Design. Key Qualifications Mr. Seals develops transportation/traffic and roadway plans for all of King's public works and utilities projects. Many of these pipeline projects have been • MOT plans located in urban and rural areas including highly congested roadways, residential neighborhoods and environmentally sensitive regions. • Certifications in maintenance of traffic design, pedestrian facilities t design,and roadway lighting 'Pro ,tw Experience design, Miscellaneous Roadway Resurfacing Design, Doral, FL - Served as the • Mana es Kin 's traffic/ Project Manager/Engineer of Record to the City of Doral for the preparation g g transportation engineering services of roadway milling and resurfacing plans for nine (9) local road. The project for government client assignments included an assessment of existing pavement conditions and a traffic operational evaluation of each roadway segment. The total project length of • Experienced in various delivery the roadway resurfacing was approximately 14,100 LF. systems including Design-Build Criteria development Largo Wet Weather Force Main, Largo, FL— Engineer of Record for the Traffic Control Plans (MOT)to construct±7 miles of replacement 8-inch-16- • FDOT Qualified-Minor Projects inch wastewater force mains, 5 miles of new 20-inch-30-inch force main,and full reconstruction of 3/4 mile of a local collector roadway. The project • Development/EOR for roadway included permitting through several local City/County agencies and FDOT. milling/resurfacing design plans State Road 56 from SR 581 to Meadow Pointe Boulevard, Pasco County, Years of Industry Experience FL — Quality Assurance/Quality Control Supervisor for the design and 32 Years environmental permitting of 3.5 miles of new four-lane/six-lane divided rural roadway as part of the Wiregrass Development in Pasco County. Education Responsibilities included design of traffic signalization plans,Maintenance of Bachelor of Science,Civil Engineering, 1991 Traffic and project quality control oversight. University of South Florida Idlewild/The Mall Sanitary Sewer System, Clearwater FL - Developed Maintenance of Traffic plans and replacement roadway design requirements for the construction of 20,000 LF of gravity sewer mains and manholes in an existing residential neighborhood. CR 193 and Grove Circle Sanitary Sewer, Clearwater, FL - Developed Maintenance of Traffic plans and replacement roadway design requirements for the construction of 6,000 LF of 8" gravity sewers and manholes in existing residential neighborhoods. Glenwood Estates Sanitary Sewer System Improvements, Clearwater, FL - Developed Maintenance of Traffic plans for the construction of a new 10" and 12" gravity sewer trunk line through an existing neighborhood, including road closure and detour requirements. King Engineering Associates,Inc. 212 m MIAMIBEACH Project Experience Continued North Pinellas Reclaimed Water Distribution System, Phase 3A and 3B, Pinellas County, FL — Developed Maintenance of Traffic plans for the construction of 22 miles (115,714 LF) of residential reclaimed water distribution mains in existing neighborhoods. Galvanized Pipe Replacement Program, Pinellas County, FL - Developed Maintenance of Traffic plans for the replacement of±45 miles of galvanized water mains in residential and urban areas. Dunedin Causeway Water Main and Force Main Replacement, Dunedin, FL - Engineer of Record for the preparation of Maintenance of Traffic plans for the construction of water mains and force mains installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill. Peace River Regional Integrated Loop System, Phase 2, Peace River Manasota Regional Water Supply Authority — Prepared traffic control plans for the construction of±7 miles of new 42-inch transmission main and associated meter and telemetry assemblies. Water Main Replacement Program Phase 1,3 and 5,Venice, FL—Prepared traffic control plans for three phases of the City's Rear Lot Water Main Replacement Program involving the construction of±15,600 LF of new water mains in existing neighborhoods. Highland Avenue Roadway Preliminary Reconstruction Design and Stormwater Retrofit, Largo, Florida - Project Manager for the preparation of a P D & E / conceptual design alternatives report and final design plans to reconstruct 1.5 miles of an existing 2-lane rural facility, and construct stormwater enhancements. The project involved converting the existing roadway facility to an urban pedestrian-friendly corridor with streetscape and hardscape elements, including the design of a multi-use path. The project included stormwater enhancements/pond expansion to treat 250 acres of previously untreated stormwater runoff through matching grant funds from SWFWMD. Services include survey and right-of way mapping, SWFWMD grant funding application, environmental permitting,utility relocation design,and construction administration assistance. Districtwide Minor Design, FDOT, District One - Responsible for managing the analysis and design of intersection improvements at miscellaneous intersection locations throughout the district. Project included traffic signalization plans, highway lighting plans, signing and pavement marking plans, emergency flasher installation plans,and school crossing design plans. Durant Rd at Mulrennan Rd and Durant and Valrico Intersection Improvements, Hillsborough County, FL - Project Manager for intersections improvements including traffic signalization, pedestrian sidewalks, roadway resurfacing,and stormwater improvements. Project Services: • Topographic surveys and Right-of-way mapping • Traffic design/Signalization plans • Land acquisition appraisal/assistance • Specifications/Plans • Signing and Marking • Cost Estimating • Geotechnical/Subsurface Utility Exploration • ADA Sidewalk Additions • Drainage Improvements/Upgrade • Utility Coordination King Engineering Associates,Inc. 213 MIAMIBEACH Sharmeela Khemlani, E.I. .KinHydraulic Modeling/Transient Analysis EfVCA+1E.E��ax,aSSOC.rES ON en ie,A \\ Ms. Khemlani's project experience includes modeling, design, permitting and construction management for water systems, wastewater systems and pipeline \\\ \\*\,, prof ects. Her technical knowledge base includes Autodesk AutoCAD, ArcGIS, \; ,,,,,, ;\ and Bentley WaterCAD. Project Experience Miami Dade Water and Sewer Department (MDWASD) Sanitary Sewer Pipe and Pump Station Rehabilitation Evaluations, Miami, FL — Engineer FL Engineering Intern No.1100018193 responsible for assistance with the preparation of a design-build proposal for the rehabilitation of 3.5 miles of a 72-inch Pre-stressed Concrete Cylinder Pipe Key Qualifications (PCCP) sanitary sewer force main interceptor that was originally installed in the 1970s. King originally worked with Jacobs to design the rehabilitation of • 4 years'experience in the selected portion of the pipeline after it had undergone a catastrophic failure environmental and civil engineering in 2010. The project included $5.65 million in 1.5 miles of HDPE slip lining and the remaining 2 miles in CIPP by HDD method. • GIS and Hydraulic modeling specialist with experience working University of Florida Campus Reclaimed Water System Hydraulic on government utility systems. Modeling and Improvements, Gainesville, FL — Project Engineer tasked with developing a hydraulic model of the University's reclaimed water system Years of Industry Experience Master Plan. Building the model requires coordination with another 4 Years engineering firm charged with modeling the University's irrigation system Master Plan, which runs off of reclaimed water. Technical skills involve Education working fluidly between AutoCAD, WaterCAD, and ArcMap GIS. Once B.S.,Civil Engineering, University of developed,the model will be analyzed to help determine design parameters for Florida,2013 improvements to the overall reclaimed water system, including pump stations. University of Florida Campus Potable Water Main Modeling, Gainesville, FL — Project Engineer charged with creating a hydraulic model of the entire campus potable water main, utilizing GIS data, maps provided by the University's Physical Plant Division and information provided by the City's utility company for the surrounding system feeding the campus. Responsibilities included coordination with members of the University's Physical Plant Division to clarify data in the maps provided and to obtain relevant hydrant flow tests in order to simulate the line pressure in the campus system. The project required the smooth transition between three different computer programs (ArcGIS, AutoCAD, and WaterCAD), and the ability to explain the hydraulic model development process and outline the model results in a technical memorandum to the University. Transmission Main I-75 Construction Mitigation, Sarasota County, FL - Project Engineer assisting with the design of a protection system, including a vehicle bridge, to mitigate potential loading by construction vehicles and cranes on an existing shallow 36-inch water transmission main. The project was in response to the FDOT's I-75 bridge widening construction. Logan Booster Pump Station Modifications, Largo, FL — Assisted Project Engineer with the design, permitting, specifications, and cost estimation for a new 22.5 MGD potable water booster pump station. Responsibilities as Project Engineer during construction include reviewing shop drawings, coordinating changes to the design between CM and the client, and attending monthly construction progress meetings. King Engineering Associates,Inc. 214 MIAMIBEACH Doralba Vargas, E.I. Kin Cost Estimating/Con truction Inspection tr,GIrEERNG ASSOCIArEs.�. 400446,, Ms. Doralba M. Vargas has 2 years of experience in the civil engineering & construction sector, with a focus on water resources projects. Having worked on the design and construction of various stormwater collection systems, and small water mains, she has garnered a vast amount of force mains, expertise in the design, permitting, procurement and constructions processes of water&wastewater resources projects. FL Engineering Intern No. 1100020238 Project Experience Key Qualifications Pump Station 026 Upgrade, Miami-Dade, FL — Engineer for the upgrade • 2 years'experience in of submersible pumps station with a capacity of 2200 gpm. This pump station environmental and civil was converted from a duplex station to a triplex station with VFD's and engineering above ground discharge piping. The design also incorporated a new generator and fuel tank set as well as a flow meter for recording instantaneous and • Extensive experience in design of average flows. This pump station was part of the Miami-Dade Water and water,wastewater and pipeline projects Sewer Department(MDWASD)Pump Station Improvement Program(PSIP). p J • Expertise is construction Pump Station 109 Upgrade, Miami-Dade, FL — Engineer for the management process conversion of an existing dry well / wet well duplex pump station to a submersible triplex pump station with a rated capacity of 2400 gpm. This pump station was part of the Miami-Dade Water and Sewer Department Years of Industry Experience (MDWASD) Pump Station Improvement Program (PSIP). The design also 2 Years incorporated a new generator and fuel tank set as well as a flow meter for Education recording instantaneous and average flows. Site counts with very limited B.S.,Civil Engineering,Florida space, due to these physical limitations on the project site, the Flow Meter International University,2011 Vault was proposed to be installed on an easement adjacent to the pump station site, the design required extensive coordination with the MDWASD maintenance staff in order to ensure that the proposed layout fit the needs of the department from an operations and maintenance perspective. Pump Station 1306 Upgrade, Miami-Dade, FL — Engineer for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 570 gpm. This projects includes complex structural design for the reuse and conversion of the existing wet well and dry well structures. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). The full design & permitting was completed in less than 4 months. Pump Station 0530 Upgrade, Miami-Dade, FL — Engineer for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 600 gpm. This projects includes complex structural design for the reuse and conversion of the existing wet well and dry well structures. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program(PSIP). King Engineering Associates,Inc. 215 �► MIAMIBEACH Force Main 65— Phase II, Miami, FL—Engineer for the design of 16-24 inch diameter force main of 1,280 LF. Responsible in the design to utilized MDWASD Standards and Criteria, locate all existing utilities, and potential conflicts. Including MOT and pavement restoration per the standard of the municipality with jurisdiction and necessary permits throughout the installation crossing US-1. Small Diameter Water Main Replacement, Miami-Dade, FL — Engineer for the design of replacement of undersized water mains with excessive leakage, water quality concerns and fire protection issues. MDWASD proposed (approximately 24,570 LF of 8-inch water main) within the Leisure City area. The scope of work included connecting the new water mains to existing water main, providing services to the front of the properties, locating fire hydrants at 500 feet intervals, and related restoration including milling and resurfacing the affected streets. Basin H—5 Priority 1 and 2 Drainage Improvements Design,City of Doral,FL—Construction Engineering and Inspection (CEI) for drainage improvements including 4000 LF of French drains within the priority areas identified in the city's stormwater master plan. Responsible for the review of construction documents, MOT plans, project schedule, submittals, RFIs, change order proposals, construction activities, density and compaction test reports,construction invoices,and as-built drawings. Basin H — 8 Priority 1 and 2 Drainage Improvements Design, City of Doral, FL — Project Engineer for drainage improvements including 4,321 LF of French drains within the priority areas identified in the city's stormwater master plan. Responsible for the design and permitting of the project, providing periodic design reviews and coordinating with the client. Also, Construction Engineering and Inspection (CEI) responsible for the review of construction documents, MOT plans, project schedule, submittals, RFIs, change order proposals, construction activities,density and compaction test reports,construction invoices,and as-built drawings. King Engineering Associates,Inc. 216 MIAMIBEACH Mariana Evora, E.I. Cost Estimating/Engineering Design Cat ON en, Ms. Mariana Evora has 3 years of experience in the civil engineering construction sector with a focus on water resources projects. Having worked on the designand construction of various pump stations, force mains, and stormwater collection systems; she has garnered a vast amount of expertise in the design, permitting, procurement and constructions processes of water & wastewater resources projects. FL Engineering Intern No.1100018723 She is actively involved in in the local engineering community, working with KeyQualifications the Cuban American Association of Civil Engineers (CAACE) and as an active member of the American Society of Civil Engineers (ASCE) and the Society of • Design of water and force mains Women Engineers(SWE). • Construction management and Project E :perience inspections of water and sewer systems and pump stations MDWASD Small Water Main Replacement, Miami, Florida—Engineer for the design of 24,570 feet of 8-inch ductile iron pipe, including 370 services, fire • Preparation of standard documents, hydrants, system interconnections, air release valves, tapping sleeves, valves, and design manuals and specifications. flushing valves. Services included surveying, geotechnical investigation, utility identification, site assessment report, plans and specifications, site assessment • Design of water transmission report, cost estimating, scheduling, permitting, and limited construction services. mains Permits are obtained from DERM-RER, Miami-Dade County Public Works, Fire, and FDOH. This project is part of MDWASD's program to replace undersized • Experience with permitting of water mains due to excessive leakage, water quality concerns, and fire protection water and sewer projects issues. Years of Industr Ex erience 48-inch Water Main Interconnect in the Central East Area Detailed Design Y p in the Vicinity of Grand Central Station, Miami-Dade, FL - Engineer — A 3 Years portion of the 48-inch Water Main Interconnect in the Central East Area is to be installed along NE 1St Ave between 8th Street and 5th Street just East of the Education new Grand Central Station (Part of the All Aboard Florida Project) in a fast Bachelor of Science,Civil track schedule in order to avoid conflicting with the grand opening of the station Engineering,2014 as well as to avoid passenger services interruptions in the future. Florida International University 48-inch Water Main Interconnect in the Central East Area, Miami-Dade, FL - Engineer - The Miami-Dade Water and Sewer Department (MDWASD) determined that a new water main is needed to interconnect the Hialeah/Preston (north)and Alexander Orr(south)water systems. The first phase of this project is to construct a 48-inch Water Main Interconnect from NW 17th Street to NW 6th Street (approximately 5,500 LF of 48-inch water main), which will give MDWASD the ability to transfer large volumes of water between the north and south service areas. A second phase of the project includes a 36-inch main running from NW 1st Court to Biscayne Boulevard(approximately 2,600 LF of 36-inch water main) that will improve flows and pressures in the Central Business Area. The scope of work included the development of a Request for Design Build Services (RDBS) Package and the update of the Basis of Design Report. King Engineering Associates,Inc. 217 MIAMIBEACH Project Experwie.nce Continued Pump Station 65 Upgrade, Miami, FL—Project Engineer for the upgrade of over 113 sewage pump stations. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). Service included converting the existing dry well / wet well pump station to a submersible pump station with a rated capacity of 650 gpm. This project had a 2015 EPA deadline, requiring an accelerated schedule. The full design&permitting was completed in less than 4 months. Pump Station 65 was the first pump station in the PSIP to be completed by a design consultant. It served as the pioneer pump station setting a paradigm for all other PSIP pump stations to follow. Force Main 65 — Phase I, Miami, FL — Project Engineer for the design and construction of a force main which served as the discharge line for Pump Station 65. Phase I met the transmission capacity requirements necessary to place Pump Station 65 into service while ensuring compliance with the 2015 EPA deadline for the pump station. The project was comprised of approximately 3,000 LF of 8-inch and 12-inch line. The full design & permitting was completed in less than 4 months. Phase I was the first force main in the PSIP to be completed by a design consultant. It served as the pioneer force main setting a paradigm for all other PSIP force mains to follow. Pump Station 500 Upgrade, Miami-Dade, FL—Project Engineer for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 730 gpm. The pump station project was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). This project had a 2015 EPA deadline, requiring an accelerated schedule. The full design &permitting was completed in less than 4 months. Force Main 500, Miami-Dade, FL — Project Engineer for the replacement of the existing discharge line of Pump Station 500. The project was comprised of approximately 1500 LF of 10-inch force main and 900 LF of 12-inch force main. The design and permitting of the project required close coordination with all applicable regulatory agencies to ensure compliance with the Pump Station 500 2015 EPA deadline. Pump Station 502 Upgrade, Miami-Dade, FL — Project Engineer for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 600 gpm. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). Due to physical limitations on the project site, the design required extensive coordination with the MDWASD maintenance staff in order to ensure that pump station layout fit the needs of the department from and operations and maintenance perspective. Pump Station 67 Upgrade, Miami-Dade, FL - Project Engineer for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 500 gpm. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). The full design&permitting was completed in less than 5 months. PSIP Pump Stations and Force Mains, Miami-Dade, FL— Engineer- Ms. Mariana Evora, along with a team of engineers at King has participated in numerous wastewater projects as part of the MDWASD Pump Station Improvement Program (PSIP), put in place to upgrade over 113 sewage pump stations. To this date Ms. Evora has participated in the design of seven (7) pump stations and four (4) force mains. The scope of work includes design, permitting, procurement assistance as well as limited construction services for all projects. In order to meet consent decree requirements some of the pump stations and force mains were designed and permitted in a fast track pace in order to meet construction completion by the end of 2015. Force Mains Sewer Pump Stations FM 65 Phase 1 3,000 feet of 8-, 12-,and 16-inch DIP PS 65 650 GPM PS 26 2,200 GPM FM 65 Phase 2 1,250 feet of 16-and 24-inch DIP PS 500 730 GPM PS 109 2,400 GPM FM 500 2,400 feet of 10-and 12-inch PVC _ PS 502 600 GPM PS 836 300 GPM FM 394 5,000 feet of 10-and 12-inch DIP PS 67 500 GPM King Engineering Associates,Inc. 218 MIAMIBEACH Christopher High, E.I. King p 1 Cost Estimating/Engineering Design i ONert're% Mr. High's engineering and master planning experience includes planning ' and feasibility studies, design, permitting and construction management for water mains, force mains and pump station projects. His technical expertise includes AutoCad and Bentley Hammer. Project Experience FL Engineering Intern No.1100017582 Feasibility Evaluation Orr WTP, Miami-Dade County, FL — Project Engineer for the feasibility of installing variable frequency drives (VFDs) or Key Qualifications multiple pumps at the Orr Water Treatment Plant (WTP). Specific duties included collecting and reviewing existing information,estimating the current • 6P Years' experience in cost of existing pump station operation, estimating the cost of variable speed environmental and civil pump operation and constant speed pump operation under a reduced pressure engineering head-capacity curve, estimating the capital cost of VFDs and new multiple pumps. • Extensive experience in cost estimating Miami Dade Water and Sewer Department (MDWASD), Water Reclamation Projects and Miscellaneous Wastewater Treatment Plant • Design experience for water, Process Evaluations, Miami, FL — Project Engineer responsible for the wastewater and reclaimed projects preparation of a Feasibility Evaluation of Reuse Alternatives for MDWASD to comply with ocean outfall legislation. MDWASD retained King Years of Industry Experience Engineering to evaluate the feasibility of water reclamation projects in order 6 Years to effectively reuse 117.5 MGD of reclaimed water by 2025. The work outlined under this directive included preliminary cost estimation and design, Education hydraulic modeling,and comparison of reuse alternatives. B.S.,Civil Engineering, University of South Florida,2011 Causeway Forcemain and Watermain Replacement, Dunedin, FL — Project Engineer responsible for bid evaluation, recommendation of award assistance and construction management services of approximately 4100 LF of 18-inch water main along the Dunedin Causeway (Pinellas County Right- of-Way) crossing US Alternate 19 (FDOT Right-of-Way and proceeding along Curlew Road (FDOT Right-of-Way). The pipe installation was designed to accommodate open cut construction methods. Two 36-inch steel casings were proposed for the crossing of US Alternate 19 and Curlew Road per FDOT Specifications. The project also included a 200-foot aerial crossing using the East Channel Bridge at Ward Island. Responsibilities also included design and production of bid documents, production and submittal of all permitting documents, coordination with the City of Dunedin regarding the project layout, coordination with the FDOT regarding permit requirements for the US Alternate 19 crossing, and production of the engineering cost estimate. North Potable Water Booster Pump Station,Pinellas County FL—Project Engineer for the preliminary engineering, design and permitting services for modifications to the County's North Booster Pump Station. In order to correct water quality issues caused by conflicting north-south flows from the station, the station was modified to receive water from all of the area transmission mains and then pump the water to the south only. Services included a complete evaluation of the facility and recommendations for improvements followed by design, permitting and construction management King Engineering Associates,Inc. for pump replacements,major(48"and 60")piping modifications, autcted valve assemblies and electrical and controls improvements.. MIAMIBEACH ro ec°t IAperience Continued Intracoastal Waterway Force Main Replacement Project, Venice, FL — Project Engineer for the design, estimating, permitting, bid services and construction services of 1,300 LF of 16-inch HDPE below the Intracoastal Waterway via horizontal directional drill (HDD). Design duties included coordinating with ecological services, survey and geotechnical sub-consultant, performing HDD calculations preparing plans, specifications and estimate for the overall design of the new intracoastal force main. Permitting duties included coordinating with local municipalities,FDEP and Army Corps of Engineers to permit the new intracoastal force main. Construction services included coordinating with field representative, county project manager and contractor, limited construction observation, reviewing daily field observation reports and contractor pay applications,and observing and developing reports for testing and permitting. Clearwater Memorial Causeway Subaqueous Pipelines Project, Clearwater, FL— Project Engineer for the design, estimating, permitting, and bid services related to the replacement of the aging 20-inch subaqueous force main crossing Clearwater Harbor and a new 20-inch pipeline crossing the Intracoastal Waterway from the Memorial Causeway to Coachman Park. Design duties included coordinating with ecological services, survey, subsurface utility engineering and geotechnical sub-consultants, public relations assistance, performing HDD calculations,preparing plans,specifications and estimate for the overall design of the new pipelines. Permitting duties included coordinating with local municipalities, related utilities, FDOT, FDEP and Army Corps of Engineers to permit the new pipelines. Peace River Regional Integrated Loop System, Phase 3B, Peace River Manasota Regional Water Supply Authority — Project Engineer for the preliminary engineering services for new water interconnect that is approximately 4.0 miles of a minimum 48-inch potable water main delivering regional finished water from the Authority's Preymore (681) Interconnect to Clark Road(SR 72). Design duties included project coordination, evaluating alternate routes and route criteria for the pipeline, developing a Basis of Design Report and a probable cost of construction. 13th Ave. N to 9th Ave. N Water Main Replacement Project, Safety Harbor, FL—Project Engineer for the design and permitting related to the construction of 2,100 LF of new 12-inch water main to replace the existing aging water main. Design duties included coordinating with survey and geotechnical sub-consultants, performing HDD calculations, preparing plans, specification and estimate for the overall design of the new water main. Permitting duties included coordinating with FDEP, local municipalities and CSX to permit the new water main. Westchase HDPE Reclaimed Water Main Replacement Project, Hillsborough County, FL — Project Engineer for the design, estimating, permitting, and bid services related to the replacement of 9,000 LF of 16- inch HDPE RCM and along Linebaugh Ave. Design duties included coordinating with ecological services, survey, subsurface utility engineering and geotechnical sub-consultants, public relations assistance,performing HDD calculations, preparing plans, specifications and estimate for the overall design of the new pipelines. Permitting duties included coordinating with local municipalities, related utilities, and FDEP to permit the new pipeline. Construction services included coordinating with field representative, County Project Manager and Contractor, reviewing shop drawings, limited construction observation, reviewing daily field observation reports and contractor pay applications,and observing and developing reports for testing and permitting. 11th Avenue SE Potable Water Main Extension, Hillsborough County, FL — Project Engineer for the installation of new 8-inch ductile iron pipe water main via horizontal directional drill (HDD) to reduce the number of dead end water mains in the area. Specific duties included coordinating with field representative, county project manager and contractor, limited construction observation, reviewing daily field observation reports and contractor pay applications,and observing and developing reports for testing and permitting. King Engineering Associates,Inc. 220 MIAMIBEACH Matthew W. Davis, E.I. /Specifications Ki ng Engineering DesignENGINEERANO ASWOA;ES ery Mr. Davis' engineering experience includes design and permittingof water ,,;, and wastewater treatment,collection and pumping systems. Project Experience Florida Government Utility Authority Design Criteria Package for Lindrick System Improvements, New Port Richey, FL - Project Engineer for the development of a Design Criteria Package (DCP) to assist the FGUA FL Engineering Intern No.1100019085 in procurement of a Design-Build contract. The DCP included the reconfiguration of the force main from Lift Station (LS) 1 to pump directly Key Qualifications into LS 4, upgrades to LS 4 with new 60 HP submersible pumps, wetwell, odor control, electrical, instrumentation and controls to allow LS-4 to pump • 5 ears' experience in its flow directly to the New Port Richey WWTP. The DCP also included the y environmental and civil installation of new pumps at LS 13 to allow its flows to pump directly to the engineering New Port Richey WWTP. LS 17 site required development of demolition and abandonment requirements and re-routing of the force main from LS-4 and • Design specifications specialist LS-13 to the New Port Richey WWTP. with experience working on government utility systems. Sanitary Sewer Expansion Project (Phase III), Tarpon Springs, FL - Project Engineer for design of 3,000 LF of 8-inch gravity sewer main, 11 • Design experience for water, manholes and abandonment of 40+ individual septic systems. wastewater and sanitary sewer Responsibilities included calculations for sewer system design and permit projects acquisition assistance. Years of Industry Experience Idlewild/The Mall Sanitary Sewer System, Clearwater FL- Project 5 Years Engineer for the design and permitting for 20,000 LF of gravity sewer main, 90 manholes and abandonment of the 450+ individual septic systems in an Education existing neighborhood. Responsible for calculations for sewer system design B.S., Mechanical Engineering, and performed full time construction management services. University of Central Florida,2012 CR 193 and Grove Circle Sanitary Sewer, Clearwater, FL - Project Engineer for design, permitting, and construction services for 6,000 LF of 8- inch gravity sewer main manholes and abandonment of 75+individual septic systems. Responsibilities included calculations for sewer system design, full time construction observation services and permit acquisition assistance. Kapok Terrace Sanitary Sewer System Project, Clearwater, FL - Project Engineer for design of 7,000 LF of 8-inch gravity sewer main, 28 manholes and abandonment of 130+ individual septic systems. Responsibilities included calculations for sewer system design and permit acquisition assistance. City of Bedford, Texas AMR Project— Project Engineer performing a site visit to review the condition of 45 existing large diameter meter vaults and generation of individual layouts to meet manufacturer's installation requirements. Subsequently responsible for the design of City-wide replacement of±15,000 conventional potable water meters with new potable water meters equipped with Automatic Meter Reading (AMR) technology at all residential and commercial parcels. King Engineering Associates,Inc. 221 MIAMIBEACH -- \ Salome Montoya King Designer/CAD/Construction Observation tON en jos Ms. Montoya has 4 of experience in the civil engineering & Y years construction sector,with a focus on water resources projects. Having worked \\�" � mains, andstormwater collection \,, on various pump/booster stations, force Ashehasgarnered a vast amount of expertise in the designand systems; p permitting of water resources projects. Key Qualifications • Design/drawing production of Project 1�..���l.�����i��n�"c g g pump/booster stations and 48-inch Water Main Interconnect in the Central East Area Detailed associated storage tanks,utility Design in the vicinity of Grand Central Station, Miami-Dade,FL-CAD piping and facility plans Tech — A portion of the 48-inch Water Main Interconnect in the Central East Area is to be installed along NE 1"Ave between 8th Street and 5th Street • Permitting of pump/booster just East of the new Grand Central Station (Part of the All Aboard Florida stations,water main,force mains Project) in a fast track schedule in order to avoid conflicting with the grand and stormwater system plans opening of the station as well as to avoid passenger services interruptions in Coordination/com ilation of the future. The scope of work includes the fast track design and permitting • p of approximately 700 LF of 48-inch DIP of which 225 LF are to be subconsultants drawings(i.e. electrical,structural etc.) into microtunneled under the existing Florida East Coast Railway tracks, 100 LF conce tual and final design plans of 30-inch DIP to interconnect to the future Grand Central Station, and 450 p LF of 36-inch DIP water main. Years of Industry Experience Force Main 65—Phase I,Miami, FL-CAD Technician for the design and 4 Years permitting of a force main which served as the discharge line for Pump Station 65. Phase I met the transmission capacity requirements necessary to Education place Pump Station 65 into service while ensuring compliance with the 2015 Associates in Arts: Civil EngineeringEPA deadline for the pump station. The project was comprised of approximately 3,000 LF of 8-inch and 12-inch line. The full design & pathway,2016 pp permitting was completed in less than 4 months. Phase I was the first force Miami-Dade College main in the PSIP to be completed by a design consultant. It served as the pioneer force main setting a paradigm for all other PSIP force mains to follow. Pump Station 500 Upgrade, Miami-Dade, FL - CAD Technician for the conversion of an existing dry well /wet well pump station to a submersible pump station with a rated capacity of 730 gpm. The pump station project was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). This project had a 2015 EPA deadline, requiring an accelerated schedule. The full design & permitting was completed in less than 4 months. Also assisted with the design and permitting. Force Main 500, Miami-Dade, FL - CAD Technician for the replacement of the existing discharge line of Pump Station 500. The project was comprised of approximately 1500 LF of 10-inch force main and 900 LF of 12-inch force main. The design and permitting of the project required close coordination with all applicable regulatory agencies to ensure compliance with the Pump Station 500 2015 EPA deadline. Assisted with the permitting of this force main. King Engineering Associates,Inc. 222 MIAMIBEACH Project LL; peric ice Continued PSIP Pump Stations and Force Mains, Miami-Dade, FL—CAD Tech - Ms. Salome Montoya, along with a team of engineers at King has participated in numerous wastewater projects as part of the MDWASD Pump Station Improvement Program(PSIP),put in place to upgrade over 113 sewage pump stations.To this date Ms. Montoya has participated in the design of seven (7) pump stations and four (4) force mains. The scope of work includes design, permitting, procurement assistance as well as limited construction services for all projects. In order to meet consent decree requirements some of the pump stations and force mains were designed and permitted in a fast track pace. PSIP Pump Stations and Force Mains: Project Pipe Length,Diameter and Material/Pump Station Capacity Upgrade of Sewage PS 065 650 GPM Force Main 0065 PH 1 3000 LF(8-, 12-and 16-inch DIP) Force Main 0065 PH II 1250 LF(16 and 24-inch DIP) including a microtunnel under US 1 Upgrade of Sewage PS 500 730 GPM Force Main 500 2400 LF(10-and 12-inch DIP) Upgrade of Sewage PS 502 600 GPM Upgrade of Sewage PS 067 500 GPM Upgrade of Sewage PS 026 2200 GPM Upgrade of Sewage PS 109 2400 GPM Force Main 394 5000 LF(10-and 12-inch DIP) Upgrade of Sewage PS 836 300 GPM 48-inch Water Main Interconnect in the Central East Area, Miami-Dade, FL - CAD Tech - The Miami-Dade Water and Sewer Department (MDWASD) determined that a new water main is needed to interconnect the Hialeah/Preston(north) and Alexander Orr(south) water systems. The first phase of this project is to construct a 48- inch Water Main Interconnect from NW 17th Street to NW 6th Street (approximately 5,500 LF of 48-inch water main), which will give MDWASD the ability to transfer large volumes of water between the north and south service areas. A second phase of the project includes a 36-inch main running from NW 1st Court to Biscayne Boulevard (approximately 2,600 LF of 36-inch water main)that will improve flows and pressures in the Central Business Area. The scope of work included the development of a Request for Design Build Services (RDBS) Package and the update of the Basis of Design Report. Pump Station 502 Upgrade, Miami-Dade, FL - CAD Technician for the conversion of an existing dry well / wet well pump station to a submersible pump station with a rated capacity of 600 gpm. This pump station was part of the Miami-Dade Water and Sewer Department (MDWASD) Pump Station Improvement Program (PSIP). Due to physical limitations on the project site, the design required extensive coordination with the MDWASD maintenance staff in order to ensure that pump station layout fit the needs of the department from and operations and maintenance perspective. Managed the production of all plans, produced the CAD drawings, coordinated with the client, and assisted with the design and permitting. Arch Creek North/Arch Creek South Drainage Improvements, North Miami, FL - CAD Technician for the provision of flood attenuation to high priority areas. Managed the production of all plans, produced the all CAD drawings,and assisted with the design and permitting of 19000 linear feet of exfiltration trench. Basin H — 5 Priority 1 and 2 Drainage Improvements Design, Doral, FL - CAD Technician for drainage improvements including 4000 LF of French drains within the priority areas identified in the city's stormwater master plan. Managed the production of all plans,produced all CAD drawings, and assisted with the design and permitting of the project. King Engineering Associates,Inc. 223 MIAMIBEACH Chris Hutton Geographic Information ion S stems KKingC�y E1 EERNG ASSGC.1ESN Mr. Hutton has 10 years of experience in graphic design / graphic information systems and 10 years with King. He is highly proficient in geographical information systems, data management and the preparation of custom databases for entire counties. Mr. Hutton develops GIS data and graphics for assessment management systems for utility systems inventory and field assessments. He also prepares GIS datasets for governments'base mapping and master plan exhibits. Key Qualifications Project Experience Northwest Florida Water Management District Interconnect Study, • Geographic Information System NWFWMD District - Provided all graphic and GIS data assemblage and (GIS)Specialist with experience analysis for a multiple county utility master plan covering the entire in Imagery Analysis(Satellite NWFWMD panhandle region. Assembled available aerial imagery, GIS and aerial photography), datasets from multiple city and county governments and environmental development of graphic exhibits agencies to provide base mapping and conceptual planning documents for the and Database management project. Prepared illustrative master plan exhibits to convey the proposed interconnected utility system and capital improvement project. • GIS support for the development of master plans Wiregrass Ranch Master Plan, Pasco County, FL - Provided all graphical and GIS support for the master planning and development of an • Asset management systems for environmentally sensitive 5,000 acre Development of Regional Impact(DRI). utility systems Prepared GIS data mapping and analysis of land use cover data, wildlife locations and collected field data to aid in the planning and design of a • In the maintenance of the King watershed and ecosystem master plan, surface water modeling and GIS database,routinely management plan, and a comprehensive environmental management plan for coordinates with dozens of the entire 5,000 acres. agencies on the receipt and manipulation of GIS datasets Town of Orange Park, Clay County, FL — Provided graphic support through ArcGIS, Adobe Illustrator, Adobe Photoshop, and Autocad 2011 to prepare and Years of Industr Ex erience finalize graphics depicting the entire cities: water and wastewater lines y A (forcemains/ gravity lines), pump stations, manholes, wells, and fire hydrants. 10 Years All exhibits area color coded by size,material,and use. Education GIS Analyst for the Stormwater Management Division for Pasco County Associate of Science,Computer FL - As GIS Analyst for Pasco County's Stormwater Management Division Drafting and Design,2007 duties included inventorying all stormwater structures (Pipes, Drop ITT Technical Institute Structures, End Structures, Open Channels, Weirs, Etc.) within the county ESRI-Arc Desktop I,2008 and surveyed the hydraulic elevations (with sub centimeter accuracy) of all the pipe inverts, complete structural and functional assessments, and oversaw survey crew members. Hickory Hill, Hernando County, FL - Provided all graphical and GIS support for the master planning and development of an environmentally sensitive 2,700 acre Development of Regional Impact (DRI). Prepared GIS data mapping and analysis of land use cover data, wildlife locations and collected field data to aid in the planning and design of a surface water modeling and management plan and a comprehensive environmental management plan for the entire 2,700 acres. South Central Reuse Augmentation, Pasco, Polk, and Hillsborough Counties, FL - Performed buffering and querying of existing SWFWMD water use data to be used for potential water sources in Pasco, Polk, and Hillsborough Counties. King Engineering Associates,Inc. 224 MIAMIBEACH„. Amber Ahles Environmental G E I x Hi”'^ivn A 0. O Nen ie),1 Ms. Ahles is familiar with environmental regulations in Massachusetts and New N Hampshire and has worked on projects with direct regulatory oversight by the U.S. Environmental Protection Agency (EPA), and state and local agencies. She has performed and supervised field activities including environmental overburden and bedrock drilling, monitoring well installation, underground storage tank (UST) removal, and sampling of soil, sediment, groundwater, surface water, and Years of Industry Experience indoor air. She also has experience in field construction oversight, contractor 13 Years coordination, and American Society for Testing and Material (ASTM)/Due Diligence Site Assessments for real estate development and pre-construction evaluation.). Education B.S.,Civil Engineering, Worcester Project Experience Polytechnic Institute Salem Former MGP, National Grid-Mass Electric Co, Salem, MA. Supervised excavation activities for security improvements at this former MGP site, which is currently occupied by a liquefied natural gas storage facility. Supervised several contractors during excavations associated with a guard booth and additional fencing. Responsible for preparing daily observation reports to document observations. Phase III and IV, RAO-C, ROS, Former MGP Property, National Grid-Mass Electric Co, Spencer, MA. Prepared a revised MCP Phase III RAP for this former MGP property. The original RAP resulted in the conclusion that a Class C RAO (Temporary Solution) was appropriate for the Site; the revised RAP incorporated regulatory changes and addressed the remaining potential future risks at the site. Remedial Design 620 Washington Street,Winchester Hospital,Winchester,MA. Prepared an MCP Phase II CSA and Phase III RAP and remedial design for a former industrial facility that will be redeveloped for use as medical offices and outpatient services. The primary contaminants are metals and petroleum. Investigations included the installation of additional borings and deep wells to establish the extent of metals contamination. Remediation will be performed as part of construction of the new buildings.Assisted in public involvement plan(PIP)activities for the site. Site Investigation and Remedial Action Plan, Lower Liberty Hill Road Site, KeySpan Energy Delivery, Gilford, NH. Provided hydrogeological subsurface investigations at a former gravel pit, where coal tar waste from a former MGP was disposed. Coordinated subcontractor activities, observed the advancement of overburden and bedrock borings using rotosonic methods, observed the installation of monitoring wells, and performed chemical testing of soil and groundwater to determine the nature and extent of contamination. Classified soil and collected environmental samples. Responsible for preparing daily observation reports to document observations. Prepared subsequent data reports and the Phase III Remedial Action Plan (RAP) for the state regulatory agency. Served as field manager for groundwater, drinking water, and surface water sampling, and coordinated sampling activities with local residents and subcontractors. Site Investigations at Former MGP, Groundwater Monitoring and Remedial Design at Concord Pond,National Grid,Concord, NH. Gauged monitoring wells for parameters including depth to groundwater, depth to bottom of well, or depth to product,and removed product if necessary. King Engineering Associates,Inc. 225 trA MIAMIBEACH Mark J. Gladbach Designer�T /CAD K/CA .NG+SIEEaRAGASSOC.IES,A1C: $*'41ps *1: ),enievs, Mr. Gladbach has 23ears of experience as CAD Designer for water and wastewater Y P g utility systems. Many of the designs he has developed have been for master planning of water, wastewater and reuse systems. He manages King's water/wastewater design technicians and oversees the production of drawings from concept to final design using the latest AutoCAD design software. Project t Experience Key Qualifications • CAD desi for count wide water Pasco County Water, Wastewater and Reuse Master Plans — Development y layouts, including pipeline corridor/routes, pump stations locations, and wastewater and reclaimed water master plans and CIP development connections to treatment facilities. • Design/drawing production of Northwest Florida Water Management District, Florida Panhandle - water,wastewater and reuse Designer for the planning and design services for the interconnection of the transmission,collection,and Florida Panhandle's 18 utility systems for water supply reliability for shortages, distribution natural disasters and system failures. • CAD Design and other related Miami-Dade Water and Sewer Department — Life Cycle Cost Comparison services for MDWASD Pump (LCCC) of alternate triplex wastewater pumping station configurations for the Station Improvement Program Relocation of Pump Station 62, Miami-Dade County, FL — Assistant Project Projects Manager and Designer responsible for the CAD production and site design layout • Desi n/drawin production of exhibits to show comparisons between a conventional wet pit/dry pit pump station g g treatment facility structures and to a triplex submersible type station. process site arrangements Miami-Dade Water and Sewer Department — Pump Station Improvement • Coordination/compilation of Program, Miami-Dade County, FL — Assistant Project Manager and Designer subsconsultants drawings(i.e. responsible for all CAD production and site design layout for each pump station electrical,structural etc.) into site. The project involved the removal and replacement or refurbishment of many conceptual and final design plans sewage pump stations throughout the Miami-Dade County service area. Tasks included coordinating with multiple sub-consultants and the client to produce Years of Industry Experience complete pump station drawings. The program also encompassed multiple 23 Years sanitary force main projects. Responsible for the coordination of pipe alignment and connection details to existing force main systems. Education Coastal Water Systems Interconnect Project, Northwest Florida Water AS Platte College Management District, Pensacola, FL - Assistant Project Manager responsible for the conceptual design and collection of the coastal water systems from Gulf Breeze, FL southeasterly along the Florida coast to the City of Port St. Joe, FL. The project involved the collection of all water system mapping and modeling from the various water systems and coordinating interconnect locations. This was necessary to identify areas where the existing systems needed improved interconnects,in order to provide a reliable looped system in the event of a natural disaster. Miami-Dade Water and Sewer Department—Basis of Design Report for the Relocation of Pump Station 62, Miami-Dade County, FL. — Assistant Project Manager and Designer responsible for the CAD production and site design layout exhibits for the new pump station site and the redesign of the existing gravity sewer system to flow toward the new pump station. The new gravity system and discharge force main was designed to connect to the existing systems. King Engineering Associates,Inc. 226 MIAMIBEACH Project Experience Continued 48- & 36-Inch Water Main interconnect for the Miami Central East Area — Miami-Dade Water and Sewer Department, Dade County,Fl.-Assistant Project Manager,Designer and CAD Technician for the design of 3,000 LF of 36-inch water transmission main in downtown Miami in the heavily congested area along NE 5th Street, between NW 1"Avenue and Biscayne Blvd. As well as a 48-inch water main along NW 1"Place, NW 12th Street, NW 1"Avenue, between NW 17th Street and NE 8th Street. This project involved utility coordination for horizontal design only. Installation of 48 Inch DIP Water Main in the Vicinity of"All Aboard Florida" Passenger Station— Miami- Dade Water and Sewer Department—Assistant Project Manager, Designer and CAD Technician for the design of 1,000 LF of 48-inch water transmission main in downtown Miami in a heavily congested area along NW 1"Avenue between NW 5th Street and NW 8th Street. The project was "Fast-Tracked" due to the "All Aboard Florida" Train Station already in construction. Responsibilities involved utility coordination, permitting, sub-consultant coordination, and evaluations with micro tunnel contractors as-well-as coordinating with the "All Aboard Florida" team. Installation of 8 inch Ductile Iron Water Main in SW 152w'Ave. and SW 157th Ave. Between SW 288th Street & SW 297th Street (Phase 1) — Miami-Dade Water and Sewer Department, Dade County, FL — Assistant Project Manager for the design and review of approximately 13,000 LF 8-inch water main replacement & 225 residential meter replacements within the city streets of Leisure, Florida. Project involved survey and existing utility coordination along each street,designing around many drainage and misc. utility appurtenances. WWTP Piping Replacement Phase 2 Project, Punta Gorda, FL — Assistant Project Manager and Designer responsible for a new splitter box design and the replacement of the existing piping which included the installation of temporary by-pass piping to keep the plant in-service while the new construction was being erected. Several options were evaluated, 1) Two splitter boxes, one for raw sewage,one for mixed liquor with all new piping. 2) Replace the existing piping "In-Kind" and 3) Single central splitter box and replacement with all new piping. Created construction sequencing for each scenario for the"Basis of Design Report". Kenneth City Force Main, Pinellas County, FL - Assistant Project Manager for a project that evolved from the Rehabilitation of Sewer District and Pump Station #114 (Kenneth City) project. Responsible for the design and quality control of an approximately 3,100 LF of 8-inch sanitary sewer force through a residential neighborhood in Kenneth City. Performed extensive coordination efforts with the Pinellas County Roadway division for roadway and stormwater improvements along the route as well as the City of St. Petersburg and Pinellas County Water Departments to avoid utility conflicts. Central Pasco Master Pump Stations and Pipeline Project,Pasco County,FL-Senior Designer for the design of a sanitary sewer booster station and 6,200 LF of new force main to handle increased flows due to development along Collier Parkway. This project also included the design of a master pump station to serve Central Pasco County at Sunlake Boulevard within the Ledantec subdivision. The master pump station was designed for a capacity of 3 MGD, expandable to 6 MGD in the future. Design included route coordination with Pasco County Utilities,Verizon telephone,Withlacoochee River Electric Company,and other applicable utilities. 13th Avenue to 9th Avenue N. Water Main Replacement Project, Safety Harbor, FL-Assistant Project Manager for the design and production of approximately 2,000 LF 12- inch water main to replace an aging 50 year old cast iron water main. Project involved the installation of the new water main through an existing railroad casing and navigating between buildings and through a quaint older neighborhood taking into account community sensitivity, permitting with CSX Railroad and Pinellas County right-of-way. South Green Springs Water Main Replacement Project, Safety Harbor, FL — Assistant Project Manager and designer for 8,000 LF of replacement water mains and service connections to existing meters in an existing residential neighborhood. King Engineering Associates,Inc. 227 MIAMIBEACH Intracoastal Waterway Force Main Replacement Project,Venice,FL—Assistant Project Manager for the design, permitting, and construction of 1,300 LF of 16-inch HDPE installed below the Intracoastal Waterway via horizontal directional drill (HDD). Responsibilities included over-seeing the design and permitting portions of the project. Rehabilitation of Lift Station #33 and #42, Clearwater, FL — Assistant Project Manager and Designer for the design and permitting of the improvements to these two sanitary sewage pump stations in Clearwater Florida. Lift Station #33 involves bypass pumping to allow the complete demolition of an existing below-grade, "canned-type" 250 gpm duplex station and its replacement with a new submersible station located in a tidal wetlands setting. Lift Station #42 involves bypass pumping, structure rehabilitation, and equipment replacement for a 3,400 gpm triplex submersible pump station. Galvanized Water Main Replacement Project, Pinellas County, FL— Senior Designer for design improvements for the replacement of ±147,000 LF of 2-inch galvanized pipe with PVC and HDPE pipe. Design included coordinating with existing utilities, coordinating fire protection needs, and creating water main loops to improve water quality and pressures needs. Central Pasco Water System Improvements-WTM (County Line Road to Curley Road),Pasco County, FL— Senior Designer for ±80,000 LF of 36-inch potable water transmission main and various sanitary force main between County Line Road and SR 54. Design included property coordination for easements, coordinating between engineering consultants for widening at Pasco C.R. 581, Hillsborough CR 581, SR 54, private property developers, and Tampa Bay Water Authority. Organized all permitting requirements for applicable agencies and manage technical support to complete the project. West Central Reuse Interconnect, Pasco County, FL - Senior Designer for the design of two 5 MGD reclaimed water pumping stations, including vertical turbine pump stations, 5 MG and 2.3 MG ground storage tanks, hydropneumatic systems, electrical buildings, and sitework at the Odessa Wastewater Treatment Plant and the Land O'Lakes Wastewater Treatment Plant for the Pasco County Utilities Department. Services also included the design of approximately 63,800 LF of 24-inch reclaimed water main interconnecting the two pump stations, 44,000 LF of 24-inch potable water main; and 4,400 LF of 12-inch, 20,000 LF of 16-inch, and 9,000 LF of 20-inch sanitary force main. North-Central Pasco Reclaimed Main & Force Main, Pasco County, FL — Assistant Project Manager for the planning and design of approximately 9 miles each of 36-inch reclaimed water main, and 16-inch force main and serving the north-central area of Pasco County, including the planned Talavera community and surrounding developments. The installation included directional drills under the Suncoast Parkway and wetlands,jack and bores under a railway easement, and installation of re-pump and booster pump stations. Additional coordination between various property owners to acquire easements for the pipeline route was required. Class A Facilities, Philadelphia Renewable Bio-Fuels, LLC, Philadelphia, PA — Assistant Project Manager responsible for the design and coordination between multiple subconsultants for the addition of a residuals pelletizer at the Philadelphia Bio-Solids Recycling Facility. This project involved the use of digester gas as a fuel supplement to natural gas and fuel oil to power the dual process trains. Responsibilities included coordination between five design consultants for the engineering of a 250 dry ton per day bio-solids pelletizer,dual process trains,and new bio- solids receiving facility. Peace River Regional Integrated Loop System, Phase 2, Peace River Manasota Regional Water Supply Authority,FL—Assistant Project Manager for the planning,conceptual design,detailed design,utility coordination, and permitting of approximately 38,000 LF of 42-inch water transmission main. Included with the project was the design and planning of an additional meter station to the City of North Port. The project involved new interconnects with the existing 36-inch PCCP transmission main to improved service between the Peace River / Manasota Regional Water Supply Authority,the City of North Port,Desoto County and Charlotte County water systems. King Engineering Associates,Inc. 228 MIA1MJ BEACH Alicia Gonzalez M R G Roc, GrFr ' Media Relations Mrs. Gonzalez is a public relations professional specializing in public involvement programs for infrastructure projects. She has served as a Principal of Media Relations Group, LLC,since its inception in 1999,and currently serves as the Project Manager for MRG's City of Miami Beach projects. She has successfully executed campaigns for the City, Florida Department of Key Qualifications Transportation (Districts Four and Six), Miami-Dade Expressway Authority (MDX) and Florida's Turnpike Enterprise at all phases including Project • 22 years of public Development and Environment .(PD&E), Design, Design-Build and involvement experience, Construction. As a highly-experienced team member, Mrs. Gonzalez will also specifically with serve as valuable Quality Assurance/Quality Control resource and Project transportation projects in Miami-Dade Count Manager that can review all collaterals and project documents while guiding the y project as it evolves from phase to phase and through major milestones. • Expertise with media placement in local,national Project Experience and international press for multiple local and statewide City of Miami Beach Public Information Services Right of Way and clients Facilities Construction Contract, Miami-Dade County, Florida — As part of • Information Officer its Capital Improvement Program (CIP), MRG was contracted by the City of Public Info at worked closel with the Miami Beach to provide public information services on the Right of Way and y WASD Public Affairs and Facilities Construction contract, which involves more than 200 CIP projects. Government Relations Mrs. Gonzalez oversees MRG staff responsible for the day-today activities on Department to build a strategy this contract including effectively communicating construction information to the for educating the community residents of Miami Beach. She also provides QA/QC services on all collaterals Countywide on need for produced by MRG. wastewater to be recycled City of Miami Beach Sunset Islands 3 & 4 Neighborhood Improvement • Bilingual(English/Spanish) Project, Miami-Dade County, Florida — The City of Miami Beach Office of Capital Improvement Projects (CIP) and a local Design/Build Firm began the Years of Industry Experience design of Sunset Islands 3 and 4 Neighborhood Improvements Project in January 25 Years 2015. This project involves infrastructure and roadway improvements. Mrs. Gonzalez is the Public Involvement Manager on this contract who oversees MRG staff responsible for the coordination of all public involvement outreach Education efforts. Bachelor of Science, Telecommunications, University of Florida, 1992 City of Miami Beach SR 907/Alton Road from South of 43 Street to East of Allison Road, Miami-Dade County, Florida — This roadway reconstruction project runs along SR 907/ Alton Road from 43 Street to East of Allison Road. The numerous design activities include roadway reconstruction, drainage, upgrading bicycle facilities and sidewalks, American with Disabilities Act (ADA) Compliance, installing lighting, signing and pavement markings, upgrading signalization and landscaping design. MRG serves as Public Involvement Consultant on this contract and all public outreach efforts are being led by Alicia Gonzalez, including the design and development of a project fact and coordination and distribution of project advisories. King Engineering Associates,Inc. 229 MAIV,IBEACH Project Experience Conntinued. City of Miami Beach, Capital Improvements Department, City of Miami Beach South Pointe Park Landscape Rehabilitation Project, Miami-Dade, Florida — As the Public Information Manager for this project, Mrs. Gonzalez oversaw the communication of construction information to the residents of the South Pointe neighborhood in the City of Miami Beach. Mrs. Gonzalez also provided QA/QC services on all written project materials including a fact sheet,construction advisories,e-blasts and bi-weekly updates. MDWASD Palmetto Bay Water and Sewer Improvements, Miami-Dade County, Florida — Public Information Officer for this project responsible for attending meetings with elected officials and leaders to resolve concerns on schedule and impacts to the community. Also prepared the project fact sheet and led public information efforts during final design and construction of these improvements. Miami-Dade County Water and Sewer Department (MDWASD) Norris Cut Utility Relocation Project, Miami-Dade County, Florida—Head of public involvement for this design-build project which consists of the replacement of the existing 54-inch sanitary sewer force main with a 60-inch force main. The new pipe will run underneath Norris Cut between Fisher Island and the Miami-Dade Water and Sewer Department's Central District Wastewater Treatment Plant located on Virginia Key in the City of Miami. She oversaw the preparation of a fact sheet for the project's Kick-Off meeting and continues to be the day to day public information contact. MDWASD Government Cut Utility Relocations Projects Design Build, CMIT, Miami-Dade County, Florida — Led the public involvement for all these projects as a Department liaison to project managers. Attended all progress meetings and worked daily on public involvement strategies and notifications as necessary. Prepared a Community Awareness Plan (CAP) and fact sheet for the project. Also worked with the Department on the Emergency 60-inch Force Main Installation project in the City of Miami Beach. Attended several City of Miami Beach and other key stakeholder meetings. Also coordinated and executed a community meeting and reviewed and finalized project fact sheets and display boards. Serve as the day to day public information contact until completion of the Emergency Contract. Project. MDWASD South District Water Reclamation Facility, Miami-Dade County, Florida Public Information Officer, worked closely with the WASD Public Affairs and Government Relations Department to build a strategy for educating the community Countywide on need for wastewater to be recycled for groundwater replenishment as part of the 20 Year Water Use Permit. Assisted the Department in determining the different phases of outreach. Worked with the Department on the presentation of the communications plan to management and eventually the Miami-Dade County Commission Government Operations and Environment Committee. MDWASD 72 inch Raw Water Main from Royal Poinciana Boulevard and Heron Avenue to NW 72"d Avenue and NW 58th Street Miami-Dade County, Florida — Public Information Officer for this project responsible for attending meetings with the Department to determine needs for the project and coordination with other ongoing projects in the area. Met with the Miami Springs School Principal, a key stakeholder, to achieve coordination. Also attended several Miami Springs City Council meetings with MDWASD, and provided fact sheets. Miami-Dade County Public Works/Flagler Codina Development Group SW 127th Avenue Design/Build from NW 12th Street to SW 6th Street Miami-Dade County, Florida—Public Involvement Manager for this construction project responsible for the coordination of all Public Involvement activities. Worked closely with the office of Miami-Dade County Commissioner Jose "Pepe" Diaz as well as with the homeowners to communicate construction activities and mitigate problems associated with these activities. King Engineering Associates,Inc. 230 MIAMIBEACH Chanta Sengaroun • Designer/CAD King b" �\\\ E14CiNEER.GAeSSCCIAIES. xk�Xa/a NqN£` 44' erview 5.``,41 ,A;, 9Y;._ SNS Mr. Sengaroun is a CAD Designer with 14 years of experience with many " 4,4) software packages including AutoCAD Civil 3D, and Autodesk Land Desktop. He has been involved with the creation of various project plans for master planning, route planning, and design of new and rehabilitation and/or replacement and improvements to utility systems, including water mains, force main lift stations,booster pump stations and treatment facilities. Key Qualifications Project Experience • 14 years of experience producing CAD drawings for local Miami-Dade Water and Sewer Department— Pump Station Improvement government utilities Program,Miami-Dade County, FL—CAD designer for site design layout for each pump station site. The Program involved the removal and replacement or • CAD designer for various water refurbishment of many sewage pump stations throughout the Miami-Dade and sewer collection and County service area. transmission systems from small mains to 42-inch Miami-Dade Water and Sewer Department — Basis of Design Report for • Oen cut subaqueous HDD design the Relocation of Pump Station 62, Miami-Dade County, FL — CAD experience through urban and rural Open a g designer for site design layout exhibits for the new pump station site and the areas redesign of the existing gravity sewer system to flow toward the new pump station. The new gravity system and discharge force main was designed to connect to the existing systems. Years of Industry Experience 14 Years North Potable Water Booster Pump Station and Logan Potable Water Booster Pump Station, Pinellas County, FL - CAD designer for the Education replacement of four (4) existing booster pumps with new 25 MGD, 500 HP Associates of Science,CAD, 1997 each (total of 100 MGD) horizontal split case pumps, installation of 60-inch, ITT Technical Institute 48-inch, 42-inch, and 36-inch ductile iron yard piping and valves at the North Potable Water Booster Pump Station. For the Logan Potable Water Booster Pump Station - designer for the installation of a new 3,200 sq. ft. building to house the new pump station and new electrical room, four (4) new 7.5 MGD, 250 HP each horizontal split case pumps with 12-pusle variable frequency drives (VFD), installation of a new 1,500 kW standby diesel generator set,installation of 36-inch,24-inch,and 18-inch yard piping and valves. Intracoastal Waterway Force Main Replacement Project, Venice, FL— CAD designer for this project that included 1,300 LF of 16-inch HDPE below the Intracoastal Waterway via horizontal directional drill(HDD). FDOT Gateway Express Utility Relocations Design Criteria Packages Largo, FL and Pinellas Park-CAD designer for the DCP which includes the installation of: • 1,200 LF of sanitary sewer; 2,650 LF of 2-6-inch force mains; 2, 200 LF of 8-12-inch force mains, 1,000 LF 2-6-inch potable water mains; and 11,350 LF of 8-16-inch water mains for the City of Pinellas Park. • 6,600 LF of 20-inch reclaimed water mains and 30-inch treated effluent disposal line for the City of Largo. The 30-inch effluent line will be increased to 42-inch as part of the construction. King Engineering Associates,Inc. 231 f MIAMIBEACH Project Experience Continued Causeway Forcemain and Watermain Replacement, Dunedin, FL- CAD designer on this project that included ±9,500 LF of 8-inch HDPE force main, ±7,500 LF of 14-inch HDPE force main, ±2,300 LF of 18-inch PVC water main and 3,500 LF of 10-inch force main installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill. Peace River Regional Integrated Loop System, Phase 2, Peace River Manasota Regional Water Supply Authority—CAD designer for Phase 2 of the Authority's Regional Integrated Loop System that included 7 miles of 42-inch regional transmission main including new meter stations. Bahia Vista Water Main Replacement, Sarasota, FL — CAD Designer for the replacement of ±2,600 LF of existing watermain with 12-inch PVC pipe on Bahia Vista St. from Orange Ave. to US 41. Project also includes new 2-inch water service lines with meter boxes to existing meters and replacement of fire hydrant assemblies. Sanitary Sewer Expansion, Phase III,Tarpon Springs,FL—CAD Designer for the construction of a new gravity sewer system that will extend the City's sanitary sewer system into the neighborhood just east of U.S. 19 and south of East Tarpon Avenue and includes approximately 5,000 LF of gravity sewer and 16 manholes. Peace River Manasota Regional Water Supply Authority Regional Loop System Phase 1,Charlotte County& DeSoto County, FL — CAD Designer for ±6.3 miles of a minimum 24" potable water main delivering regional finished water from the Authority's Peace River Facility (PRF) to the City of Punta Gorda to provide the City with the capability to reduce elevated levels of TDS in the City's water supply for compliance with secondary drinking water standards. Redundant Force Main from P.S. 16 to South Cross Bayou Water Reclamation Facility,Pinellas County,FL— CAD Designer for the replacement of 18,533 LF of 36-inch force main and 17,952 LF of 20-inch force main from PS-016 and Park Blvd. to South Cross Bayou Water Reclamation Facility. Peace River Water Authority Regional Integrated Loop System Phase 3B, Sarasota County, FL — CAD Designer for±4 miles of 48-inch potable water transmission mains,meter assemblies and a storage tank and re-pump station. Green Springs Water Main Replacement, Safety Harbor, FL- CAD designer for the installation of 7,800 LF of water distribution main and reconnection of water services. 13th Ave. N to 9th Ave. N Water Main Replacement, Safety Harbor, FL-CAD designer for the installation of 2,200 LF of water distribution main installation and reconnection of water services. Memorial Causeway Subaqueous Pipeline,Clearwater,FL-CAD designer for the installation of 160 LF 24-inch force main,2400 LF 24-inch replacement force main, 1400 LF 20-inch watermain and 730 LF 20-inch watermain by open cut and horizontal directional drill methods. Pebble Creek Repump Station and Force Main, Hillsborough County, FL - CAD designer for the creation of base plan,profile and section sheets. CR 193 and Grove Circle Sanitary Sewer, Clearwater, FL-CAD designer for the installation of 6,000 LF of 8- inch gravity sewer main, manholes and abandonment of 75+ individual septic systems in existing residential neighborhoods. King Engineering Associates,Inc. 232 m MIAMIBEACH Frank Paul Designer/CAD \\;\ King ENGINEERNG ASSCC:R+E:S.* erviesv Mr. Paul has 15 years of CAD experience. During these years he has been providing CAD support for various project types including utility projects for local governments. Mr. Paul is proficient in various CAD software applications which include AutoCAD Land Development Desktop and AutoCAD Civil 3D. Key Qualifications Projed Experience Miami-Dade Water and Sewer Department— Basis of Design Report for • 15 years of experience producing the Relocation of Pump Station 62, Miami-Dade County, FL — CAD utility CAD drawings designer for site design layout exhibits for the new pump station site and the • CAD designof lar e and small redesign of the existing gravity sewer system to flow toward the new pump g i elines and treatment station. The new gravity system and discharge force main will be designed to pipelines,pumping P g facilities. connect to the existing systems. • CAD design for pipeline Miami-Dade Water and Sewer Department — Pump Station installations utilizing micro- Improvement Program, Miami-Dade County, FL—CAD designer for site tunneling,horizontal drilling and design layout for each pump station site. The Program involved the removal jack&bore and replacement or refurbishment of many sewage pump stations throughout the Miami-Dade County service area. • Strong understanding of project drawings and technical specs Shady Hills Wastewater Treatment Facility Expansion, Pasco County, FL—CAD designer for the design of a 3.5 mgd conventional activated sludge facility with dentrification and AWT capabilities. Years of Industry Experience 15 Years Largo Wet Weather Force Main and Monitoring System, Largo, FL - CAD designer for the project that included the construction of±7 miles of replacement 8-inch to 16-inch wastewater force mains, 5 miles of new 20- inch to 30-inch force main, upgrades to 6 wastewater pump stations and remote monitoring and control equipment. Causeway Forcemain and Watermain Replacement, Dunedin, FL -CAD designer on this project that included±9,500 LF of 8-inch HDPE force main, ±7,500 LF of 14-inch HDPE force main, ±2,300 LF of 18-inch PVC water main and 3,500 LF of 10-inch force main installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill. Galvanized Water Main Replacement Program, Pinellas County, FL - CAD designer for 45 miles of replacement water mains for Pinellas County. North Pinellas Reclaimed Water Distribution System, Phase 3A and 3B, Pinellas County, FL -CAD designer for 22 miles(115,714 lf) of residential reclaimed water distribution mains serving 2,000 residents. Improvements included piping, valves, blow-offs, service lines, service boxes, master meters,and appurtenances to service each parcel of property. Lift Station 15 Force Main Replacement,Dunedin, FL-CAD designer for the replacement of an existing±6,700 LF 16-inch force main. King Engineering Associates,Inc. 233 MIAMIBEACH Orlando Serrano, Jr.ection Construction Obse ry ati n o /Ins p Ki ON en ie .4' yearsof experience in field and Mr. Serrano is a successful manager with 31 p office management,staff recruitment, training, and supervision. He provided Program Construction Management services for Pinellas County's South Cross Bayou Reclaimed Water (SCBWRF) Capital Improvement Program, a $140 million program increase the WRF from 11 MGD to 32 MGD. Key Qualifications Project Experience • Experienced Program Construction South Cross Bayou/Reclaimed Water Capital Improvements Program, Manager for CIP County-wide Pinellas County, FL- The County was under a consent order to discontinue Wastewater Treatment Program wastewater discharge into Joe's Creek/South Cross Bayou and discharge of • 1 Delivery secondary effluent into deep ground well injection atinvolved South Cross Bayou Design Build/Traditiona Water Reclamation Facility. To comply, initial projects the design Method and construction of reclaimed mains and supporting facilities, i.e. master and • pipeline e construction-8 booster pump stations and treatment facilities, for the distribution of miles underground and bridge reclaimed water for irrigation to residential/commercial properties. After the supported infrastructure was in place, the County performed a number of upgrades/improvements to the South Cross WRF increasing capacity of the • Construction Field Representative facility from 11 MGD to 32 MGD. The total cost of the entire program for subaqueous and microtunneling improvements was an estimated$140 million. pipeline installation Mr. Serrano was the Program Construction Manager for the County's • V.E. Evaluation program projects listed below. For the below projects, he performed site/plant Contract Management, Contract Compliance services and Quality • QA/QC Program Assurance for construction duties. • Scheduling • South Cross Bayou WRF Phase IIB • Claims Analysis • South Cross Bayou WRF Phase IIB Egg-Shaped Digesters • Old Ridge Road RCW Distribution Line • South Gulf Beaches RCW Distribution Years of Industry Experience • McKay Creek RCW Pump Station 31 Years • McKay Creek WTF Demolition Plan • West Pinellas FM&RCW Pipelines Education PumpStation 016 A.S. Engineering Technology, 1987, • ITT Institute of Technology • Oakhurst Road FM&RCW Pipelines • Boca Ciega Lift Station. Upgrades • William E. Dunn Water Reclamation Facilities Improvements Phase I, II,and III US 301 Force Main(Valencia Lakes to SR 674)Hillsborough County,FL - Senior Field Representative for installation of a new 30-inch force main. The project included the installation of 1.5 miles of PVC and DIP 30-inch force main, 150 LF of 48-inch jack and bore casing under US 301, 2100 LF of 30-inch FPVC horizontal directional drill under wetlands and connects to existing utilities. Responsibilities included involvement in every aspect of the project — coordination between the County's, FDOT representatives and the contractor, quality control and review, and general management of Kin En ineerin Associates,enc. project,budget and schedule. The project was completed±2 months al d of 9 9 9 schedule. 6.4 MIAMIBEACH Project Experience Continued Peace River WTF,FL-Responsible for providing overall project management duties,created shutdown and connection plans,coordination with FDEP,pay application,RFI, submittals,procurements,purchase orders and subcontracts,and documentation control. Created project approach and scheduling.Scope included construction of structures(filter tanks),major equipment package,large diameter pipes and chemical systems South Cross Bayou Bridge Crossing, Pinellas County, FL - Responsible for management of QA and field inspection program. Scope of work included eight miles of buried and bridge supported pipe installation, management of contaminated soils removal and replacement, coordination of work between F.D.O.T. and Pinellas County. Multiple Pinellas County Utilities Projects, FL - Construction Manager for various projects including a new wastewater treatment facility, new digester facilities, new distribution pipeline projects, off-site pump stations, new collection systems, and a second water reclamation facility retrofit with new headwork, new public educational center and clarifiers. Iraq Infrastructure Reconstruction Project/Rural Water Project for the US Agency for International Development - Responsible for design recommendation, selection of equipment, process layout and generation of contract documents, Basis of Design, Basis of Quantities and cost estimates. This project was for the design and construction of multiple ground and surface water treatment facilities throughout the country of Iraq. Lead Infrastructure Advisor and Cost Estimator: Sans Souci Port Revitalization, Dominican Republic - Responsible for infrastructure analysis and recommendation, coordination of costal engineering and cost estimating. Scope of work included a feasibility study to determine financial and technical viability of major project components along with concept plan validation for the revitalization of the Colonial City in Santo Domingo. City of Clearwater Northeast WRF Clarifiers 1—4 Rehabilitation, FL - Senior Field Representative for clarifier rehabilitation at the Northeast WRF. The project includes improvement to existing Secondary Clarifiers 1 — 4 and upgrades to the North Pump House. Work elements includes removal and replacement of clarifier mechanism, new RAS & WAS pumps, upgrade to the HMI along with electrical upgrades that include new VFD, MCC and LPs. Responsibilities include involvement in every aspect of the project—coordination between the City's representatives and the contractor, submittal review, claims and change order analysis, start-up and instrumentation coordination, scheduled review,documentation control and record drawing management,quality control and general monitoring of project,budget and schedule. Marshall Street WRF Rapid Sand Filter Rehabilitation, Clearwater, FL - Senior Field Representative for the complete rehabilitation of 12 existing filters serving the 12 MGD Marshall Street Pollution Control Facility. Project included replacement of the filter underdrains,media and other components,replacement of the 4 flow and backwash control valves serving each filter, and replacement of the control system and mud well pump upgrades. Responsibilities included coordination between City and contractor, cost estimation, quality control and review, and general management of project,budget and schedule. South Cross Bayou Water Reclamation Facility Sludge Thickening Improvements Project, Pinellas County, FL — Senior Field Representative for the improvements to the sludge holding, thickening, and receiving processes. The project included improvements to existing sludge holding tanks for blending and mixing of primary and secondary sludges, a new thickening building to house three (3) rotary drum thickeners and rotary lobe discharge pumps, a new truck receiving station to receive dewatered sludge cake from off-site and mix it with thickened sludge,and three(3)odor control scrubbers located throughout the plant. King Engineering Associates,Inc. 235 iffil MIAMIBEACH t ri' Brett Meyer ,q.,: ii Construction Observation/Inspection King ‘44 •i,04 ,r ,4 ,.. ti. t, � ON crfrievs, �k ' Brett Meyer has 29 years' experience in field construction .0 .!' '/11‘ observation/management. For 17 years, he has been performing construction ( observation, certification, and completion services for Kings pipeline projects that range from 2-inch to +42-inches in diameter. His years of full- time construction n ction services in the field have given him an abundance of co stru experience in various pipeline installations including open cut and trenchless Ke ualifications technologies, and subaqueous installations as well as exceptional y Q communication and coordination skills with multiple stakeholders. • Experienced in Construction Observation/Owner Field Project Experience Representative for large pipeline projects involving various types of Clarifier Rehabilitation Program, Clearwater, FL — Field Representative installations. for the rehabilitation of 2 (two) clarifiers at the City of Clearwater's East Water Reclamation Facility. The clarifiers were completely gutted and • Experienced in reviewing and outfitted with new internal mechanisms and drives. New Plug Valves providing comments and installed on the Influent, Effluent and Drain lines for the Clarifiers. Services recommendations on shop drawings, includeday applications, schedule review and record drawings review and RFIs and pay applications,startup P and testing and certifications field observation of construction operations. observations Northwest Regional Biosolids Management Facility (BMF) Sludge • Resident Project Representative for Holding Tanks Rehabilitation, Hillsborough County, FL — Field King's wastewater collection Representative for the rehabilitation of the West Sludge Holding Tank. distribution and transmission system Services included field observation, pay application review, materials review projects,including those involving and coordination with the contractor. coordination of multiple contracts Wet Weather Force Main and Pumping System Program Largo, FL — Construction observation for the construction of 75,000 feet of pipeline Years of Industry Experience ranging from 12-inch to 30-inch installed via horizontal direction drill and 29 Years open cut. Education Central Pasco Master Pump Stations and Pipeline Projects, Pasco Bachelor of Science,Mechanical County,FL-Field Representative for construction services for the 2.1 MGD Engineering, 1980 inline triplex Collier Parkway Booster Pump Station and the Sunlake Elmira College,NY Master Pump Station, a 3 mgd submersible triplex pump station that has an ultimate capacity of 11.5 mgd utilizing a dual-wet well triplex pumping system. Construction of the booster station increased the sanitary sewer capacity along Collier Parkway, allowing Pasco County to accommodate the increasing residential growth occurring throughout East/Central Pasco County. Construction observation included overseeing the creation of two large wetland mitigation sites. Project included 7,700 LF of 16-inch PVC force main and 800 LF of 8-inch PVC water main, PVC portions of which were installed by directional drill. Lift Station 15 Force Main Replacement, Dunedin, FL — Field Representative for the construction services for the replacement of an existing 6,700 LF of 16-inch force main. Services included monitoring installation by directional drill,open cut and within FDOT right-of-way. King Engineering Associates,Inc. 236 MIAMIBEACH Project Experience Continued Peace River Regional Integrated Loop System, Phase 2, Peace River Manasota Regional Water Supply Authority - Provided full-time construction observation for this 7-mile, 42-inch ductile iron transmission main including three meter stations, 5 interconnections with existing transmission mains, line valves, air valves and blow- offs. Responsibilities included review, comments and recommendations on shop drawings,RFIs and pay application review, monitor daily construction activities and maintain accurate logs through preparation of daily construction reports, coordination between the Owner and the contractor. Also coordinated and attended inspections and final walkthroughs. Causeway Forcemain and Watermain Replacement, Dunedin, FL—Field Representative for analysis, planning, design and construction of 17,000 LF of 8-, 10-, 14-inch HDPE FM installed via HDD and 8,000 LF of 8-inch to 18- inch PVC water main installed via open cut with 3,500 LF of subaqueous HDD under St.Joseph Sound. The project required the development of demand and flow projections, hydraulic model, analysis of the water and force main systems,system sizing,cost estimating,bidding,award and construction management. West Pasco Reuse System Metering and Controls Project, Pasco County, FL — Field Representative for this project that included the construction of remote isolation valve assemblies and meters installed at±16 locations in the Pasco County Reuse System. The assemblies are controlled by telemetry as a means to monitor and control reclaimed water distribution throughout the County. Provided monitoring and testing for virtual private network for remote control. Pump Stations 15 and 25 Rehabilitation, Clearwater, FL — Field Representative for the rehabilitation of Pump Stations 15 and 25. The project included demolition of an existing building,refurbishment of the existing wet wells, and extension of an 8-inch force main. Southeast Water Treatment System, Pasco County, FL -Field Representative for the construction of±5 miles of potable water main and 3.1 miles of raw watermain, two new wells and a water treatment, storage and high service pumping system. Pipeline installations included 10 horizontal directional drills and 5 jack and bores. Monitored pipe installation and construction of water treatment plant,as well as these services: • Reviewed,provided comments and recommendations on shop drawings,RFIs and pay applications. • Monitored daily construction activities and testing, and maintained accurate logs through preparation of daily construction reports. • Coordinated efforts and conflicts with utility companies. • Coordinated and attended punchlist inspections and final walkthroughs. • Provided start-up observations. Pump Stations 76, 77 & 78, Redington Beach, FL- Field Representative for construction services for three new pump stations constructed in the coastal community of Redington Beach. The existing pump stations were a part of an aging system that deteriorated over time. Pump Station 76 was a 6 ft diameter wetwell refurbished in place, posing difficulties in design due to its location immediately adjacent to the Town Hall building. Pump Station 77 was an existing 6'-diameter station relocated due to its location in a heavily traveled intersection, and Pump Station 78 was upgraded from a duplex to a triplex. Pumps at each station ranged from 5-HP to 15-HP. Galvanized Water Main Replacement Program, Pinellas County, FL — Field Representative responsible for providing full-time site observation for this replacement program, in which King was assigned 11 contracts for replacement of ±45 miles of water mains. The overall program included replacement of over 140 miles of galvanized water mains in existing neighborhoods with new PVC,HDPE and ductile iron water mains, depending on hydraulics and on fire hydrant spacing requirements. Performed full-time construction observation coordinating construction services with five different contractors over a period of 18 months. King Engineering Associates,Inc. 237 MIAMIBEACH Clark C. Lohmiller, RLA • Geographic Information Systems inkinnig ENGINEERNG AsSOC.Y NC , 4 . � ervievv Mr. Lohmiller has 11 years of master planning, landscape design, and rezoning experience with King Engineering. He is highly proficient in the realm of geographical information systems, data management and the preparation of custom databases for entire counties. He applies his planning expertise for the Development of Regional Impacts and subsequent conceptual planning services. Registrations Landscape Architect FL No. Prt►,ee Experience LA6667167 Wiregrass Ranch, Pasco County, FL — Master planning and entitlement management for a 5,100-acre Development of Regional Impact (DRI). He performed site planning for the largest DRI in Tampa Bay, including 14,000 Key Qualifications residential units, 2.2 million square feet of office, 100 bed hospital, 120 room hotel, a community college and 3.2 million square feet of commercial with • Master Planning and Conceptual multi-faceted development team. Project included five school sites, mixed- Planning, including design of use town center, regional retail centers and employment centers, and a layouts for large acreage comprehensive watershed/ecosystem-planning proposal for environmental developments as well as small sensitivity. communities. Peck Sink Preserve — Hernando County, FL — Responsible for review of • Geographic Information System all graphic and GIS data analysis for a stormwater improvement and public (GIS)experience in Imagery education park site located in central Hernando County. GIS services Analysis(Satellite and aerial included: GIS data analysis; imagery and field data in the site inventory. photography),development of Reviewed illustrations, master plan and interpretative educational park graphic exhibits and Database concept for this stormwater improvement project. management Pasco Town Center, Pasco County, FL - Responsible for review of all • Development of graphical and graphical and GIS support for the Development of Regional Impact (DRI) GIS analyses that depict FEMA submittals. Property is a mixed use development in a growing section of and soils graphics Pasco County. (Office,Residential,and Commercial). U.S.301 &Balm Riverview Rd-Prepared general graphics for this roadway Years of Industry Experience project including Flucs,FEMA,and Soils graphics. 1 1 Years Palm River Restoration, Hillsborough County, FL — Responsible for g Y p Education review of all graphic and GIS analysis for this SWIM restoration project, co- B.S., Landscape Architecture,2006 funded by FDOT. Data analysis included mapping of watershed basins, University of Florida easements,parcel boundaries, ownership utilities to facilitate development of conceptual plan targeting numerous stormwater retrofit and habitat restoration projects within a 28 sq mile project area. Fern Hill, Hillsborough County, FL - Master planned the community of ±184 single family lots in preparation of the required rezoning. This service include stormwater layout,roadway and lot layout,amenity center design and layout along with proposed mitigation areas. Southfork Community / Ambleside Tract M, N, 0, P, - Hillsborough County, FL - Master planned the community of 1,200 single family lots in preparation of the required rezoning. This services included stormwater layout, roadway and lot layout, amenity center design and layout along with proposed mitigation areas. King Engineering Associates,Inc. 238 ......., ea MIAMIBEACH Cristina Lacorazza Hydraulic Modeling/Transient Analysis Ki ' ng '.. N erg iev t Ms. Lacorazza's expertise is in the development of hydraulic models and • �', ,\\' transient analysis for master planning purposes and for the design of i pipelines, pump stations and treatment plants. Her expertise includes'#\ `''\ SewerGEMS, SewerCAD,WaterCAD and AutoCAD. Project Experience Key Qualifications Pinellas Park Interceptor Collection System Improvements Hydraulic Modeling, Pinellas County, FL — Engineer responsible for performing the • 8 years'experience in hydraulic modeling of a 2-mile long, 42-inch diameter sewer interceptor to environmental and civil determine the capacity and operation conditions at which surcharging and engineering overflow begins. Assist with the alternatives and recommendations for the GIS and H draulic modelingimprovements explaining the hydraulic model and results in a PER. • Y specialist with experience working University of Florida CampusPotable Water Main Hydraulic Modeling, on government utility systems. yrau Gainesville, FL — Engineer responsible for performing the hydraulic • Experience in water and wastewater modeling of the entire campus using WaterCAD to evaluate the current projects pressure issues and determine the possible cause of and potential solutions to the pressure problems. Responsibilities included coordinating with members of the University's Physical Plant Division to obtain relevant hydrant flow Years of Industry Experience tests in order to simulate and calibrate the campus system model, explaining 8 Years the hydraulic model development process and outlining the model results in a technical memorandum to the University. Computer programs used to Education develop the project were ArcGIS,AutoCAD Civil 3D,and WaterCAD. B.S.,Environmental Engineering, University of Los Andes,2009 J Design-Build for River Oaks Diversion Project,Hillsborough County,FL g g tY — Engineer charged with creating the hydraulic model to assist with the design criteria package for Design-Build of a new 36-inch ductile iron force main that will divert the incoming flow of wastewater that is currently collected and treated at the River Oaks AWTF to the new wastewater pump station,and an approximately 30-inch ductile iron force main that will convey the water from the new pump station and discharge it into the 36-inch connection point. Responsibilities included hydraulic calculations followed by engineering evaluations to size and select equipment for the 24 Million Gallons per Day pump station. Brackish Water Reverse Osmosis Water Treatment Plant, Confidential Client — Engineer responsible for performing a hydraulic model using Bentley WaterCAD to help design the permeate and concentrate system of the water treatment plant. Advanced Wastewater Treatment Facility (AWTF) Clarifier Refurbishment,Tarpon Springs,FL—Engineer assisting with the design of the refurbishment of two clarifiers at the Tarpon Springs AWTF. Services include design, project coordination, cost estimation, review of and recommendations for construction materials, quality assurance, bidding assistance and construction management. Design will include development of a new design of the sludge suction interface at the base of the center column and retrofitting the existing structure to the new scraper design. Services also includes the installation of a permanent dewatering system around both clarifiers, rehabilitation of the internal clarifier equipment and King Engineering Associates,Inc. 239 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I 2.2.1 SUBJECT MATTER EXPERTS ;,x. Summary of Experience & Qualifications of Subject Matter Experts The following table lists our team's subject matter experts for this contract. Following the table are highlights of our key team members' qualifications and experience that led to their assignment. Resumes are located immediately thereafter. KING TEAM SUBJECT MATTER EXPERTS C U C to NC C O O to c �- ,� 0 0 = c a, o c C C = N E C C i tip •v� +�+ o O C Yrs of Professional _ o o �" o _ 0 SI m V c a- ;, a w s o Expert Highest Level of Education - a, •a ' o o 3 U U Exp License in 5 "' u o 3 �, o �, , R ...� .N ani a a a3i J 0 *' cQ v E cC 3 Agustin Maristany,PE MS,Civil Engineering FL#33351 Tom O'Connor,PE 34 BS,Civil Engineering FL#39593 Tom Traina,PE 39 BS,Civil Engineering FL#42871 BS Chris Kuzler,PE Mechanical Eng FL#45532 MS Business Admin. Loc Truong,PE 16 BS,Chemical Engineering FL#65709 Ben Turnage,PE 16 BS,Biological Engineering FL#64055 Patience Anastasio,PE 10 BS,Civil Engineering FL#75402 Philosophy, N/A Sam Merrill,PhD WildDoctorlifeof Conservation Elizabeth Robinson,PE,CG, 28 MS,Community Planning ME#6839;NH#14286; 111111111111111111111111111 MCPD &Develo•ment VT#0100451 Varoujan Hagopian,PE,FASCE 39 BS,Civil Engineering MA#40230 Patrick Massey,PE 10 MS,Environmental TN#0114450 En:ineerin Pericles Stivaros,PhD,PE 30 Doctor of Philosophy,Civil CT#25622;NJ#24GE04849300; En:ineerin: NY#69582•TN#112128 NACE:Certified Corrosion and 1111111111111 Daniel Crabtree BS Civil Engineering Protection Specialist Specialist Certified Senior Corrosion Technologist Pn TechnologisCathodict#14rotectio169;FL BS,Materials Science& Certified Underground& Mike Dammer Engineering Excavation Contractor #CUC1224986;FL Certified Pollutant Storage Contractor #PCC1256914;NACE King Engineering Associates,Inc. 240 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► AGUSTIN MARISTANY, PE - PROJECT MANAGER Mr. Maristany has 38 years of experience in the fields of water, wastewater, 11,„ reuse, and water resources engineering, and has provided those services \\ to numerous south Florida municipalities for over 29 years. Mr. Maristany is experienced with master planning and capital improvement v planning, hydraulic modeling, condition assessments, pipe material selection, pump station design and rehabilitation, micro tunneling, SSES and Ill repairs, pipeline rehabilitation, flood proofing, design/contract documents, design- build criteria professional services, cost estimating, scheduling, permitting, bidding assistance, construction management and inspection, system testing and start-up, development of O&M plans, stakeholder coordination, and public relations. Representative projects include: • NWFWMD Coastal Water Interconnect - Evaluated regional interconnects to increase water supply reliability for 18 coastal utilities, including demand analysis, utility emergency production capacities, minimum interconnect flow reliability targets, hydraulic modeling (H2ONET) of failure scenarios, desktop blending analysis, route analysis, life cycle costs, ROW / easement requirements, utility conflicts, cost estimates, preliminary design (11 miles of 24-inch and 14 miles of 42-inch water mains), operations manual, and final report. • MDWASD Water Main Condition Assessment- Characterized entire water distribution system by pipe diameter, length, age, and material; integrated AWWARF's KANEW model into automated GIS tool to forecast 5-year pipe failures by street block based on pipe age, material, and diameter; and ranked and prioritized street block improvements based on 5- year forecasted failures. • Miami Springs SSES and Repair Recommendations - Provided SSES contractor oversight, video review, defect identification, repair recommendations, prioritization, and cost estimates for system of 46 miles of clay, PVC, and CIPP lined clay gravity pipes ranging from 8-inch to 24-inch in diameter, 925 manholes, and 17 separate wastewater collection basins. • MDWASD 48-inch Water Main Design-Build Criteria Professional. Miami. FL - Design-Build Criteria Professional for the 4,200 feet of 48-inch, 2,300 feet of 36-inch, 200 feet of 30-inch ductile iron pipe, and two micro-tunnels in downtown Miami with very congested traffic, utilities, and multiple concurrent construction projects. King Engineering Associates,Inc. 241 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► THOMAS M. O'CONNOR, PE - PRINCIPAL-IN-CHARGE & QUALITY ASSURANCE / CONTROL Tom O'Connor, PE will be the Principal-in-Charge and provide Quality Assurance for this contract. He brings 34 years of engineering experience with a primary focus on water, wastewater and reclaimed systems. Tom brings hands on experience with the management of projects utilizing various project delivery systems throughout his career including Design / Build; Design / Bid / Build; Design / Build / Own / Operate and Transfer; and Construction Management-at-Risk. • Mr. O'Connor was the Principal-in-Charge for the preparation of updates Pasco County's Potable Water Master Plan, updating the County's Capital Improvement Program for the Sewer, Water, Reclaimed, and Solid Waste Facilities. Engineering services included updating the County's unit prices for construction cost estimates, and updating the planned capital improvements based upon long-term planning reports. • Principal-in-Charge for the development of a Conceptual Wastewater Master Plan to assist in the County's pursuit of consolidating the western service area and in determining the conceptual level requirements for consolidating facilities and transferring the flows to a common west region wastewater treatment plant. ► THOMAS A. TRAINA, PE, ENV SP - MASTER PLANNING LEAD Tom Traina, PE has 39 years of experience in master planning and water and wastewater engineering. Highlights of his career include the following accomplishments. v' • He was the Engineer of Record and Project Manager for updating the Capital Improvement Plan for Pasco County's Water, Sewer and Reclaimed Systems. • Engineer of Record for the Pasco County's Reclaimed Water Master Plan which included a$100 million capital improvements plan for the 20-year planning period. • Engineer of Record for the preparation of an update to the Pasco County Potable Water Master Plan, which included water supply and transmission system planning. • Development of Initial Distribution System Evaluation (IDSE) Model to identify water quality. • Local Experience - For MDWASD, he provided design assistance for Pump Stations #65, #67 #500, and #502 and force main design for Pump Stations #500 and #65, Ph 1 and 2. He has authored reports for the MDWASD regarding reuse alternatives to comply with the Ocean Outfall Legislation. • Responsible for the development of Raw Water Master Plan for Palm Beach County Water Utilities Department. Mr. Traina is an accredited En visionTM Sustainability Professional for infrastructure projects. King Engineering Associates,Inc. 242 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB CHRISTOPHER KUZLER, PE - ENGINEERING DESIGN LEAD Mr. Kuzler has 32 years experience during which time he has served \\; as Project Manager, Engineer of Record and/or Principal-in-Charge for 150+ Government Utilities Capital Improvement Program projects involving water and wastewater distribution and collection, pumping systems and treatment. • Responsible for the initial development of the Pasco County's Reclaimed Water Master Plan. • Project Manager for the development of University of Florida Campus Reclaimed Water System Master Plan which categorizes the campus' irrigation systems, modeling of the reclaimed water system, determination of improvements that will be required to improve service, optimize reclaimed water use and in the Development of a Capital improvements plan and budget for implementation of these projects. • Project Manager responsible for an initial evaluation of the City of Venice's water system to identify locations of galvanized and cast iron pipe, development of a GIS map for planning purposes, and evaluation of various technologies for assessing pipe condition. • Project Manager for the evaluation the City of Largo, (FL) West Sewer Systems and recommendations for constructing new force mains and upgrading each station. • Project Manager for a sanitary sewer hydraulic model to plan for potential sewer system upgrades associated with proposed city of Dunedin's downtown redevelopment. LOC TRUONG, PE - MASTER PLANNING AND DESIGN Mr. Truong brings 16 years engineering experience with expertise in the design and construction of new and rehabilitation of existing pump stations. Uniquely, he is a licensed Professional Engineer and a licensed Ca', Water Treatment Plant Operator, giving him a unique insight in not only design but also the development of capital improvement projects with overall water systems perspective, including their effect on keeping all systems operating while improvements are being made. • Engineer of Record and Project Manager for the design, permitting, and construction of the major modifications, totaling $4 million, to the Pinellas County's 100 MGD North Booster Pump Stations. Similar ser modifications (totaling $4.84 million) for the County's 30 MGD Logan Booster Pump Station which included construction of a new 3,200 sf building. • Project Manager for Subaqueous Pipelines projects including City of Venice's Intracoastal Waterway Force Main Replacement below the Intracoastal Waterway and for the City of Clearwater Memorial Causeway Pipelines 20-inch force main. King Engineering Associates,Inc. 243 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► BEN TURNAGE, PE- CONSTRUCTION SERVICES & DESIGN Ben Turnage, PE has 16 years utilities engineering experience during a �� which he has served as Project Manager, Construction Manager and ' Design Criteria Professional Engineer for a variety of water and \\\\ wastewater distribution, collection and pumping projects. • For the Pasco County Wastewater Master Plan he assisted in the development of a long-term plan to accommodate increasing wastewater service demands. He provided alternatives for various scenarios for wastewater collection consolidation. • Wiregrass Potable, Reclaimed, and Wastewater Master Plans, Pasco County, FL - Project Engineer for the Development of master plans, water, wastewater and reclaimed water for utility infrastructure throughout a planned 5,100-acre community district in Pasco County. • Located in Redington Beach, Florida, a highly congested small beach community, he developed innovative design and construction solutions for the rehabilitation and upgrades to three(3) pump stations. ► PATIENCE ANASTASIO, PE - HYDRAULIC MODELING LEAD . ........ ... ... ............ .... Patience Anastasio, PE brings 10 years' experience in modeling software, i.e. Bentley SewerCAD, SewerGEMS, Bentley Hammer WaterCAD. She has developed hydraulic models for the development of master plans for communities both large and small. She is also responsible for hydraulic modeling for King's utilities engineering projects which include: • Water Distribution - Peace River Manasota Regional Water Authority's Loop System Ph 1 and 3B involving 10 miles of 24&48-inch potable water mains. • Wastewater Collection and Pumping Systems - Hydraulic modeling for 7 miles of force main to analyze multiple surge scenarios for pipe selection and air release valve placement. • Master Planning Wiregrass - Hydraulic modeling for the development of Water, Sewer and Reclaimed Water Master Plans for this 5,100 acre community • Wastewater Treatment Plant - Developed hydraulic calculations to size and select equipment for Florida Governmental Utility Authority WWTP Headworks and major modifications project. King Engineering Associates,Inc. 244 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB SAMUEL MERRILL, PhD - SEA LEVEL RISING / CLIMATE CHANGE SPECIALIST Samuel Merrill, PhD brings 23 years' experience with a primary a, focus on climate adaptation. Dr. Merrill is a recognized leader in next generation approaches to benefit-cost analysis for climate A'` ,�� ; adaptation purposes. He has been the principal force behind development of the COAST approach to benefit-cost analysis for `1 3 sea level rise and storm surge and its implementation in numerous coastal adaptation planning efforts. Dr. Merrill has developed ranking, range of weighting of assets for criticality and sensitivity under various climate scenarios. He utilizes COAST software to evaluate financial implications of candidate engineering designs for various scenarios. He has served as the Principal investigator for use of the COAST modeling software for case studies on the impacts of sea level rise, storm surge and inland riverine flooding has on building and infrastructure and sequencing of risks over a time. Projects he has provided these and other related services for sea level rising / climate change impacts include: • Sea Level Rise Modeling, Vulnerability Analysis and Decision Support, City of South Miami, South Miami, FL- Principal Investigator for three case studies for the City of South Miami, FL • GreenKeys/Islamorada Matters Projects - Principal Investigator for use of the COAST approach to model potential building damages and to assess the benefit cost ratios for various climate change adaptations to protect or relocate buildings in three Florida Keys communities • Sea Level Rise and Storm Surge Vulnerability Assessment Projects, NEIWPCC/NY State Department of Environmental Conservation, Kingston, Piermont, and Catskill, NY. Principal Investigator for use of the COAST tool and approach for evaluating sea level rise and surge adaptation options for three Hudson Valley Cities, in partnership with the New York State Department of Environmental Conservation and Scenic Hudson. • Modeling the economic impacts of sea level rise and storm surge, Portland Society for Architects, Portland, ME. Principal investigator for economic assessment of vulnerability to sea level rise and storm surge on the Commercial Street Waterfront. • Modeling benefits and costs of storm surge and sea level rise adaptation actions, U.S. EPA, Groton, CT. Principal Investigator for an evaluation of relative risk mitigation efficiencies of hurricane barriers, seawalls, and other structural adaptations for the commercial and residential portions of the city. King Engineering Associates,Inc. 245 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ELIZABETH ROBINSON, PE, CG, MCPD - COASTAL RESILIENCY Elizabeth Robinson, PE, CG, MCPD brings 28 years of experience in the fields of civil engineering, hydrology and � geology. Her expertise lies in the areas of surface water and , 9 gY • , ,; ground water hydrology, as well as hydraulic engineering. She has worked extensively with clients to evaluate the effects of flooding and inundation, and the resiliency of structures, systems, processes, and equipment to impacts such as riverine flooding, extreme precipitation, sea level rise, storm surge, and wave run-up. In addition, Ms. Robinson also has experience in coastal engineering in the areas of offshore and nearshore wave generation and propagation analysis, shoreline protection, and coastal zone impacts. She has performed investigations of flood heights, wave climate analysis, and wave run-up and erosion studies. Her project experience includes: • The Cost of Storm Surge and Sea Level Rise, New England - Performed analysis to evaluate the impact of sea level rise and storm surge on vulnerable New England coastal peninsula and associated infrastructure. Work included analysis of historic sea level rise and storm surge data, compilation of FEMA flood mapping and LiDAR data in geographic information system (GIS) spatial data base, inundation mapping of sea level and storm surge for current and future scenarios, and development of economic damage estimates using the Army Corps of Engineers depth damage functions and the Coastal Adaptation to Sea Level Tool (COAST). • Beach Erosion Potential, Lobster Cove, York Sewer District, York, Maine - Evaluated and quantified the potential for shoreline retreat at proposed sewer district pumping station. Analysis included the compilation of maps showing historic shorelines and tide levels, aerial photograph interpretation of shoreline trends over time, seismic refraction survey to assess the top of the bedrock surface and its role in slowing potential shoreline retreat, shoreline mapping to evaluate land cover in the vicinity of the proposed pumping station, and FEMA floodplain map review. Evaluation provided information on the potential rate of landward migration of the top of the beach berm, and provided a basis for Sewer District Officials to make decisions about the proposed pumping station site. King Engineering Associates,Inc. 246 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► VAROUJAN HAGOPIAN, PE, F.ASCE - COASTAL ENGINEERING Varoujan Hagopian, PE, F.ASCE has 39 years' experience in engineering design with a focus on waterfront developments. He �A 8 has managed, designed, permitted value engineered and 4 , 'M „ completed the planning, design and construction of a variety of projects that include mixed-use waterfront developments, parks, Yt marinas, offshore recreational islands, beach nourishment, shoreline and edge stabilization, river and lake engineering, wharfs, piers, canals, sea walls, breakwaters, commuter and ferry boat facilities, cruise ship piers, marinas, and harbor protection structures. Mr. Hagopian's expertise also includes design projects that require geotechnical, structural, flood control and site engineering. Among these representative projects are: • Destin Harbor Master Plan, Destin, FL. - Preparation of a Master Plan to guide the future development of the city's shoreline. Complete boat traffic load assessment was prepared in the harbor to plan for upgrades of existing facilities and the main navigational channel. • Binder Bluff Stabilization, Harry Binder, Lloyd Harbor, NY - Hurricane Sandy impacted the coastline of Long Island and eroded significant portion of the client's property that overlooked Long Island Sound. GEI was retained to address the problem. Working directly with GEI geologists, ecologists and engineers, we designed long term shoreline stabilization slope protection revetment for the 50 feet high embankment. Following the design, we applied and secured all the necessary permits from the State of New York and the local Village planning board and currently we are working with the contractor to start the repair process. • Dysart Marina Break Water, Northeast Harbor, ME - Complete coastal engineering services for the design of a fixed breakwater to protect the existing marina from severe coastal storms. Prepared site analysis and options based on available resources in the area and the expected hydrodynamic climate. Environmental permit applications were prepared and filed with the regulatory agencies. King Engineering Associates,Inc. 247 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB M. PATRICK MASSEY, PE - CONDITION ASSESSMENTS Patrick Massey, PE brings 10 years' engineering experience with a 111 focus on condition assessments, recommendations of repairs, ?AV, 7 t replacements, and/or rehabilitation. Mr. Massey developed a \ = '° standardized template for the protection of pipelines located near 13t� ,��,� �. t , Pp t'sVwaterways. He was a contributor to the development of City of Chattanooga's Green Infrastructure Master Plan which employs cost effective sustainable design solutions to water resources in the City. • For the Force Main Assessment and Air Valve Replacement Project in Knoxville, TN, Patrick performed condition assessments of over 60 high pressure force mains. For this project both structural and maintenance condition factors were used to rank each asset. In order to determine the highest priority for replacement or rehabilitation, the pipes were ranked based on their existing condition. • Beech Dam Assessment, Tennessee Valley Authority, Lexington, TN - Performed extensive desktop mining and interpretation of project inspections, groundwater data, subsurface data, record drawings, and instrumentation records related to seepage and seismic stability assessment of an earthen dam in West Tennessee. This project is to characterize dam's stability based on the desktop survey as well as geophysical methods employed. • Wastewater Shortlines Replacement Project, Knoxville Utilities Board, Knoxville, TN - Knoxville Utilities Board's PACE 10 program was established to replace and rehabilitate aging and/or failing gravity sewers within the sanitary sewer system. Purpose of the project was to replace the identified existing sewer lines to increase the longevity of the aging sewer infrastructure as well as reduce rain-derived infiltration/inflow into this existing network. King Engineering Associates,Inc. 248 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ► PERICLES STIVAROS, PhD, PE - STRUCTURAL INVESTIGATIONS / TESTING --,77,‘„,549:1;,, Dr. Stivaros has 30 years' experience in structural design and analysis of building systems and other structures, failure investigations, distress analysis, condition surveys, structural evaluation and rehabilitation of buildings and other structures. Structural projects have included environmental structures, \\\\ \\:\\*' wastewater concrete tanks, digester tanks, sewer systems and g Y water supply structures. Dr. Stivaros investigates and rehabilitates distressed and damaged structures. Investigations involve a wide range of testing methods including building movements, vibrations, foundation settlement monitoring, impact-echo, impulse response testing, half-cell testing of concrete structures, ground penetrating radar, infrared thermography and masonry flat jack testing. His water and wastewater experience includes: • North River Water Pollution Control Plant (WPCP) Flood Investigation: Evaluated the effects of rising flood water and waves on the structural system of the plant. • North River WPCP Underdeck Evaluation: Concrete testing and evaluation, fire damage evaluation, and repair details. • Wards Island WPCP Concrete Tank Investigation: Evaluated digester tanks, primary and final settling tanks, including concrete visual inspection, non- destructive testing, and developed repair details. • Baldwin Water Treatment Plant (Cleveland, OH): Concrete testing and evaluation. ► DANIEL CRABTREE - CORROSION CONTROL AND REMEDIATION Corrosion control services will be directed by Daniel Crabtree, a 22 year specialist in the corrosion control. His full-range of corrosion control services include: condition assessment, corrosion detection and corrosion control for water/wastewater pipelines, regulated energy " ''�'' pipelines, and other underground structures. His areas of expertise include: • Corrosion control design • Cathodic protection troubleshooting, • Corrosion control designs, • ECDA and other condition assessment procedures, • AC and DC interference evaluations and mitigation, and • Materials testing. King Engineering Associates,Inc. 249 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB He is NACE Certified Corrosion Specialist, Cathodic Protection Specialist and Certified Senior Corrosion Technologist. Considered an expert in his field, he has authored a number of papers regarding the assessment and investigations of DIP pipeline, among others. He has also developed and presented various corrosion control training programs. ► MICHAEL DAMMER - CORROSION CONTROL Mr. Dammer has been involved in the corrosion control industry for fourteen (14) years. During that time, he has performed numerous technical services associated with the design, installation and testing of all types of cathodic protection systems. His focus lies in corrosion control design and testing for pipelines, underground and aboveground tanks, water lines, natural gas distribution networks, rail systems and water/waste water treatment and storage structures. Utilities projects include: • City of Philadelphia Water Department and Gas Works, Philadelphia, PA - Performed field testing for design, construction and annual survey of multiple corrosion control systems for a large network of water distribution piping. Performed failure analysis for cast iron and steel mains. Performed pipeline analysis of in-service piping under federal ECDA protocol. Performed stray current analysis in conjunction with the Southeastern Pennsylvania Transit Authority rail systems. • Indyne, Inc., Cape Canaveral Air Force Station, Florida- Performed field testing for underground water and wastewater piping, underground lift station structures, and an internal system for the elevated water tank. Performed field testing of clarifier and digester galvanic cathodic protection systems. Performed troubleshooting and design for remediation of all deficient systems. • Florida Public Utilities, West Palm Beach to Boca Raton and Fernandina Beach, Florida - Performed testing and troubleshooting activities for the natural gas distribution network in conjunction with FPU personnel. Performed design activities regarding new cathodic protection systems required. Installed new impressed current cathodic protection systems and performed major repairs to existing systems. King Engineering Associates,Inc. 250 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 111 2.3 Financial Capacity 44* * 41 -tk Financial Stability .,� �� , Vle V L v King Engineering Associates, Inc. is a privately-held, '' employee-owned company. We are a multi-disciplined YEARS company, which has allowed us to offer services to meet 1977-2017 the ever changing market and economic demands of our clients. We have been a thriving firm for 40 years! We have excellent banking and financial relationships and have been able to expand our growth and services using both internal and external resources. We maintain a very strong balance sheet with strong equity and limited long term debt. King's Dun & Bradstreet number is: 09-298-1521. For bank reference feel free to phone: Paul Ferrentino, VP - Centennial Bank Phone: 813-367-8146 Our bank reference letter is located on the following page. King Engineering Associates,Inc. 251 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB * CENTENNIAL BANK my1OObank.com A Horne BancShares Company January 17,2017 To Whom It May Concern: This letter is to confirm that King Engineering Associates,Inc.(KEA)is a customer in good standing. The company maintains low six figure deposit balances. Further,KEA maintains a low seven figure revolving line of credit. It has been a pleasure banking KEA and its principals for over 15 years. All accounts have been handled as agreed. The company has a long history of success with Centennial Bank. Please do not hesitate to contact me if you have specific questions. 1PW1 Paul Ferrentino Vice President 813-367-8146 King Engineering Associates,Inc. 252 .-r__i ra K 1 n ENGINEERING ASSOCIATES,INC. s ,,,,.,,,,,,,,,opook',,,.'', - ,,,,,,,,,,,, ,,,,,,,, ,,.,,,, ., ,,,. ,..„....:,..,,,,„,,,.,,:...,„:„..,...,:,,,,,,,.,,,,..,,,:p,:i-:,,,i,,,':?:'.'ve,','(')YAN,',5,1.7: ry4 nor '/itir / ,,A \ 4e,.. '''' .,,,,,,4411,4 k,,, ,,,‘,,,\‘‘,,,,,,,,,,,,,•';•"..,,.,,,,,,..:,.,,„,r„,----- y\ ry ' ".'''",;;;,,,,,,,,,,„, 1,1111111‘14,,,,,, • • . , . . • •�V\\\1 �\,\�\. , , ,, . ,/,,,, .. .. ...__1:,..::::7- w • 4!1 i • • • ..... ! • • • ! s •-,,,, ,,*--4,,,."'.,;:,‘.1,, ''',k,,, .,‘ 40, //i,i.,., ,,,,,_ 07.,„:... .,,,,,..„,,,,..:, ,,,,,,':.':,,,7111.1%.*****„..„.,.,..:.;::',.,':•:,,,,,,,.',,',,,„:tv'''''4,\\,, ,,,, ,./40014,,,,:0 ,,,,,,,74,1ttffe; , - , ,,,,,," 2 6 0 \\*setae:AD . • • is-•-••.• 1,,,,, , . :„., „„ ; � ''''''V:',"..,-,,.:.'t � :/,z „• • • • .. v/v///i!„,,,,,-' ' ',-.--.,.,. ,,-,..---7;, „,„ ' ai t • 9�/ ,.i i; 4l „/�.� \ � � �p„, ,, a, ///d.. ,_111,_,,..„:”..,,,,,,,,,w „»i;/y�„ �/ //,', ! .���/On�/ a ia, %� � ,.I”" �-� , o � /�o2 ,.., , � � +e%/�j�� /i°' � r��Oir/”/;r�,%��,. a1, a; 4,-:',,,:'(/' ,, �r APPROACH AND METHODOLOGY it ,,,, i s 7 — 4.11.wi.1 i, , V . i _ _ . :OW 1 ' aip,' a, 4 _,, _ The King Team has prepared a summary of our "Approach and Methodology" for the services requested in RFQ 2017-129-KB, Engineering Services for Water and Wastewater Systems Projects. The following is the Table of Contents for this section. BACKGROUND 254 ADAPTING TO SEA LEVEL RISE 255 LONG—TERM CAPITAL IMPROVEMENT PLAN 268 PROJECT MANAGEMENT PLAN 276 ENGINEERING DESIGN 277 MICROTUNNELING 293 HORIZONTAL DIRECTIONAL DRILL 296 SEISMOGRAPHIC SERVICES 300 DESIGN—BUILD / DB CRITERIA PACKAGES 302 WASTEWATER SYSTEM PIPELINE REHABILITATION 305 WATER SYSTEM PIPELINE REHABILITATION 309 .J,.- *-' -7 'Ilam"; ry '�'. .ham _ _ 77:-:' ( - ,. 6.---_-,-, ,,, ' ' ':'dr,;., ,:„-.1,,,,3,-ie; ''' n--_-:„..,,-4„. . , ,,,,„-„„. ........... - ..,.. , ,,... , .... . _,_,,,,,,-il -IN, 2..,....i: . _ .:ii,,''''''i*"."1,4 7:..,./ , :, )., * ,,::, ..,- s---740$7 ,,,,, ,:7 ' rri * ir2 4', ; or, --",-44.. 0- — w -11: v Y�yr� ✓ tl Yik ��"���� """'mow Or- f,'F/ ga / * ,"4" j ' x fir'"'' W King Engineering Associates, Inc. 253 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I BACKGROUND The City of Miami Beach is an international attraction for travel, business, and residents. The City has a beautiful Miami downtown skyline, a reborn Miami Beach, a modernized transportation infrastructure and a new way of life that features the arts, culture, sports and entertainment, all j with an international character. .11 With a population of 90,000, the City is over 100 years w r, ;y : , ,,� i, �„ p old and many of its water and wastewaters . "�� infrastructure assets are believed to be aged. The :;.,,,, ` . 7.:.---:' - °' b Cityis denselydeveloped and lies within aporous 2b, ' W p I r W barrier island with approximately 70 miles of shoreline `°dti k.w4 /4�j'8�: s/ and an average ground elevation of 4.4 feet NAVD, °µ ,, ;�. making it very susceptible to sea level rise. They--i'; highest King Tide experienced to date reached 2.2 "�J '''y by /,/ i�l., �. •� / / r ii4.Y I YJM feet NAVD., inundating large areas of the City. For p,;,, „ h,,,,,,. ,...,,,,,,,N/, ,,, Miami Beach, the impact of sea level rise is not a ' . possibility, but rather, a reality that requires :I . , """ ; immediate action to begin cost-effective adaptation to , protect and preserve its citizens, assets, and life style. - M Sea level has been rising linearly for over 100 years ',,,,i,:;[,,,d 3/Yr , and is now projected to increase at an accelerated � 'y�i ''''�`` 5. - rate into the foreseeable future. , expansions '' p While improvements and have been ' '� � made to its water and wastewater systems, the City ---, r : desires to conduct a comprehensive review of its s W A. zb� r R � entire water and wastewater infrastructure with the .0 %r , ti . ;t _ , ‘: I -, ! ° ' µi objective of developing a long-term capital N, x ' improvement plan that best positions the community � �4�;h � :41P-- '. ' with a water and wastewater system that is resilient, robust, environmentally responsible, dependable, - ,,, and future proof. In particular, the master plan shall account for the City's vulnerabilities to climate change, sea level rise, catastrophic events, and incorporate the City's approach to incremental adaptation over time. Miami Beach is experiencing a new era of increased flooding events due to more frequent intense rain storms and rising sea levels. These issues affect municipal infrastructure, including water and wastewater. The City of Miami Beach purchases treated potable water from Miami-Dade County Water and Sewer Department (MDWASD) and resales to its customers. There are multiple connections to the MDWASD system. The City also collects wastewater from its customers, including satellite cities, and conveys that water to MDWASD for treatment and final disposal. Satellite cities discharging wastewater to the City includes the Village of Bal Harbour, the Town of Bay Harbor Islands, the City of North Village, and the Town of Surfside. As a result, the City is one of MDWASD's single largest volume sewer customer. Pipelines and pump stations are the backbone of the City's distribution and collection system, and are in King Engineering Associates,Inc. 254 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB constant need of renewal and upgrade. Because of its status as an attractive tourist and business destination, the City experiences substantial transient population that increases demands on both its water and wastewater systems/infrastructure. The City's water and wastewater systems have an approximate capacity of 20 and 25 MGD, respectively. Its infrastructure consists of approximately 4 water storage tanks, 180 miles of water lines. 152 miles of sewer lines, 33 pump stations, 1,000 fire hydrants, and 86 water crossings. The City anticipates significant immediate needs for repair, rehabilitation, and replacement of its water and wastewater systems and cannot afford to the time to develop a more formal master plan prior to identifying critical projects that must be implemented immediately. Therefore, the CIP's must be developed on a fast-track basis. I ADAPTING TO SEA LEVEL RISE Sea Level Rise in Miami Beach Water levels in Miami Beach are rising quickly. NOAA data at theI / 0 Miami Beach tide gauge show a consistent long-term trend: the mean increase in sea level is 0.09 , 4,i,,,,.; in/yr with a 95% confidence interval of ± 0.02 in/yr (based on monthly mean sea level data from 1931 to :, . -- �. ... W d.n 6w.A.. ^Mllr.. �/ � �� � ...-.. '.x.: .. '✓7N� —"'----'w':' W.MM'/w.ww.�.y�� '� 1981), equivalent to a change of /..MI%YRX i- .N �10134i;:'-',,-,,,,„„;72- vi+'• .k : ...1R .� M . .!---'w'N'�p A(4�'L t-g-it.„;,,,,„ . .W "TANK ,.. .•4 0.78 feet in 100 years. w., = T� . � :: 41-4 NWN ,,,,,,,_ �, ...W .w,w ....5'YI !M'„ ."'HJR ,W -0 E�,fKNW'•� ' . '".yyW.i,, .sv�,. .,u��/• :.:� ./it✓ qp.: During a recent King Tide, tide - ,rte" H;, -` -___,,,s,„„-;:r1<' :. ' .�,ewl Ia M elevations in Miami Beach reached "- 2.2 feet NAVD, and a large portion Florida State Road AlA runs the full length of Florida along the ocean,making it vulnerable to flooding as shown here in Fort Lauderdale in 2013(Credit:Alamy) of the City is below this elevation. With tides now higher than they have been in decades, I r i, $723170 Miami Beach,Florida 2.39, - 0.43 mm r• Linear Mean Sea level Trend many of the region's 0:45 --Upper 950.Confidence Interval —Lower 95%Confidence Interval drainage systems and A Monthlymean sea level with the ` . - _y , _— — a30 - average seasonal q'de removed seawalls no longer provide adequate protection or s a0o4e1 service I i Going forward, the most -aa4-- - - --- ____ ____ _ _ _ _ _ _ _ _ _ _ __ _ __ __ _ _ _ — recent scientific projections 0.45 ———— -- p ut put the likely range of sea -aha 1900 1910 1920 1930 1940 1910 1960 1970 1980 1990 2000 2010 2070 level rise between 6 - 10 in above 1992 levels by 2030, and 31 - 61 in by 2100. These projections are shown in the below curves that reflect findings from the Intergovernmental Panel on Climate Change (IPCC) AR5 and recent work by both the US Army Corps and NOAA. They are tailored to the greatest extent King Engineering Associates,Inc. 255 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB possible to incorporate local subsidence rates and other geomorphic and hydrologic realities of the Miami Beach context (Southeast Florida Climate Change Compact Working Group, October 2015). Potential consequences associated Unified Sea Level Rise Projection iOoc.theasrFlo-da•le3i,alC:i:rate Charlie Oonpact,20:5) with sea level rise in Miami Beach include direct physical impacts such _ Pt: .�,Ra 115ACv P»i�h IiOA�a�iigi� Y« I Cdean A, ,e,, (inches) r,.. as increased frequency of flooding and inundation in both coastal and 1 egg 6 10 12 ."/ 2 40 2060 14 26 34 inland areas. They also include 2100 31 61 8: impairment to its stormwater 20' �..--Cif infrastructure, including impacts to ,,.. M`��,,,.•""ten, .+.-,� ..+• ♦itis✓s:.}'Ttr•n+«o„a.F! w w gravity drainage systems, impacts to �.. -' its water and wastewater system, rising water table and saltwater 15,2 Mk ' ````' `0 2040 t`'°`" )OcS 20;t ``, - .9:40 41 a Year intrusion; and contamination of both the land and ocean with pollutants, debris, and hazardous materials released by flooding. Additional potential consequences include cascading socio-economic impacts such as displacement, decrease in property values and tax base, increases in insurance costs, loss of services and imp7aired access to infrastructure. The likelihood and extent to which these impacts will occur is dependent upon factors influencing the rate of sea level rise such as the rate of melting of land-based ice sheets; decisions and investments made by communities and infrastructure managers to increase their climate resilience; and the many interconnections between these processes. Importantly, however, a considerable rate of sea level rise is already certain going forward because of deayed effects of carbon dioxide in the atmosphere. This is especially notable given the most recent documented trends in the rate of sea level rise in Miami Beach: • The average rate of regional sea level rise from 2006 - 2011 was 0.35 ± 0.16 in/yr, significantly higher than the global average rate of 0.11 ± 0.02 in /yr (Church and White 2011). • Analysis of tide and rain-gauge records, media reports, insurance claims, and photos of flooding events on Miami Beach and in Miami since 2006 showed that the rate of sea level rise has increased significantly (Wdowinski et el Flooding frequency F A 3 S T A ' 2016), as depicted in the =Rain r'` below figure: 5 tni Ide 11111Storm 1 The King team has extensive experience working with clients to address these threats. Central to our o..� rl I - success is understanding of the under-recognized interaction 19s 1998 2000 2 2004 20:106 2008 2010 2012 2014 between trends in sea level rise and Time(year) flooding. For example in tYear) r e g p Portland, Maine, just 1 foot of sea level rise can be expected to increase the frequency of nuisance flooding from surge events by roughly ten times. Similar increases have been King Engineering Associates,Inc. 256 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB documented around the coastal US including in Naples, Florida, where frequency of nuisance flooding has increased dramatically since the 1970s, largely in relation to increases in relative sea level (NOAA 2014): Vulnerable assets in Miami Beach's portfolio of water and wastewater infrastructure thus need to Days with Nuisance Flooding be understood in relation to the interaction 'R2=0.45 r ry £ ..•..T between sea level rise and increased flooding frequency. This means potentially using a more 10 , �-� • 1 sophisticated methodology for planning purposes L. . 1 I r than simplistic polygon overlays or snapshot k 5 - - .._ ft ._ r 1. estimates of sin le-event floods, as is sometimes '' • •--�'"''�'it g 0 ' presented as the "state of the art." As in the below description of life-cycle costing for engineeringNg11ON‘O01gp,0�c)s°Ne'910N.c)9)0194)-1, i ' $ design, cumulative repair costs from repetitive smaller events (frequencies of which are also changing over time) must be incorporated into engineering design if adaptive responses are to be resilient across possible futures. Our Experience Addressing These Issues The King Team has conducted resilience-based work of this type around the coastal US and internationally(including in Miami Beach, Fort Lauderdale, the Keys, and the Florida Panhandle). GEI Consultants, in particular, is a recognized leader in helping clients adapt to the combined threats of sea level rise and recurrent flooding. These services have ranged from regional and agency-specific vulnerability assessments to design-threshold analysis given a nonstationary future; from subsurface protection from rising groundwater levels to seawall, revetment, and enhanced pier design; and from life-cycle benefit-cost work given changing sea levels to careful integration of the financial implications of all of these actions into ongoing capital investment planning initiatives. Experience on the GEI team also includes creation of integrated water and wastewater management plans that address the connection between stormwater and wastewater management, based on hydraulic and hydrologic modeling; continuous 2D modeling of wastewater systems during a range of different rainfall events for improvement planning purposes; and third party review of potential project costs given this type of information. Sample projects are provided that illustrate GEI's approaches, methodologies, and the breadth of resiliency, design, condition assessment, geotechnical, and other services. Examples of these services include Deep Soil b Mixing, where a subsurface soil-concrete • ~i ,.:�''• it' !� ,ms,µ�f i '.H, /. io plug prevents water from seeping up through ;w,. -. ' 1111! i` ,: ` F= _r. 0 the porous limestone bedrock (see project - w r. .,- ,, -"-It I/1 :-'1-2-7---- M.! alt�` -- '�� sheets for the Brickell City Center and Jade ti wwT 7 l 111 Signature in Miami Beach; photos at right); - � ., . 1 . evaluation of appropriate bridge and culvert i ., ,.... ' `a - - - ofpossible future sea ,.L. 1b .. .: %,,,,S, ,, �µ .„,, - ,. sizing given a range � � u..�, �� b�7�.y h ��eN M �. - ..„ —,,,4 ,— ill levels; and assistingclients with how to t ..- �r ,«- w update capital investment planning / , 1:#1 ®f procedures given this t Yp p e of adaptive 77` ,,,orc-" �' ° � � .i:. 'pi` �nx..i/,. b4N'firµ:% :,vii 4 b. r'.wA�l H r. r King Engineering Associates,Inc. 257 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB design, where both design standards and investment decision procedures may need to be updated every few years as base water 1,w levels continue to change (see project sheets for the Maine �4: . ,,,,,,e, Y 00 Department of Transportation). � '`, h ,f‘...,1 ,4•14 Importantly, adapting infrastructure to sea level rise and storm surge ;,,,,,,014Yrequires a broader suite of approaches than just these project �' sheets would suggest. For example issues are also raised about _.....;__.;�,.� 8. feasibilityof large coastal adaptive design and regulatory gw�--�; ,.,,,. . structures, contamination and transverse flow of groundwater(leaks -r.._.---,�,•.,,".�.--• may occur under higher base water levels or storm surge i#144,141 conditions and in-situ stabilization orappropriate rocessin and r;;N " y4 ), p g ���� .� �. �� �.�, t: 1 disposal of contaminants that may be released. GEI is experienced - ` fir„ Itatiill with all of these issues. .sof ,P.. : 17,0:14,:f .41114.10 Further, in 2016 GEI had meetings about the Rising Above initiative 4'"`.416444,47 ,0 ifs with Miami Beach Chief Engineer Bruce Mowry and Resiliency !„.:„ ::' Officer Susy Torriente. In these meetings, several of the technical ' i * ::": 70 approachess. outlined in this proposal were discussed particular i” ""%.'a�, w,M,, �� ,', the design-threshold benefit-cost analysis described below). City '-' 4,. :''� ,: „�, , �.: staff expressed interest in using these specialized services, which w, ,__E!*it,,,01' '# ,, we believe can greatly enhance water and wastewater infrastructurek,,,..,-,,..,,,,„„„..._.,,. .. ,` , .3.4,:- decisions given an uncertain future. r:.,,,;. � ' b. , ori ,,k.4. ' '...„,,,,,?-,,z,1!�,�q,K # Vulnerability Assessments iii;;, It is clear that coastal water and wastewater infrastructure systems are under threat from heavier downpours, storm surge, and rising sea levels. Action to address these changes is simply responsible risk management, whether it is for system-wide or asset-specific assessments. These two approaches will be treated here in sequence. System-wide Assessments -The King team and key partner GEI have been at the forefront of the emerging discipline of adapting infrastructure systems to climate change. In 2016 for example, Dr. Merrill of GEI worked with the European Commission and the National Academies of Science as one of 25 invited North American experts in an intensive workshop on transportation and extreme weather events. We know that the City of Miami Beach uses a vast array of assets to operate a diverse water and wastewater systems (and supporting infrastructure) and that connections between components can be exceptionally important. There may also be little redundancy between components and rights-of-way may be owned and maintained by others. System-wide vulnerability assessments are a key part of improving resiliency in the face of the challenges of storm surge and sea level rise. They offer guidance on how to prioritize risks by assessing likelihood of occurrence and magnitude of consequence. They also generally entail a common set of steps. For Miami Beach, the King team would be available to assess criticality of assets and identify thresholds above which impacts are severe (e.g., inches of rain per hour before drainage systems are overwhelmed, to be evaluated through close consultation with Miami Beach infrastructure managers, review of maintenance records, and other structured outreach) and where extreme sensitivity exists. King Engineering Associates,Inc. 258 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Potential issues that the City may face due to the impact of sea level rise on the City's water and wastewater infrastructure may include 1) higher I/I, taxing the capacity of sewer pump stations, and 2) the need to continue raising rates, because the extensive repairs, rehabilitation, and expansion currently underway by MDWASD will be additionally challenged by higher sea levels. Needs raised may include: • Reducing I/I into the sewer collection system (old, decaying pipes with cracks, breaks, and loosened joints are more susceptible to I/I under surge conditions). Due to this susceptibility, it may be necessary to establish more stringent standards on allowable I/I while maintaining cost-effectiveness. GEI has performed work of this type for Jackson Energy Authority and several utilities in East TN. • Elevating electrical, controls, and SCADA equipment above flood levels at water booster stations, wastewater pumping stations, tanks, and treatment facilities. • Maintaining emergency power supply to maintain water supply service and avoid sewer overflows during flood events. • Improving anchor points of underground structures to control flotation. • Controlling direct infiltration into sewer pump stations and gravity manholes - this may require relocating pump stations, use of low gravity systems, addition of pump stations for stormwater control, and gravity system sealing, or otherwise installing water tight manhole covers and access hatches to prevent/reduce direct inflow during flood events. • Evaluating the potential for accelerated corrosion of unprotected metal pipes due to greater exposure to higher salinity in the water table - this involves establishing new standards for pipe material selection and design within the City to prevent/reduce corrosion of newly installed pipes, accounting for accelerated corrosion and decay of existing pipes when planning for renewal and replacement, and devising cost-effective approaches to rehabilitating existing pipes. • Improved Emergency Action Planning, system-wide conveyance improvement, susceptible asset review and recommendations, and use of green infrastructure systems to improve water quality and reduce impacts of flooding. GEI has contributed to wastewater-related green infrastructure enhancements of this type including in Chattanooga, TN. We understand that the "systems" to evaluate in this process include not just sets of hard assets like pumps and pipes, but also softer systems like administrative pathways and networks of information and communication technologies. We would thus be available to characterize risks to operations and link suggested strategies to organizational structures and activities. In similar work with the Maine Department of Transportation, GEI has evaluated agency operations and created numerous enhancements in ongoing asset management procedures (e.g., Merrill and Gates 2016). King Engineering Associates,Inc. 259 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Also on these system-wide aspects, the King team is well-positioned to build on work it has done with a set of 19 resiliency projects conducted across the nation in the last three years. GEI was a key partner in several of these efforts and part of an ongoing peer exchange for lessons learned and emerging best management practices in agency and utility-level resilience initiatives through the Federal Highway Administration. Key elements of this work are readily transferable to water and wastewater settings and are clearly reflected in EPA's Creating Resilient Water Infrastructure(CRWU) initiative. The assessment procedure for CRWU, with which the King team could assist, is as follows (EPA 2015): An example of where this risk-based approach has been successfully implemented is the NYC DEP, which developed a portfolio of strategies to protect wastewater assets from flooding impacts. Strategies included dry flood-proofing buildings with watertight windows and doors, elevating equipment, making pumps submersible and protecting electrical equipment with watertight casings, constructing external flood barriers, installing sandbags temporarily, and providing backup power generation to pumping stations. Through strategically implementing a I The first step in developing an adaptation plan is to gain a better understanding of how 1 Understand climate change,in combination with other stressors,may impact infrastructure and projected operations. These impacts could already be detectable or anticipated in the long term. impacts and The Climate Region Briefs included in this Guide provide an overview of national and challenges regional climate projections from a recent assessment by the U.S.Global Change Research Program(2014)and list specific impacts relevant to water and wastewater utilities.Seethe references and links to additional information and resources. e second step to consider is cataloging threshold conditions for critical assets, 2 Identify ;.perationa l components and utility organization systems that may fail or suffer damage hen challenged by climate change impacts_ When compared to projected climate thresholds for 'onditions,thresholds represent the capacity of the utility that may be bolstered through fMitre or e implementation of adaptation plans_These thresholds can be determined through damage review of event and performance history,modeling of system performance or inspection of assets.For example,the a atio n of coastal facilities,combined with precipitation totals could define the flood stage or combination of sea-level rise and storm intensity as thresholds for flooding. -ter understanding of both the thresholds for failure and the projected pacts.,it is important to identify potential risks to infrastructure and operations. While 3 Assess risks .,`,ere is no further guidance for conducting a risk assessment in this Guide,EPA's Climate Resilience Evaluation and Awareness Tool(CREATis available for free downoad and provides a framework for utilities to conduct a climate change risk assessment. Results from a risk assessment can be used to identify options that reduce system ulnerabilitiies.The Strategy Briefs included in this Guide provide general information on e impacts of climate change and lists of adaptation options that can be implemented to 4 Determine ,educe potential consequences to operations and infrastructure.In addition to reducing adaptation ;ask,options should also be considered with respect to(1)current utility improvement options plans and priorities and(2)current and projected available resources. For example,if assessments indicate high risk to coastal outfalls and pumps from flooding,then options to mitigate flood damage should be considered with respect to overall infrastructure planning and general system updates. o °Wing the design and implementation of any adaptation plan,utilities are encouraged 5 Implement o monitor conditions,.compare results to projections and reassess both risk and and monitor adaptation options as new information becomes available. Monitoring should include remaining aware of new climate information and tools as they become available. King Engineering Associates, Inc. 260 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB variety of strategies, considering utility resilience and return on investment, the utility could avoid 90% of risk citywide to wastewater treatment plants and ensure continuous service at pumping stations (NYC 2013). Another part of the CRWU approach where the King team can provide leadership is use of CREAT (Climate Resilience Evaluation and Awareness Tool), which has many functions but the most relevant here is that it calculates monetized risk reduction for water utilities, or the change in assessed risk based on the increased capabilities of assets to withstand impacts (as in the following figure): Current risk profile ®Future risk profile ■Reduced risk profile Without Aca ptati on Monetized Risk($)or Without111 Monetized Risk Tota I Adaptation With Adaptation Reductio Impact 411i s t Current Conditions Projected Climate (today's climate) Scenario(2035 or 2060) In this method, results from implementation of each adaptation plan measure, compared to current measures, can help inform capital investment planning for water and wastewater utilities. An example is below, starting with a table showing categories of default economic consequences for wastewater assets of a public combined system serving 1,000,000 Customers (150 MGD) in strong financial condition. The color code reflects level of risk: Level Utility Business Utility Equipment Source/Receiving Environmental Impacts Damage Water Impacts Impacts eery Greater than Greater than Greater than 19M1 Greater than $3M High $107.2M $111.7M High $71.5M -$107.2M $46.5M-$111.7M $8.1M -$19M $1.3M $3M Medium $35.7M-$71.5M $18.6M-$46.5M $3.2M-$8.1M $500,000-$1.31 Low Up to$35.71 Up to$18.6M Up to$-3.2M Up to$500,000 King Engineering Associates,Inc. 261 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB In this example the user is considering a single asset/threat pair: flooding at their wastewater treatment plant, and only Utility Equipment and Environmental Impacts are expected. Upon considering their current resilience, based on existing measures, the user made the following assessment for baseline and projected conditions (finding relevant damages in only two of four categories): Scenarios Current Measures Baseline Projected Utility Business Impacts n/a n/a Utility Equipment Damage Medium Very High $18.6M -$46.5M Greater than$111.7M Source/Receiving Water Impacts n/a n/a Environmental acts Low Medium p Up to$500,000 $500,000-$1.3M Overall Consequence $18.6M -$47M Greater than$112.2M They then identified a set of potential adaptive measures that would cost $10,000,000 to $20,000,000 to implement. These measures were selected for inclusion in their adaptation plan, which they named `WW Adaptation Plan,' and CREAT was then used to calculate levels of consequence following implementation of the plan: Scenarios WW Adaptation Plan Baseline Projected Utility Business Impacts n/a n/a Low Low Utility Equipment Damage Up to$18.6M Up to$18.6M Source/Receiving Water Impacts n/a n/a Low Low Environmental Impacts Up to$500,000 Up to$500,000 Overall Consequence Up to$19.1M Up to$19.1M The overall consequence from this second assessment is lower than the overall impact without adaptation. The difference in these two assessments is calculated by CREAT using the movement of consequence level in each category, rather than the difference in the overall consequence. The final range (or monetized risk reduction, below) for both scenarios either overlaps or exceeds the implementation cost of the WW Adaptation Plan ($10,000,000 to $20,000,000), showing the scale of investment that may be justified to adapt to flooding-related challenges. King Engineering Associates, Inc. 262 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB WW Adaptation Plan Scenarios Baseline Projected Utility Business Impacts n/a n/a Utility Equipment Dania e $0-$46.5M Greater than $93.1M g Source/Receiving Water n/a n/a Impacts Environmental Impacts $0 $0- $1.3M Monetized Risk Reduction $0-$46.5M Greater than $93.1M Information of this type can greatly assist in evaluating upgrade investments, and when conducted on an ongoing basis, can allow shifts in capital prioritization even as environmental conditions continue to evolve. A final but less financially-tailored method for system-level assessments uses overall threat matrices. For example the City of London evaluated a range of threats to their underground rail complex, an exercise they found helpful for their asset management and project prioritization purposes. Financial evaluations of potential actions can then proceed with the highest priority projects on an ongoing basis as environmental conditions evolve. The King team stands ready to provide guidance in and lead these types of assessments. 1 Extreme Hot Weather Likelihood Key track,signals,& communications assets and staff&passengers Very High 2 2 Rain&Flooding: Track&signal drainage Hi h 5 3 Cold&Freeze:Impact on track g integerity 4 Rain&Flooding: Key infrastructure drainage Medium 8 5 Drought:Vegetation impact 6 Snow:Track,signaling and depot operations Low 7 Cold&Freeze: Train system components 8 Cold&Freeze;Slips/trips Very Low 7 for staff and customers 4 9 Rain,Flooding and snow: Damage to inside of carriages Very Low Low Medium High Very High 10 Wind:Damage to infrastructure. Impact track and vegetation 11 Drought:Ground stability impacts King Engineering Associates, Inc. 263 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Asset Specific Assessments - Complementing system-wide evaluations, assessing the vulnerability of an individual facility is often a multi-disciplinary task that requires extensive coordination between project personnel. The King Team has experience leading such teams to perform vulnerability assessments for individual structures, identifying critical components, and leading clients through a step-by-step process to arrive at the best solutions. We will evaluate each part of a facility in a systematic manner, ensuring that possible flooding impacts are identified and documented. Based on the types of facilities being evaluated, we would use a combination of the following approaches: For Sea Level Rise and Recurrent Flooding: • Review elevations of floor levels, opening thresholds, tunnel and vault low points, mechanical and electrical equipment, site s,.. and building access points, elevators, • seawalls and bulkheads, utilities, bridge decks, and surrounding site elevations. AL- Survey the site if necessary to obtain —war leo" accurate existing conditions for all - • le components considered vulnerable to v y flooding. ,.41/4 y. • Review current FEMA Flood Insurance Rate Maps and Flood Insurance Studies to understand the current 100-year and 500-year flood events established by FEMA and understand the assumptions made in the analysis. • Provide detailed flooding information at the facility of interest, including information for various times in the future, for various sea level rise scenarios, and for various intensities of storms. We can provide flooding depth and duration, probability of flooding, flood pathways, wind speeds, wave heights, water velocities, and the effect of storm surges on stormwater runoff at a site. All this information can be used in a facility-level vulnerability assessment to understand consequences of flooding and prioritize adaptations. • Based on the flooding hazards for various sea level rise scenarios, identify vulnerable components within a structure, including: King Engineering Associates,Inc. 264 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB o Structure: strength of floors to resist buoyant uplift, strength of walls and bridge decks to resist hydrostatic pressure and wave and debris loads. «p o Foundation: vulnerability of shallow or deep foundation to scour from wave �_ � „H„ action or high velocity flow. s. o Openings: vulnerability of doors, accessways, entrances, louver openings, vaults, areaways, etc. to flooding. o Utilities: potential for backflow `- - conditions through storm and " i sv °;, �,.. sanitary sewer systems, potential 1.44tor • flooding from roof drain overflows �. W • • ,. inside the facility, leakage through electrical conduits, buoyancy failure y Y of holding or fuel tanks, etc. o For inventoried building contents, pipe components, or other infrastructure sub- system materials, collect available information on the degree to which salt water corrosion is a significant factor, and use the information to inform upgrade and replacement decisions. o Review the vulnerability of facility components to wind, electrical failures, tree falls, etc. • Evaluate drinking water wells susceptible to salt water intrusion and model how this may change over time with changing groundwater dynamics. • Model different flooding events and what risk they create for the surrounding utilities, including substation outages. This would examine final floor elevations for electrical systems or contained systems and determine likelihood of flooding events and degrees of risk for planning and budget purposes. • Review and suggest addition of interconnection points with other utilities for emergency water supplies. • Work with the City to develop emergency action planning documents and manuals to prepare for system-wide impacts. • Conduct onsite assessments (GEI conducted these for the Knoxville Utility Board, for example) to determine the life of a system and evaluate the degree to which it needs to be rebuilt. When this information is incorporated into a GIS and evaluated on an ongoing King Engineering Associates, Inc. 265 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB basis in light of sea level rise trends and projections, it becomes more useful for capital investment planning decisions. Timely upgrades become possible and can be as aggressive as they need to be able to adequately prepare for likely water levels. Based on results of our assessments, we will prepare summary reports including tables and figures that show the identified vulnerabilities, their consequences, and their interrelationships. Vulnerabilities and adaptations must often be grouped in order to be fully understood — for example, flood barriers may not be effective if backflow preventers are not installed on storm sewer lines that allow large volumes of water to enter or if the slab is not designed for the buoyancy effects. In some cases a wet-floodproofing approach may be used where moisture- resistant materials are incorporated below the design flood elevation, critical equipment is elevated, and floodwaters are allowed to enter the structure. We will generate conceptual adaptation actions that are practical and appropriate for the existing infrastructure. These adaptation concepts may include protecting or relocating vulnerable components in-place, replacing outdated or inadequate components, or wholesale changes to a facility or system. Finally, a key method GEI uses to identify and engineer some of these adaptations is described below. Life-cycle costing - When designing infrastructure it can be challenging to make design decisions that anticipate a range of possible environmental futures. Not having a crystal ball, planners and engineers generally must select, for example, a bridge height without having a clear estimate of whether they will be over- or under-building for future hydrologic conditions. In so doing, the odds of selecting the most robust and most financially efficient design, given life- cycle costs of the asset, are unknown and small in any case. The central problem is that most design methods that attempt to plan for extreme weather events do so via snapshots (e.g., planning for the current-day 100-year storm), but this fails to account for benefits of cumulative avoided damages from extreme events, especially given that base conditions such as sea levels and storm intensity are also changing over time. Said differently, both the costs and benefits in many benefit-cost evaluations can be inaccurate because they do not consider events of different magnitudes or operate cumulatively over time. GEI's methods address these issues. They are based on cumulative expected risk over time, comparing candidate designs to evaluate relative risk-mitigation efficiency in terms of cumulative avoided damages from flooding. Relationships are developed between flood depth and asset damage and simulations over time help identify which candidate designs make the most financial sense. The methods rely on the COAST software created in 2012 by the US EPA and expanded in the private sector (with key contributions from Dr. Merrill) to be applicable in both coastal and inland contexts. A typical analysis includes the following steps: 1. Identify the ranges of possible environmental future conditions to be modeled and confirm that they are acceptable to the client. 2. Prepare candidate designs for various design criteria(such as culvert sizing or flood wall height) based on the environmental conditions selected, and confirm that the candidate actions are options the client considers possible, should the financial analysis indicate they are cost-beneficial. King Engineering Associates, Inc. 266 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 3. Prepare damage estimates for flooding events, based wherever possible on the client's experience from previous storms. For water and wastewater assets this may extend beyond the stand-alone asset value or repair cost to also include costs incurred as part of system downtime, spill cleanup, or other costs the client wishes to capture. 4. Run the analysis for the candidate designs and under a range of future environmental conditions, allowing evaluation of how each design will perform under each possible hydrologic future. The following example is with culverts but applies to many types of infrastructure design evaluations: Cumulative Life-cycle Costs ., aloe More Ly +52% Expensive c aloe C) *24% 0 (11) 4C) 111 .ill1111111b. Less 421) ,) Expensive Low Medium High Low Medium High Runoff Runoff Runoff Runoff Runoff Runoff With the culvert on the left, if we design for the Q25 storm ("25-year storm") it is likely to be robust across all future runoff scenarios in terms of total costs to the organization. However, for the culvert on the right the Q100 design is more appropriate because the Q25 design will incur high costs over its lifetime in a high runoff future. Designing for more than Q100 (represented in the top two rows of these "heat maps") would clearly represent overbuilding because it is more expensive over the life of the culvert in any envisioned future. This type of analysis, which can be used with sea-level rise, storm surge, and upland runoff as in this example, identifies adaptation thresholds and no-regrets design where costs are minimized across potential futures. Using this approach provides the opportunity to protect assets at the lowest cost, minimizing the odds of either overbuilding or underbuilding. Importantly, the less expensive actions are often found to be the best investments; this reduces expenditures with confidence and helps identify effective groups of projects across a portfolio of vulnerable coastal buildings or other assets. The approach could dramatically enhance resiliency of ongoing operations for a diversity of vulnerable water and wastewater infrastructure components in Miami Beach. King Engineering Associates, Inc. 267 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • LONG-TERM CAPITAL IMPROVEMENT PLANS A comprehensive capital improvement plan (CIP) is a guiding document that assesses needs, risks, and vulnerabilities, identifies capital projects, provides a planning schedule, and develops financing options. Benefits of a CIP is that it allows for the evaluation of current and future needs, identifies specific projects, and provides for the systematic implementation of capital improvements in a systematic manner so the City can consistently maintain the levels of service. The City's water and wastewater systems have an approximate capacity of 20 and 25 MGD, respectively. Its infrastructure consists of approximately 4 water storage tanks, 180 miles of water lines, 152 miles of sewer lines, 33 pump stations, 1,000 fire hydrants, and 86 water crossings. The City anticipates significant immediate needs for repair, rehabilitation, and replacement of its water and wastewater systems and cannot afford to the time to develop a more formal master plan prior to identifying critical projects that must be implemented immediately. Therefore, the CIP's must be developed on a fast-track basis. The King Team has proposed several tasks to develop a CIP that meets the needs of the City, as outlined below. We will work closely with the City to adjust the expected level of effort in order to meet the fast-track deadlines of the CIP. 1. Compilation of Existing Information - A comprehensive infrastructure inventory of existing water and wastewater system information is essential to understanding the existing system. a. Infrastructure = i - information - pipes - .......�.,., (alignment, material i ::- •, :�' _ diameter, elevation, • tcK,d age, condition, history of breaks repairs), . sewer pump stations ...�...` ....,Ty�_..... k • �N_,T.1I , •• • d (capacity, number of -• ,�r~v Tjh+ pumps, flow records s _ v.. •-�., -�-.: . age, operation), rights- .� of-way, property lines; . F` topography. Data may be obtained from j CCrt3TALWATERBYSTEfAs King .. N'EsZt elig o...T.. 2117tX�11,1.,A:.,,SULJUIf E.z existing records such as, GIS, as-builts, past studies, hydraulic models, County Appraiser's Records, aerials, and others. b. Customer Complaint Records —this information may be useful in identifying problem areas in the City as well as the nature of the problem such areas of low water pressures, locations of pipe leaks and breakages, sewer overflows (if any). King Engineering Associates, Inc. 268 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB c. City Records and Ongoing Programs - to establish the condition of the existing system, problem areas, and the extent of previous repairs to the system. d. Interviews with City Staff- City staff may represent a wealth of knowledge and history about the City's infrastructure and their input is extremely valuable. City staff, for example, may be aware of the most vulnerable assets that should be addressed early in the CIP. e. Coordination with other City Projects- other City projects, such as transportation and drainage, may offer the opportunity to also upgrade or renew water and sewer infrastructure in a cost-effective manner while also avoiding combine either opportunities to combine W&WW improvements with f. Water Consumption and Row Data -these data can be obtained from City and/or Miami-Dade County Records and is essential to analyze the system. This includes SCADA data. These data can help to establish peaking factors for wastewater planning purposes, estimate infiltration/exfiltration/inflow, and water demands. g. Land Use Maps & Population Projections - are necessary for projecting future water demand and wastewater flow generation in order to determine system expansion/upgrades to be commensurate with future growth. Miami-Dade County Department of Planning and Zoning (DP&Z) provides population growth analyses and data by census tract to all agencies of Miami-Dade County. Their analyses are routinely updated and similar to projections made by the University of Florida. h. Regulatory Framework- identify regulatory requirements that affect future project planning and design. i. Public Information - establish City's expectations for public information and participation during CIP development. 2. Condition Assessments- a condition assessment is necessary to establish the current condition of the system, project future system breaks and leaks, and support the establishment of priorities for repair and/or replacement. Condition assessments, may be conducted in various phases and using different approaches tailored to the specific system components, as follows: a. Wastewater sewer collection system (gravity sewers and manholes) - the City has a program of conducting video surveys of the sewer collection system similar to the program by MDWASD to identify and reduce infiltration and inflow ,, into their system. A typical program targets a percentage of the system, Ma,,, typically around 10%, to be evaluated and repaired annually. These efforts may be King Engineering Associates,Inc. 269 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB reduced over time as I/1 decreases below levels that may not be cost-effective to repair. This issue is exacerbated by sea P.S.Basin 0144-Hydrograph Decomposition and)esign Storm level rise and rising groundwater 00000 tables. Since the City conveys 70000 -4--DO1.tM -0-f4rF19rat'JXt4•5 1 s- wastewater flows to MDWASD ander --- .4 ` the cost of these transfers can be substantial, it is in the best interested 1,5°"° of the City to reduce I/1 to a cost- f effective level. For the City of ♦-- : - Lauderdale by the Sea Wastewater CIP, for example, King concluded "� that the cost of sewer repairs could 10000 4, be paid from reduced sewer fees to 0.00 1200 AM 3:00 AM 6:00 AM 9.00 AM 1200 PM 300 PM 6:00 PM 400 PM 12:00 AM MDWASD within a reasonable Time ofthe ooy payback period. Sanitary sewer evaluation surveys (SSES) includes manhole inspections, video television inspection, and smoke testing. These data are then analyzed and evaluated to establish repair protocols and cost estimates. As an example, when MDWASD acquired the sewer collection system of the City of Miami Springs, King inspected 46 miles of gravity pipes ranging from 8 to 24 inches and 925 manholes. CCTV inspections identified 13,106 defects in the sanitarysewer pipes and 145 defects F ' � YY in manholes; smoke testing identified 482 defects. A total , `' of 3,038 repairs were recommended usingMDWASD's p gg Repair Criteria and Technology Guidelines, and cost estimates prepared. Repair technologies included grouting, sectional liner, point repairs, cured in place liner, and line replacement. b. Sewer laterals - laterals conveying wastewater to sanitary sewers can be a substantial source of I/I. After completing their initial I/I program, MDWASD still noticed that rainfall dependent I/I (RDII) continued to occur producing excessive peak wet weather flows. As a result, MDWASD initiated a program to investigate the cost-effectiveness of repairing laterals. King staff worked on a pilot program for MDWASD where laterals in three sewer collection basins were air pressure tested and leaking laterals repaired. Comparisons of system flows during dry and wet weather indicated that the program was successful. These studies concluded that main line repairs are significantly more cost-effective than lateral repairs on a cost per gallon per minute (gpm) reduction in I/l. King Engineering Associates,Inc. 270 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB c. Sewer Pump Stations - Sewer pump stations must be in compliance with the ten-hour nominal annual pumpoperating time (NAPOT) $` p g , performance standard included in the United `,, RSA' States Environmental Protection Agency . K b, , (USEPA) First Partial Consent Decree (FPCD). y "'"`- y a [ NAPOT is defined as the daily average total -�... .,'°'; '� pump operating hours for the twelve months `, ' ,,,,. -,. divided by one less than the total number of F` - I ' pumps installed in that station. The City has a - ------------ program -- -- - ------- program to proactively maintain compliance and to upgrade any pump stations that does not meet the standard. King has refurbished and upgraded numerous sewer pump stations for MDWASD and other local municipalities. With sewer pump stations, it is important to coordinate with future planning and CIP efforts by MDWASD as the pressures at the point of connection with MDWASD's force main system will affect the performance of the pump stations. d. Water Mains and Force Mains- For smaller All Water Mains water and force mains, condition assessment 35c° methods tend to be simpler and less costly i 23a.0 than justified for larger mains, which may meritI.20 70 a more comprehensive field condition I„co assessment methodology and a predictive Lom approach to avoid potential catastrophic 4. 5.„ losses due to failures. Small water mains, a, 1111111111 ilt1iiiiI1ii11iii however, can account for a substantial 1 `� gig 2�, 31 36Ae( ,46 sl 56 61 66 '� 7681 volume of unaccounted for water and can put a large burden on field maintenance and repair personnel. A statistical desktop analysis approach is less costly and more suitable for small mains. , , DIP Typical data used in this approach include 0.. it PDF Rep..witstory f'if r'ompote d pipe age, material, soil conditions, break and "5 leak history, repair history, operating pressures, and complaints of taste, odor, _00, color, or low pressure associated with poi delivered water. These data can be fitted into c� x 11 21 : GI 71 81 industry accepted statistical models that allow Ag..0.--{ predictions of future pipe breaks and leaks by DIP geographical area and support the 3 ''`.`�"`edResu`'l0``°`, over 3 years prioritization of main replacements. y .. `` -rctedaepaxs`,ar��'t� over 5 yearS 4 � \ -Ptedfecea t�,e,m,r5.l100 rte+:ens over 7 yews MDWASD has an extensive database of -> / \ '' information on their system which can serve as „, a source of data and basis for the City. In ,o 2014, for example, King conducted a"Desktop I ,) 20 4 9 60 80 1C, Condition Assessment and Prioritization" of King Engineering Associates,Inc. 271 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB MDWASD's water mains. Various databases were integrated into a GIS system; data on pipe age, material, diameter, and repair history were fitted into the AWWARF's KANEW model; and the model used to forecast pipe repairs on a macro-scale and prioritizing repairs by street block. For key transmission mains and larger diameter pipes, a more complete risk-based condition e- tiassessment maybe warranted, including 00" remediation and long-term condition monitoring. .. This approach identifies problematic pipeline -' sections early, allowing pro-active timely repair ; „► `� r and avoiding major failures. The cost associated with major and potentially catastrophic failures • typically outweighs the cost of preventive intervention. In addition, this approach is effective at extending asset life and minimizing utility life-cycle costs. For larger transmission pipes, additional condition assessment testing and criteria should be considered to help refine rankings and achieve a more cost-effective targeting of priority repairs. Potential additional testing/criteria may include: • Acoustic propagation velocity measurement • Electromagnetic survey • Ultrasonic testing • Remote field technology • SmartBall pipe wall assessment • Magnetic flux leakage • Potholing LIVE INSERTION • Coupon sampling NO-DIG INSPECTION • Evaluation of stray Live insertion to water ur41 " •Leak lE ctic. mains via: currents 'L°...,v""nV Fire Hydrant ._ •Quattnna • Corrosion •Valve .�� ... _ .. . assessment monitoring • Hazen-Williams C-factor flow tests to identify tuberculation and loss of capacity • Prioritizing critical users—hospitals, schools, critical facilities, and high traffic areas King's subconsultant GEI brings extensive experience inu * * w A performing a wide range of nondestructive testing to '* assess the structural conditions of distressed structures. Structural testing is required where there is inadequate information about the materials, or where hidden L I d deterioration is suspected. Our testing services are part of our investigation, evaluation and repairy a Nr ri a%r:r rrr r 4 r r ,rr integral program for distressed and/damaged structures. King Engineering Associates,Inc. 272 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB GEI also specializes in the design and investigation and rehabilitation of environmental structures, including water supply structures, pump stations sewer systems, marine and coastal structures, andi yr"`" ``► other water related structures. Members of our team ` w%a ' �+EC 4r re r(: yam''J�r f{F ,!✓ Y are active participants with professional organizations ,„ dkgRNi. which develop the codes of standards for the design �U`� and evaluation of environmental structures including ! ° the ACI 350 Code for Environmental Engineering Structures King will work in close coordination with the City and testing vendors to evaluate and select the most appropriate and cost-effective testing technologies that fit the specific needs of the City. 3. Planning for Future Growth- While the City is generally built-out and future growth is considered limited, it is prudent to provide excess system capacity to accommodate future growth. A key aspect of the CIP is to provide estimates of future population growth within the City and plan for the timely expansion of the water and wastewater systems to continue to provide reliable services. Future water demand and sewer flows are estimated from population growth and hydraulic models constructed to determine the capacity of the existing system to accept future flows as well as expand the capacity of portions of the system to meet future demand/flows. Once future needs are identified, alternative CIP projects are evaluated, selected, Maximum Day to Average Day Flow Ratios 4.00 and incorporated into CIP 3.50 3 00 Fiow Watghtod Avara�a- p Yis 2.50 ac It so that the ca .__.._....._..___....._______� .w,,.......__m..,_ .....-..-.__ __...�...__ ...__.,.. ._. available when needed.- 2.00 projects can � 50 I I MilFuture p 1 .00 sometimes serve a dual ` 0.50 purpose of satisfying , future demand while also ' . '� �g. y- '4,4,Vdo ', addressing necessary 4,447 �� � � op "11 :0" replacements of decaying infrastructure. -- -- -- Projects intended to accommodate additional system capacity must be planned in close coordination with MDWASD who must provide the capacity to satisfy higher demands for potable water and accept increasing wastewater discharges from the City. 4. Establish Reliability Service Levels-it is useful to set quality and reliability performance levels for customer service, communicate and benchmark performance results, and focus organizational efforts to prioritize investments (capital and operational) to meet those levels of service. Sample focus areas may include the following: King Engineering Associates,Inc. 273 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Reliability- may be measured in terms of Risk Matrix sewer blockages, overflows, system integrity i Asset i (breaks /100 mi/yr), percent non-revenue • H water, and the minimum level of service a required during emergencies to maintain 4,= III Asset 2 temporary service while recovery efforts are underway, for example. 0• � • Customer Relations- responsiveness to H outages, supply interruptions, customer Probability of Failure (physical+performance condition) complaints (odor, pressures) • Business operations - system renewal and replacement rate (% per year) • Regulatory-water quality compliance AWWA has published benchmarking performance indicators for water and wastewater utilities based on national surveys that can serve as a guide to setting service levels. 5. Establish Design and Construction Standards- Design and construction standards specifically applicable to the conditions and environment of the City will be developed to serve as a guide to the identification, conceptual design, and evaluation of future system improvements. King will review the current design standards the City has in place, incorporate suitable standards to its water and sewer system, and recommend additional specific standards to maintain future system reliability, resiliency, and integrity. These standards apply to proposed system rehabilitation, replacement, and expansion. King, for example, can conduct a pipe material evaluation and recommend most suitable pipe material, linings, coatings, and construction standards for the various components of the pipeline system. 6. Hydraulic Modeling-Various off-the-shelf hydraulic models are available to support the evaluation of the existing capacity of the City's water and wastewater systems, simulate future flow conditions, identify areas of deficiency, evaluate failure scenarios, adequately size system components to the required levels of service, and assist in prioritizing repair/replacement of aging water/wastewater infrastructure. King is very skilled at the practical application of hydraulic models and is very familiar with the Infoworks water and wastewater models used by MDWASD. King staff worked on the original development of current MDWASD models for water and sewer and recently assisted the County with upgrading the gravity portion of its sanitary sewer model. However, King recognizes that the cost and complexity of the Infoworks model may not be suitable for the City and we can work in close coordination with the City to review and recommend suitable models that meet the needs of the City. 7. Evaluation of Alternatives- Upon completion of the inventory, condition assessment, and model construction, the King team will be able to identify required infrastructure improvements and evaluate alternatives to meet the current and future needs of the City. The evaluation, selection, ranking, and phasing of alternatives will be based on a set of King Engineering Associates,Inc. 274 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB criteria developed jointly with the City. A list of potential criteria for consideration by the City includes the following: • Capacity versus level of service and system reliability targets • Life cycle costs (capital and annual) • Risk analysis- probability and consequence of failure • Redundancy and resiliency • Level of conservation • Implementability-constraints, implementation barriers, impacts to others • Public acceptance • Prioritization and Phasing - emergency, immediate repairs and replacements versus long-term rehabilitation and replacement • Coordination with other planned projects- casts er Systems it is often cost-effective to prioritize � ` to#ercProject projects to coincide with other major scheduled improvements to reduce overall y; ` project cost and minimize disruptions. -- -- • Regulatory requirements These criteria may be combined into subsets and ` a matrix created with relative weights to assist in the final ranking and phasing of alternatives. µ. 8. Water and Wastewater Capital Improvement , / " 111111111110---- Plan- --"-Plan-King will prepare a final report summarizing „, the findings and recommendations from the /fang above tasks. Key deliverables of the CIP may " w1" it,„ include: • System Inventory- GIS map database showing major existing system , ,,,W,,, ,,,,isidiecimusst,,,, , d IMO Opt components •~WWI • Condition Assessment Results TABLE.OF CONTENTS • Demographic Projections, Demand, and VE, Flow Projections '444K E, E-311 rriPima x - '7'$'f)CSSJ!'1WS,......... 1-1 Sj • Reliability Service Levels z - w ----- - ° 1330.3'3 Embalm Ia1Noo�dnkea11irm....._..._... • Design and Construction Standards Mod.. adds .. 4-1.470 • Hydraulic Modeling Sacra,5 Mendang,�.,Owl*Andrei..��.�............................ri_._... 5.1 5.7 Sanwa 6 EvelnellaadAbpaimt and ROW fi•wrornrw. 0.' 64,3 • Evaluation of Alternatives - Prelmitar,ada Pea.,and Conon ti Com $.26 91911.1 a • PPdada dy Omega.PlinaPodocan _..........., b s I 3 • Priority Table/Map of Proposed 4reMr19 - -- w.._ - .._... _... 9.1 g.12 Improvements Sobs SO . te1�3 r._.........,.,...m_-__......._.. . _...�.-..—. ��.,. o Project description -co Seddon k-fO 8rdonit WOwdIIOF o C o S t Sa x y�Somme Pawed Oilman.pis.tf`f MAI kcal and 0,4ado s.,4* o In service date • CIP Implementation schedule VOLUME 3 ° • Schedule of Capital Expenditures King Engineering Associates,Inc. 275 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB PROJECT MANAGEMENT PLAN The first step in any project assignment is to understand the known factors so that they may be considered in development of the final Scope of Services. This includes defining the goals, objectives, special constraints and permitting requirements of the project through meetings and discussions with the City; Well g g y Defined reviewing any existing information pertaining to the project; Scope and conducting a field review. King will then be in a P position to prepare a well-defined Scope of Conduct Field Review Services, critical path schedule and budget for Review Existing Documentation execution of the project. Emphasis will be on ensuringthat all efforts required to q Meet with City and Define Goals meet the City's needs are identified. The draft Scope, schedule and budget will be submitted to the City for review and feedback. We would then meet with City staff to finalize these documents to the City's satisfaction. Key Elements of Project Management Plan Project Management Plan ✓ Goals/Critical Success Factors Mr. Maristany, Project Manager, will then establish a ✓ Scope of Services Task Breakdown Structure Project Management Plan, or PMP, that will serve as the project reference guide (see outline right). ✓ Critical Path Schedule ✓ Team Organization& Responsibilities A draft of the PMP, including the preliminary schedule, will be submitted to the City's Project ✓ Quality Control Process Manager for review and comment. After the City approves the PMP, services will proceed in ✓ Communications Plan accordance with the approved plan. Any deviation 1 Contingency/Risk Management Plan from the approved schedule, assigned staff or budget would require approval of the City. Progress Reports The quality of work provided by At King, we understand your need to remain informed King demonstrated an about the current status of your projects on an ongoing understanding for both the basis. We will address this, throughout the life of our contract, byprovidingthe Citywritten monthlyproject technical and financial aspects. status reports. This progress report will be maintained The quality of work was excellent by the King's Project Manager, Agustin Maristany, and and the project completed below will be provided with our monthly invoices. Each budget as a result of project cost Progress Report will describe developments within the control by King. project during the reporting period. King Engineering Associates,Inc. 276 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB In addition, the status report will specifically address the project schedule, the budget, and any corrective actions that need to be taken and by whom. The Progress Report will also outline efforts anticipated during the coming reporting period, with emphasis on any upcoming deadlines or milestones. This report will also serve as an exception report to inform the City of any unexpected developments in the project and the manner in which these issues have been resolved by the project staff. The Progress Report will enhance coordination efforts with the team and the City. I ENGINEERING DESIGN Consultant 0 C Engineering -÷ Submits Fee Consultant Engineering Drawings Services Proposal g Deliverables &Specifications Request Q •Basis of Design Report •Engineering Drawings at •Survey Periodic Milestones •Geotechnical Report •Technical Spcifications Miami Beach •Engineering Drawings in Electronic and Hard cs MIAIVII B EAiv.H Issues Task and Specifications CoPY Authorization •Cost Estimates •Easement Documents •Permitting z1111111111111 C © c .,■� Construction Post Design Final (1) Close Out Services Submittals Permitting Ui •RFI Processing •Engineering Drawings •RER 113 •Shop D raw ing s •Technical Specifications •FDOT •Change Orders •Cost Estimate •Public Works •Site Visits •Copies of all Permits •USAGE •Easements •SFWMD (8) Consultant Submittal The following is a sample methodology and approach for designing pipelines which will likely comprise the majority of the design level of effort. Subsequent sections address King's experience with trenchless construction, design-build professional services, and rehabilitation of water and wastewater system pipelines. Route Evaluation / Basis of Design Report It is anticipated that during this phase, the proposed route will be evaluated further and the basis of design will be defined in more detail. Items to be evaluated include: • Current and future flow and demand conditions • Points of Delivery, delivery pressures and/or infrastructure changes • Pipeline sizing, hydraulic and water hammer analyses • Required control, monitoring and SCADA devices, valves and other components King Engineering Associates, Inc. 277 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Available rights-of-way, easements and land acquisition requirements • Special crossings —Subaqueous crossings • Constructability/maintenance of traffic • Soils and geotechnical considerations • Existing utilities and potential conflicts • Wetland, endangered species, mitigation and other regulatory/permitting issues • Potential disruptions to residents and businesses • Maintenance issues/availability of spare parts • City's preference and past experience with materials of construction • Adaptability to future expansion and sea level rise • Operational constraints and flexibility • Construction and Operation and Maintenance costs • Stormwater issues • Staging and surplus soil plan • Flushing/disinfection water disposal • Funding sources • Public information meetings The final size of main to be installed will be established by the CIP based on flows and pressures as they relate to water mains and sewer force mains, and pump stations tributary to the proposed force main. Several additional factors need to be considered on water main projects such as Zoning of the properties involved (as they relate to fire flow requirements and residual pressures as required by the City and/or Miami Dade County; and minimum City diameter requirements. Once the final main size has been determined the Route Analysis is performed in order to determine the Best Available Route predicated on a "Benefit to Cost Ratio ". This would involve studying not only the shortest distance but to ascertain the nature and character of the Traffic Volume, MOT requirements (such as lanes closure, staging equipment area), extent of utility conflicts, impacts to residents, and 110 pavement resurfacing/restoration requirements. ,,. Also during this portion of the route analysis a Pre-Application as meeting with the Regulatory agencies having jurisdiction is to be held t° in order to establish permitting requirements. 41, based on the City's recent cost A Preliminary Cost Estimate, Y .:40-167 experience on similar projects will be included as part of the Basis of Design Report. 417 King will develop a number of alternatives and associated cost estimates for addressing the City's needs. The recommended Basis of Design will be discussed with the City and will be finalized prior to The King Team includes an experienced public information proceeding into the design phase. consultant MRG,pictured above at the MDWASD Government Cut Public information meetings or meetings with homeowners and Community Meeting. businesses can take place during this phase or during a later design phase as determined by the City. King's graphic designers can work King Engineering Associates,Inc. 278 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB with the City's Public Relations staff to prepare the required exhibits or handouts. King can also assist the City to present the project status to identified stakeholder groups or governmental entities. Pipe Material Selection A critical aspect of pipeline design is the selection of the pipe material which is often driven by several factors, some of which may include: • City operators preference and familiarity • Long term serviceability • Low life cycle costs • Compatibility with available fittings • Local contractor's familiarity • Ability to repair quickly and cost-effectively • System flexibility • Service conditions (submergence, corrosivity, contaminants, operating pressures, water and wastewater chemistry) • Corrosion resistance • Failure characteristics • Available diameters • Unit weight During development of the CIP and in coordination with the City, the King Team will recommend pipe pressure class, materials, coatings, and linings consistent with the proposed use (water mains, force mains, and gravity sewers) that are best suited for the expected conditions within the City. The King Team has installed virtually every commercially available pipe material. Table 1 provides a brief summary of common pipe material characteristics. On table on the following page provides a brief discussion of the characteristics of commonly used pipe materials. King Engineering Associates, Inc. 279 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Table 1-Pipeline Material Characteristics Pre-Stressed Bar Wrapped Pipe Ductile Iron Pipe High Density Polyvinyl Chloride Concrete Embedded (BWP) Steel Pipe (DIP) Polyethylene Pipe pipe(PVC) Cylinder Pipe(PCCP) (HDPE) King - - .60110A.21 „:,,, ` .777 44*, %, , 1011 ' 1 -' "4114,01.67 . i .. of p tl�(� �py/, N h I ll , t „�. ( Ari' Diameters Up to 144 Up to 72 Up to 144 Up to 64 Up to 63 Up to 48 (inches) Highest unit weight Unit weight less Has a longer laying Mechanical push on 40/50 foot laying 20 foot laying length. Ease of per foot but a wide than PCCP;wide length,there can be Sections do not have Installation range of laying range of laying length than PCCP joints allow for easy deformations during to be assembled prior lengths. lengths. and DIP. installation installation to installation. Requires coal tar Requires coal tar Requires coating, May require cathodic Corrosion epoxy coating in epoxy coating in cathodic protection protection in Power Corrosion and Corrosion and Resistance and bonded joints Corridor and poly- chemical resistant. chemical resistant. corrosive soils. corrosive soils. per AWWA wrap in corrosive soils Requires thrust Easily deflected. restraint system. Withstands burial System Cylinder thickness Requires thrust Maximum allowable Flexible for future loads,but a larger May bend,as Flexibility needs to increase to restraint system. deflection is 2%. connections.High Outside Diameter permissible by handle horizontal tensile strength. (OD)of pipe is specifications. stressesrequired. Supplier needs to Needs to be Has been installed in Limited installations demonstrate that Has been installed in Needs to be weighed Installation in high groundwater in high groundwater their piping system high groundwater weighed down to down to avoid flotation Groundwater g conditions. c conditions. can be installed g in conditios. avoid flotation during construction. wet conditions. during construction. Hydraulic Has a Hazen-Williams Has a Hazen- Has a Hazen- Has a Hazen-Williams Has a Hazen- Has a Hazen-Williams Efficiency C value of up to 140. Williams C value of Williams C value of C value of up to 140. Williams C value of C value of up to150 up to 140. up to 140. up to150 Fittings are specially Requires exterior Requires exterior manufactured. Would use ductile iron grout bands for grout bands for Fittings are readily Requires flanged or available and easier Typically use DI fittings which are Fittings protection at joints; protection at joints; welded fittings. fittings with MJ readily available and inside joint recess is inside joint recess is to install. adapters instead of easier to install. filled with mortar filled with mortar HDPE. Cost of Pipe Competitive prices for Competitive prices Competitive prices Competitive prices for Competitive prices Competitive prices for diameters>30” for diameters>30" for diameters>30" diameters<60" for diameters<30" diameters<30" - King Engineering Associates,Inc. 280 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Pre-Stressed Concrete Cylinder Pipe (PCCP) - consists of a concrete core, a thin steel cylinder, high tensile pre-stressing wires, and a mortar coating protecting the wires from physical damage and corrosion. The concrete core is the main structural load bearing component with the cylinder acting as a water barrier between the concrete layers (embedded cylinder pipe). The first AWWA standard for PCCP was developed in 1949 and subsequently revised multiple times until 1992 when AWWA created a new standard as AWWA C304. During the 1980s, PCCP experienced high rates of premature failures as the outer shell cracked allowing the Aloere thinner wires to corrode and subsequently fail. .72:4a W Improvements in manufacturing quality 'w• v control, concrete strength, thickness of steel cylinder, pre-stressing wire standards, and the thickness of the mortar coating, have resulted in a high quality pipe used extensively byy, ` r water utilities nationwide. PCCP is resistant to physical damage, has good corrosion King used ductile iron pipe for pressure transmission and resistance, and can be cost-effective. distribution mains for the Central Pasco Water pipeline However, the pipe is heavy, requires careful completed in 2010 installation to avoid cracking, is susceptible to hydrogen sulfide and acids when not coated, and water hammer can crack outer shell, exposing reinforcement to corrosion. PCCP can experience sudden brittle failure due to damage or corrosion of the pre-stressing wires, and repairs can be costly and time consuming, requiring welder and contractor to perform repairs, causing delays to get pipe back in service. Bar Wrap Pipe(BWP)- is made of a welded steel cylinder that serves as a watertight membrane and works together with reinforcing bars wrapped under tension with an internal concrete lining and external mortar coating to provide corrosion protection to the steel components. The AWWA standard for BWP was first issued in 1970. General differences compared with PCCP are that (1) the cylinder plays a much larger role in the structural integrity of the pipe, (2) it uses thicker soft steel wires as opposed to PCCP which uses thinner high strength steel wrapped under high tension, and (3) it allows for easy modifications in the field such as adding manholes, making service taps, or performing simple repairs. Corrosion of the thicker wires used in BWP takes significantly longer lead times to breakage as compared to PCCP. If the BWP mortar coating deteriorates or is damaged, the corrosion protection may be compromised, leading to ' M " W � corrosion, developing small leaks, and ultimately � elk pipe failure. Deterioration may occur on the bars or the cylinder and sudden brittle failure (like with / '�W �'W4. Kra PCCP is unlikelybecause of the mild steel used in � the BWP wires. Sudden rupture can occur but usually after an extended period of time and ' , ,,� preceded by leakage. MDWASD Small Water Main Replacement Project Completed by King 2015. King Engineering Associates,Inc. 281 AIMNMMIMMMMNIIMMOMINMMMMMMOMMIIMIMMIMIIIIIIIIIIIIIIIIIIIIMIIIMMI City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Steel Pipe- Introduced as early as 1800s, steel pipe has been used extensively for water and wastewater applications. It is very strong, can operate under high pressure, it is lighter than ductile iron pipe, it can deflect without breaking (cracking), it is easy to instal, it is shock resistant, can easily modified by welding, and can be easily modified in the field. Steel, however, is prone to external/internal corrosion, difficult to tap or repair, jointing requires skilled welders, and coatings and linings can be damaged during installation. Ductile Iron Pipe- In use in the U.S. since 1955, DIP is pressure pipe used for potable water and wastewater distribution. It is commonly used for both smaller distribution mains and large transmission mains. DIP is stronger, more fracture resistance than cast iron, and it is relatively more resistant to corrosion than cast iron and steel. However, it is susceptible to corrosion and retains some brittle characteristics. Usually, an internal cement mortar lining serves to inhibit internal corrosion and various external coatings are available to inhibit external corrosion, including polyethylene wrappings. High Density Polyethylene Pipe(HDPE)-Since AWWA created its standard for HDPE in 1992, HDPE has been used in transmission and distribution system applications. Prior to 1992 it was used normally for water services. Because of its resistance to corrosion, light weight, high strength to weight ratio, resistance to cracking, and smoother interior wall surface, it has gained acceptance for use in municipal water systems. Disadvantages include cost, difficult to repair or tap, hard to handle and install for larger diameters, and thermal butt-fusion joints requires higher laborer installation skills. Polyvinyl Chloride Pipe (PVC)- it is the most commonly used plastic pipe for municipal water distribution systems. It is lightweight, flexible, easy to handle, very durable, very smooth, has excellent corrosion and chemical resistance, can use DIP fittings with adapters, and has a high strength to weight ratio. Disadvantages include limited resistance to cyclic loading, is not suitable for outdoor above ground use, and is prone to dig-in damage. li Design and Permitting Phase To initiate design, our surveyors will review available topographical, boundary, , and state plane coordinate system survey data and obtain any additional survey --_. - information required for the design including boundary surveys, right-of-way '' *` -' surveys and jurisdictional surveys. Depending on the City's preference, aerials _hi— can be flown for the pipeline plan and profile drawings or the required data can be collected by full ground survey. As needed, the location of existing utilities will be confirmed using subsurface utility engineering equipment. King Engineering Associates, Inc. 282 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB As we begin design, we initiate several tasks concurrently. The geotechnical and survey crews are released simultaneously and coordinate closely so that the surveyor can pick up the boring locations and any utility markings associated with the borings. Depending on the size of the project, 1.14 • our survey crews commence with the route survey topographic and boundary components relating to existing easements (whether dedicated by plat or by legal instruments), identify right-of-way _. widths, and encroachments through latest survey equipment • technology (such as Total Stations, EDM devices, etc.) and locate , f all visible improvements along the proposed route. m: 'F At the same time we contact "Sunshine No Cuts" to request a ti,. - design ticket and identify all utilities within the proposed route. At „allow King, we have an effective approach to gather information on all , - w. utilities. Each utility is contacted by certified mail and email and we 4a follow up regularly by phone and email to ensure that we get all available information in a timely manner. All utility information is given to our surveyors who integrate visible and below ground information into the surveys. This information is carefully reviewed by our engineers and we often ask the surveyor to return to the field to verify conflicting or missing information. Once the route survey is completed then we can proceed with either ground penetrating radar (GPR)and/or ” soft digs " to further fine tune any other utility which may present a future potential conflict during construction. Also at this time we arrange for a formal pre-application meetings with the particular governmental authority having jurisdiction over the existing right-of-way. These could be several agencies including the City (PW, Fire Department), FDOT, Unincorporated Miami Dade County (RER, PW, WASD), Florida Department of Health, FEC Railway, and other incorporated municipal governments. Once the route survey is completed, we commence the actual production drawings design phase. Existing paved roads are identified. We identify whether they are two lanes or four lanes, curb and gutter versus swales, arterial versus residential. We also determine the pavement restoration width and resurfacing limits of traveled lanes and according to the Agency having jurisdiction whether milling is required or not. The design phase consists of the development of drawings and specifications that will be used for permitting, bidding and constructing the project. It is anticipated these documents will include the following: • Technical Specifications and front-end, contractual documents, using City's standard documents where applicable • Subsurface investigation/geotechnical reports • Contamination assessment reports if applicable • Drawings including: King Engineering Associates, Inc. 283 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 0. Plan and profile sheets showing, as a minimum, property lines, easements, existing utilities, above ground facilities, wetland boundaries, proposed pipeline alignment, points of connection, required fittings, valves, meters, vaults and other appurtenances, conflict resolutions and special crossing details Miscellaneous details including the City standard details, erosion control requirements, general notes and legends and Maintenance of Traffic requirements At this time, we develop the Specifications for the pipe material, predicated on intended use, either water main, force main, or gravity sewer. We also address the types of valves (gate valves, butterfly, plug valves, air release valves). We also identify the appropriate materials for water and/or sewer services where service conversions are involved. The documents will be submitted for City review at agreed upon intervals (typically at the 30, 60, 90 and 100% complete levels) along with Opinions of Probable Construction Cost. All comments from the City, as well as internal review comments, will be addressed and incorporated into the final design as required. Utility Coordination At the 30% complete level, two copies of the base plans will be submitted to each of the affected utilities and these utilities will be requested to verify and accurately depict the location of their existing facilities on these drawings. The data will be confirmed at a utility coordination meeting with these utilities to verify the location of their facilities and resolve conflicts. Subsurface Utility Engineering (SUE) will be used if required to supplement this information. Permitting Potential Permitting After our initial contacts with Permitting Agencies during the Agencies for development of the BODR, the King team will continued City Projects coordinating with these agencies and attend pre-application City of Miami Beach meetings at approximately the 30% complete level. The FDEP/RER necessary permit applications and required backup data will be Miami-Dade County ready for submittal at the 90% complete level. Florida Department of of thekeypermitting issues: Health Here are some pe tt gFDOT • Quality of life parameters would involve traffic FEC interruption, dust, possible service interruption, possible SFWMD/RER mangrove and or aquatic communities impact due to USACOE/RER proposed pipeline installation activities; • Life and Safety issues such as Fire protection, OSHA requirements (typically reflected under Chapter 1926.1101 as they may relate to Worker Protection during construction) and possible sanitary and potable water standards; • Right-of-way Ownership and the permit ability of the proposed pipelines along and within certain agencies'jurisdictional authority. We must identify the rightful ability to install and maintain the proposed pipeline and its relationship to other utilities within. • These Life and Safety, Public interests and Environmental Quality preservation are permitted under the following agencies; foremost is the Municipal Utility as Owner of the King Engineering Associates, Inc. 284 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB proposed pipe line, RER (formerly DERM Miami Dade County), Fire Department for Water Supply issues, State Board of Health (DOH) and the Public Works Department having jurisdiction. • With our Team's extensive history and background in Miami Dade County we have successfully dealt with all of the permitting agencies engaged with in the design and installation of pipelines. • Some additional agencies may be involved for some specific Permit conditions which would be triggered depending on whether a State or a Federal Permit would be required. Typically these are for pipelines involving the crossing of either Federal or State waters such as USACE, Florida Department of Transportation, DERM Coastal Section, SFWMD, and Water Control Division, if either a County Canal ROW is involved or a Dewatering Permit Class V is required. ■ These Permits require a long lead time so it is imperative that these are identified as early as possible and include in the Pre Application process. Maintenance of Traffic Maintenance of Traffic Plans are included at the Design Phase in order to allow the construction to take place while also minimizing traffic congestion/delays, and impa . Te Twelof identified withincts thet to Manual of Uniform King Traffic Controleamill Devicesstabish a forset maintenanceparameters of as traffic. This . manual follows State FDOT guidelines Index 600 series drawings which identify spacing and types of devices whether barricades, cones, flashing boards, proximity signs, warning signs, off duty police officer requirements and whether daytime or night time restrictions and type of road involved. Our Team has an extensive experience with the local District Six FDOT office in both preparing the MOT Traffic Plan for engineering design as well as application, processing and implementing the Street Closure for Survey Work. Our Team Member(Leiter Perez&Assoc.) recently executed the planned closure of Mac Arthur Causeway to Miami Beach on this past February 2014. On most projects, the designer prepares a conceptual MOT plan and a dry-run meeting is held with the appropriate agency. This process facilitates the ability of the contractor to expedite obtaining his MOT permit. King Engineering Associates,Inc. 285 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Quality Control It is King's philosophy that all team members are s responsible for the quality of the products being QUA,,AY/ItANPl 14 AN x produced. As such, we foster an atmosphere of continual quality control. The King team conducts formal internal quality control review at each review ♦!"ahe9.t•4+° .w e9"�'c.oir:.rt^A�,eY�A7.wa-,RO. �-+�� submittal level, prior to submittal to the City. King has ' established a standard Quality Assurance program for �` ` ---- -- -- --- J e�"'..q f+.T.awaf..6e+w r..,11,"L 4'W i•' its engineering projects. This program includes the I:Y>��.a►1Penyr qY<k.,.Y.":eelYal#le xMy �.i'.�Nf'aPswR Mee:s'1 4.Mr.:..rrTr �.—..w,► CweyY w,rr."p.gy 4+V'^"e'V+»w:re;ee.v v following points: . ...e.". _ m... . ,.x__wxe,+p sy..x.r•e,.rera•OYf4e6'.:;A+:I►=.sR) et �'�""'�� � . 1 Review of all calculations, specifications, and 4.Yf 7:••e7....ro`.xYWaRlsv.arr'..e'wq';nH:xiµyiy —_....eee.,..,."_ w drawings by another engineer in the same t#R.'ww.xxr eRu.l kv yNmtl.s7M a anrr"^4aI e•..".,r{w,:+R.at•< •—^--•" engineering discipline other than the person .. who was actually involved in the original calculations, specifications, or drawings. 2. Review of all drawings to ensure compliance with the City, and permitting agency " standards. King's Standard Operating Procedures 3. Peer review of the project at approximately the include extensive QA/QC processes and tools. 30% complete level to ensure a reasonable design basis for the project and that assumptions made during the development of the design appear reasonable to a qualified person not directly associated with the project up to that point 4. Review of the completed project relative to the coordination between the various engineering disciplines and the prevention of interferences between the various components of the design. This review is normally provided by the Design Project Engineer. 5. An operability review of the completed project will be provided by a separate individual who is familiar with operations of a facility similar in design or it may be provided as part of the Quality Assurance review of the project. 6. A constructability review of the completed project may be provided by a separate individual who is familiar with projects similar in design or it may be provided as part of the Quality Assurance review of the project. 7. Quality Assurance review provided by a senior member of the firm (Quality Control Officer), which may also include a review of the project for coordination, interference, operability, and/or constructability, as noted above. 8. Final review of the overall project and of all deliverables by the Project Manager, and Principal-in-Charge/Quality Control Officer. 9. Review of the drawings and specifications by the engineer assigned to provide professional engineering approval, a registered P.E. in Florida. 10. Drawings and specifications will be signed and sealed to indicate that each major item noted above has been completed. In addition, signed copies of calculations and sketches will be maintained on file for the project. A checklist will also be dated and signed off by each reviewer who was involved in each deliverable. King Engineering Associates,Inc. 286 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Upon completion of work for the 100% design phase, a submittal package will be made to the City final review and approval. After adequately addressing all of the 100% review comments and completing all Quality Assurance reviews, the final submittal will be made to the City as bid packages. Final Product Design data and documents will be signed and sealed and submitted to the City along with the following as part of the 100% Design Phase submittal: • Signed mylar-reproducible and electronic copies of all drawings • Paper and electronic copies of all technical specifications • Signed and sealed copies of drawings, technical specifications and design calculations • Final statement of quantities and probable construction cost in City's prescribed format • Final legal descriptions and sketches of proposed temporary or permanent easements Bid and Award Phase f fix, During this phase, King will attend the pre-bid meeting and place great importance on responding to contractors' ° n„ questions adequately and thoroughly through Addenda. It is our opinion that contractors will more accurately bid # the project if they have a thorough understanding of the «f`- plans and specifications. Our previous experience with projects in the area should minimize contractors' questions and provide the City with very competitive bids. Once the bids are received, King can review the bids for Dunedin Causeway Construction Staging Area completeness and accuracy and will obtain and contact references for the apparent low bidder. We can then make recommendation of award to the City. Upon City's direction, we can prepare the Contract Documents for execution. Construction Phase The best design can become an unsuccessful project if the construction effort is not 466 carefully controlled. The King team will utilize the same individuals for review of contractor submittals (shop drawings, samples, etc.) as performed the design. This maximizes compliance with the design intent and minimizes review time. Upon award by <<9"` I^, the City of the construction contract, King will provide construction consultation phase rritt--1;11 a'jp services. Engineer of record (EOR) services during construction will typically include the following tasks and activities: • Attend a pre-construction conference • Process,review and distribute shop drawings and samples. • Respond to contractor Requests for Information(RFIs). • Interpret the Contract Documents. King Engineering Associates,Inc. 287 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Review and comment on the contractor's construction schedule. • Report whenever it is believed that any work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any test or approval required, and advise the City of work that should be corrected or rejected or should be uncovered for observation, or requires special testing, review or approval. • Resolve differing site/field conditions. • Maintain orderly files for correspondence, reports of job conferences, St-op Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, RFIs and interpretations of the Contract Documents, progress reports, and other Project related documents. • Record names, addresses and telephone numbers of all Contractors', subcontractors and major suppliers of materials and equipment. • Conduct and administer monthly on-site progress meetings and keep and distribute minutes. • Review contractor proposals and change order requests. • Review contractor pay requests. • Respond in a timely manner to all RFIs with supplemental drawings, specifications, etc. • Assist the City with responding to resident complaints and maintain records of such. • Provide substantial and final completion site visits, develop punchlists and make recommendations to the City regarding acceptance. • Provide startup assistance. • Review Operation & Maintenance (O&M) manuals. King can also provide O&M training, if required. • Evaluate testing results and make recommendations. • Verify that test, equipment and systems startups and operating and maintenance training are conducted in the presence of the appropriate personnel and that Contractor maintains adequate records thereof; and observe, record and report appropriate details relative to the test procedures and startups. • Review the contractor's as-builts and prepare Record Drawings. • Prepare and submit certifications to the permitting agencies. • Assist as required to close out the construction contract. At the City's discretion, the King Team van provide full "=-'- ' r=„--em construction management and inspections services. King -At q, 6.k believes that the EOR firm is best suited to provide these w �, � :;;a; services because the EOR is most familiar with the n desig specifics and specifications and can oversee the contractor77%**" more cost-effectively. a :i.alw.ma,,xdi,✓crrJiiaai,wn•wraa. [4�StilLI�G'yi. -... b/ a"."". IC Bermudez 24"DIP Pipe to Pump Station King Engineering Associates,Inc. 288 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Successful Approach King has developed the foregoing approach based on our experience in undertaking the design of major pipeline projects. We have been successfully using this approach over the years and look forward to continuing this success working with the City of Miami Beach. Design Suggestions In the course of our experience, we have encountered unusual conditions on several of our pipeline design projects. As a result of this experience, we have developed some "design suggestions", which may result in a better and more cost effective final product. • Desi•n Su.•estion #1 - Positive Drainin. Profile Water Transmission Mains) For water transmission mains, it is good practice to develop a drainage plan for the pipe system. This includes the inclusion of blow-offs at low points and air and vacuum release valves at high points. The blow off discharge location should allow for proper disposal of the drained water. King recommends showing a gradient on the water transmission pipeline profile to maintain positive drainage, minimize ARV and blow off quantities, reduce construction costs, and improve long term maintenance of the transmission line. • Design Suggestion #2- Electrography King suggests performing electrography on the pipeline route. Electrography is an above- ground visual record of the pipeline route. A pre-construction video records existing conditions before any materials are delivered and before any work begins. This record includes driveways, foundations, sidewalks, landscaping, utilities, manholes, existing conditions in ditches, ponding in adjacent properties, curbs and road surfaces. Post- construction video provides a record of the site after all work and restoration have been completed. King also recommends an internal CCTV inspection to document the condition of any affected gravity sewer within the project corridor. • Design Suggestion #3-Microtunneling One trenchless technique for major road crossings is microtunneling. It is a proven alternative to horizontal directional drilling and auger boring in high risk crossings. Auger boring does not allow for the high degree of accuracy and control that is required in critical crossings. Horizontal directional drilling, particularly highly advanced guided horizontal directional drilling, is well suited to pipeline installation. However, the bending radius required for larger diameter horizontal directional drilling may necessitate installation lengths that exceed the desired crossing length. Furthermore, the large overbore required by horizontal directional drilling can result in unstable soil conditions beneath a critical roadway. Microtunneling, advancing on the principles of auger boring and horizontal directional drilling, allows for extremely precise control of the installation while maintaining stable soil conditions outside of the bore. The King Team, and in particular Staheli, have designed numerous microtunnel sections. We have prepared an extensive write up on microtunneling later in this section. King Engineering Associates,Inc. 289 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Design Suggestion #4-Avoid Utility Interferences through Proper Use of SUE and GPR Subsurface Utility Exploration (SUE) and Ground Penetrating Radar (GPR) services will be undertaken at key locations in the project. We will locate critical underground utility locations in the early stages of the design process to allow designers to identify potential utility interferences and design solutions. • Design Suagestion #5-Contractor Storage "7": 1111"11e° . and Lay Down Another consideration in pipeline projects is the accommodation of contractor storage and lay down area. We will typically evaluate this issue during design, since it can have an important King obtained a significant construction easement for the JEA TWMP Segment 1 Waterline impact on cost and can result in the need to secure Temporary Construction Easements. • Design Suggestion #6- Cathodic Protection Where necessary we should consider conducting a corrosion control engineering evaluation of the pipeline route to determine if cathodic protection is _M required in addition to standard polyethylene wrap. - Ductile iron pipe can be subject to corrosion related ,, ; ;4,41 failures. King recommends obtaining soil samples to - `' . � a depth of the approximate pipe invert at - - approximately 1,000 foot spacing and test the 0-. samples for moisture content, pH, resistivity, hr- wM. chloride ion concentration, sulfide ions Nom: µ concentration, sulfate ion concentration and Redox Dunedin Causeway Subaqueous Crossing potential. King may recommend performing in-situ Construction soil resistivity measurements to determine average soil resistivity conditions from grade to the approximate pipe invert and performing electrical measurements at select locations to determine if stray current control measures are warranted. Also, it should be considered that corrosion control impacts that may be caused by nearby high-voltage AC transmission lines, cathodically protected pipelines, and other potential sources of stray current corrosion. • Design Suggestion #7-A C l�'itiaation King will consider the need to install insulating flanges to isolate a transmission main into segments and bonding the pipe joints within each section. This allows corrosion rates to be monitored using test stations installed on each segment of the transmission main. Should transmission main corrosion be found to occur resulting from, say, the future co- location of another pipeline with its cathodic protection system, a cathodic protection King Engineering Associates,Inc. 290 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB system can be readily installed on that small segment of the transmission main in a cost effective manner. Since the transmission main may be near a high voltage AC power corridors, there are considerable safety hazards created by both the induced AC from the overhead conductors and from possible ground fault conditions. It may be warranted to conduct an AC Mitigation Study to evaluate and design the appropriate mitigation measures necessary for worker safety, including zinc ribbon mats in the vicinity of above ground pipeline appurtenances such as valve operators, air release valves and meter assemblies. Further, King can prepare a Safety Plan for High Voltage Construction in high voltage power corridors. • Design Suggestion #8- Surge Attenuation Pressures generated by transient conditions (water hammer) can cause significant damage to utility systems. The most frequent causes of severe °� . d 1s 3 transients in utility systems are unanticipated rd, g events or abrupt changes in operations, such as sudden valve closures and power failures. King ro can provide transient modeling and surge protection system design expertise to analyze and protect against damage from transient conditions Dunedin Causeway Subaqueous Crossing for water transmission mains. • Design Suggestion #9- Temporary Construction Easement Requirements Our Team has specific expertise in right-of-way acquisition and Temporary Construction Easements. Temporary Construction Easements are often required for pipeline projects to give the Contractor additional working room during the installation process. It is important that all conditions negotiated with the property owner are properly conveyed to the Contractor during the bidding so they can be properly accounted for in the bid price. It is advisable in the initial stages of design to evaluate any temporary construction easements that may be required. With any tunneling type operation - microtunnel, jack & bore, or trenchless - accounting for adequate space for jacking and receiving pits is important. If temporary construction easements are required, they will be identified early in the design process to maintain project schedules. • Design Suggestion #10-Subaqueous Crossings From time to time, particularly in South Florida, pipe line projects require a crossing of an open body of water, such as the Bay, or more often a canal, utilizing subaqueous installation technique. • The Subaqueous canal crossing uses special joints such as Ball and Socket where both a large pulling force and considerable angle deflection, upwards to 15 degrees are required in order to assemble the pipeline crossing on the ground and then "pull" across the canal. King Engineering Associates,Inc. 291 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB ■ Another very critical task is to determine the cover of the subaqueous pipe itself below canal bottom. This depth is established by researching the hydraulic design canal bottom elevation of the District and then placing the top of pipe a safe cover under for future canal dredging operations. Small Diameter Water Main Replacement Programs and Water Service Conversions King has recently worked with MDWASD on their Small Diameter '/Vater Main Replacement and Water Service Conversion Program. On these Replacement Programs very close coordination between the Contractor, MDWASD and t«,ri-, r u the Engineer must exist in order to provide a smooth service . b transition from the old mains to the new mains. King evaluated MDWASD's entire water distribution system " . using GIS analysis and categorized all undersized water mains below 4 inches under one of the three phases depending on specific conditions requested by the Department. A database was developed in order to track quantities, location, cost, and project progress for approximately 43,000 rear water service connections under the program. King estimated Program cost at approximately $ 1.5 Billion. 311 high priority properties were completed with very high customer satisfaction averaging 93% good to ii/AatiA44COVVI excellent ratings. _CARD OF 4 ImreCCPVtSSICN CAM-CU b OIItN 0,1e.,JK King provided construction management, inspection di:t A M..,.. services, assisted contractor with permits, and assisted with "j".." final project closure and decommissioning of rear water • :�x mains. King also developed procedures, protocols and +i'•','.4 per'tr) •+A _1,, 0, project management tools to be used on future phases of �� =� - ' -_� =� •t p J g the program. King served as the liaison between the property owner, the in` 'Na�TE� RF?i.,'4EPJIElTPt?�3�SR.�'�i contractor, and the MDWASD to ensure each project was +ua E rrarncE. �t=s44€f r �= r.�T� aER'�3cEa'T4� �:��rtr����������:r.a r:��r;�c:�i��.�� completed to the full satisfaction of every party involved. A `N-it*CI„'t fiAYAND C3RA`CASLESAREAS `Customer Notification Package' was prepared for mass RFC4 T16011 SET mailings notifying property owners at key milestones of ---- project completion Agreements were developed in mi. At coordination with County legal staff in three different languages (English, Spanish, and Creole), and King was responsible for securing execution of the agreements to allow certified plumbers to perform work on private property. In addition, a customer's concern database was developed to track all customer questions and concerns through final successful resolution. King Engineering Associates,Inc. 292 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB I MICROTUNNELING King and our Team Members are very experienced in microtunneling. ii, - . `° � *�° p Staheli is a national expert in the design of microtunnels, ,. ,T,�... M 4 wF , horizontal directional drill, and other trenchless N� - , .-1,4 -,......-- wc- y, --1 technologies. 'M ,�,y!4i p ��A Microtunneling is a trenchless construction method used to install pipelines beneath r r y, „ ahighways, railroads, runways, harbors, rivers, B �� ,,,y f ‘,,,,,l' ,1/4,\,„LL„,\ ',4' '''' , and environmentally sensitive areas. w Microtunneling is defined as a remotely- JEA TWMP Segment 1 Water Line Microtunneling controlled, guided, pipe-jacking operation that provides continuous support to the excavation face by applying mechanical or fluid pressure to balance groundwater and earth pressures. Support at the excavation face is a key feature of microtunneling, distinguishing it from traditional open-shield pipe-jacking. Microtunneling requires jacking and reception shafts at the opposite ends of each drive. A microtunnel boring machine (MTBM) is pushed into the earth by hydraulic jacks mounted and aligned in the jacking shaft. The jacks are then retracted and the slurry lines and control cables are disconnected. A product pipe or casing is lowered into the shaft and inserted between the jacking frame and the MTBM or previously jacked pipe. Slurry lines and power and control cable connections are made, and the pipe and MTBM are advanced another drive stroke. This process is repeated until the MTBM reaches the reception shaft. Upon drive completion, the MTBM and trailing equipment are retrieved and all equipment removed from the pipeline. Most microtunneling operations include a hydraulic jacking system to advance the l . r "1114,17111,FT4 MTBM and pipe string, a closed loop slurry �w system to transport the excavated spoils, a w slurry cleaning system to remove the spoil u ...*,-1,-:" , --, 1 e l from the slurrywater, a lubricationsystem = - M o to �, lubricate the exterior of the pipe string ` -- , during installation, a guidance system to µ 4. I ,w, provide line and grade control, an electrical ,,,..r• supply and distribution system to power equipment, a crane to hoist pipe sections y; into the jacking shaft, and various trucks and loaders to transport spoil off site. N a ,-- . Alderwood Twin 54-inch Microtunneling MTBM 1 MTBMs have a rotating cutting head to excavate the ground material, a crushing cone to crush larger particles into smaller sizes for transport through the slurry lines, a hydraulic or electric motor to turn the cutting head, a pressurized slurry mixing chamber behind the cutter head to maintain face stability, an articulated steering unit with steering jacks for steering corrections, various control valves, King Engineering Associates,Inc. 293 • City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB pressure gauges, flow meters, and a data acquisition system. Additionally, the MTBM has in- line cameras to relay information to the operator and a target system for guidance control. Precise control of line and grade is accomplished using the guidance system and steering jacks to locate and steer the MTBM during a microtunneling drive. The guidance system usually consists of a reference laser mounted in the jacking shaft, which transmits a beam onto a target mounted inside the articulated section of the MTBM. This and other operational information is transmitted through wire cables to a control cabin located on the surface. Microtunneling machines are capable of independently counter-balancing earth and hydrostatic pressures. Earth pressure is counter-balanced by careful control of advance rates and excavation rates of spoil materials. Groundwater pressure is counter-balanced by using pressurized slurry in the soil-mixing chamber of the MTBM. There are several important design considerations in the successful implementation of a Microtunnel installation: Geotechnical The foundation of any new trenchless construction work is a thorough understanding of the subsurface conditions. Without 1JN Y5' 4r.z 'tiG' 'Rv k'/ � accurate knowledge of the , ' "° .%; � ' w conditions to be encountered, one cannot properly prepare a design that will s minimize construction risk and potential construction claims. Further, insufficient or , (s#,, Woo,' inaccurate geotechnical information hinders fiff contractors' abilities to prepare responsible, if competitive bids. A contractor must consider risk a. due to unknown or difficult conditions when 4 Balch Consolidation Conduit 84-Inch Microtunnel preparing a bid. If inadequate geotechnical Portland,OR information is available, the contractor is forced to make the difficult decision of either adding significant additional cost to his bid (likely making his bid uncompetitive) or making optimistic assumptions and then having to pursue claims during construction if more challenging conditions are encountered. We feel that at a minimum borings should be spaced at 500 feet or less. Additionally, borings should always be performed at planned shaft locations. Such borings not only allow for a good understanding of the conditions to be encountered when building the shaft, but the findings of the borings can be compared to the conditions encountered in the larger excavation during shaft construction. This allows the contractor to better prepare for conditions that may not have been possible to capture in a small-diameter boring. It is important to obtain borings even in hard to access locations. Many times trenchless construction is used to avoid disturbance to surface features such as highways, railways, or waterways and it is tempting to avoid borings in these locations to further minimize disruption. King Engineering Associates,Inc. 294 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB However, doing so may create a significant data gap. This is especially true of long river crossings. Borings located only near the shaft locations can fail to uncover significantly different geotechnical conditions that have been affected by the watercourse or activities of man over time. Drawings Plan and profile drawings represent the most basic and important portion of the �- ,�y.: contract document package. For a microtunneling project the drawings must . include the basic design information of bore length, depth, invert elevations, and ,a,- fkr'; slope. Vertical excavations are a requirement for almost all micro-tunneled crossings. However, the design of microtunneling shafts is almost always the responsibility of the general contractor, as they are typically temporary features. Therefore, any illustration of shafts on the drawings should be approximate and clearly noted as such. However, while the contractor will be ultimately responsible for design and construction of the shafts, the designer still needs to take into account the space and logistical needs. A basic shaft outline should be included on the drawings that captures the reasonable maximum outside dimensions of the support system that will be constructed. This is an important consideration during the design phase to ensure that adequate space is available to construct the shaft, considering utilities, traffic control, and easements/ rights-of-way. An often overlooked consideration on microtunneling projects is adequate work areas for shaft construction and tunneling operations. Microtunneling equipment layout is very flexible, allowing for many varied layouts to fit available space. However, while the shape of the area can be flexible, the minimum area needed is about 7,000 square feet for installing pipe of approximately 24 to 48 inches. As the installed pipe size increases to the high end of microtunneling capabilities at 72 to 96 inches, the minimum jacking shaft work area increases to 10,000 square feet. Specifications Microtunnel project specifications need to be carefully t w 9. crafted to address the unique aspects of the project. ) 1 ,` Microtunneling construction problems sometimes , F w or originate with shafts. Onlymethods that areQ�'`� *AA/, 1 , .. g ,,,,, M k,�, „. compatible with the ground and groundwater s Mw ' ```, 1� conditions anticipated should be allowed. Shaft `' � V z,v', bottom stability is essential for microtunneling. Unstable shaft bottoms can result in boiling and JEA TWMP Segment 1 Water Line flooding, line and grade problems, and inability to Microtunnel Shaft complete the drive. Ground and groundwater conditions must be thoroughly investigated to evaluate the risks for bottom heaving and boiling. Again, performance criteria can be included in the shaft specification to ensure that the shaft bottoms are stable. The issue of treatment and disposal of nuisance groundwater inflows into shafts must be considered. King Engineering Associates,Inc. 295 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Guidance and Steering One of the advantages of microtunneling is the high level of accuracy with which pipe can be installed. A reference laser and active target system combined with a fully-articulated steering head are typically used, and allow a microtunneled pipeline can be installed to within plus or minus one inch of design line and grade. Laser guidance remains by far the most common system used for microtunneling in the United States. Another item that is important with regard to steering of the MTBM is sufficient radial overcut. All MTBM's are set up to create a bore diameter that is larger than the maximum outside diameter of the jacking pipe to be installed. The machine overcut creates an annular space around the advancing MTBM and jacking pipe that provides several benefits including reducing skin friction, allowing for the injection of lubricant, and providing space for the front section of the MTBM to articulate, and facilitating steering. Annular Space Grouting For grouting to be effective; it must be undertaken very soon after completion of the bore, before the ground has closed in around the pipe. It is also important to specify appropriate materials to obtain a flowable mix that can achieve good filling of the annular space. Intermediate Jacking Stations (IJSs) Intermediate Jacking Stations (IJS's) are good insurance for long drives and high jacking forces, especially where there is no convenient access for a rescue shaft. A reasonable strategy for IJS's is to specify that one or more fully assembled IJS's be on-site for drives exceeding a certain length, and their use be specified when jacking forces reach a certain level. II HORIZONTAL DIRECTIONAL DRILLING (HDD King has performed over 500 individual horizontal directional drills as part of numerous projects throughout Florida. King designed and successfully installed HDD's for water mains, reclaimed water mains, and force mains ranging from 2-inch to 36-inch in diameter and up to 3,000 feet long. HDD is perhaps the fastest-growing technology in the trenchless industry. The horizontal- directional-drilling process represents a significant improvement over traditional cut-and cover methods for installing pipelines beneath obstructions, such as roadways, driveways, historical areas, landscaped areas, rivers, streams, and shorelines, which warrant specialized construction attention. The tools and techniques used in the HDD process are an outgrowth of the oil-well-drilling industry. The first use of directional wells in oil fields was motivated by economics. The oil fields off the California coast were the spawning grounds for directional drilling practices and equipment. Later oil and gas discoveries in the Gulf of Mexico and other countries promoted the expansion of directional drilling technology and practices. The horizontal drilling rigs used for utility and pipeline construction are similar to the oil-well-drilling rigs with the major exception that a horizontal drilling rig is equipped with an inclined ramp as opposed to a vertical mast. King Engineering Associates, Inc. 296 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB This rapid growth of HDD technology is attributed to: • The increasing traffic-control and restoration costs involved in the installation of utility conduits and pipes in congested urban areas and the need to dig around existing utilities. • The increased awareness of social costs such as traffic delays, disruption of business activities, and disruption to residential neighborhoods. • The increasing environmental regulations for the placement of pipelines across rivers, wetlands, and other environmentally sensitive areas. • Several factors make directional drilling more appropriate for water and wastewater pipelines than in the past: o Current HDD equipment can install pipe in larger diameters. o Directional drills are perfectly suited for installing the types of pipe used in water and sewer systems. HDD crews are experienced in the installation of fused lengths of HDPE pipe. Restrained-joint PVC pipe and ductile iron products are ideally suited for installation by HDD equipment; couplings quickly lock sections of pipe together, holding them firmly while pipe is pulled into place by a directional drilling unit. o Today's HDD equipment can operate effectively in most soil conditions, including loose and solid rock. o Directional drilling often requires less support equipment than other methods. o HDD is a viable construction alternative that has become very competitive cost-wise in areas where there is limited access and in high-traffic locations, where it eliminates most surface repairs. The HDD System The basic components of a horizontal directional drilling system include: f %9 ; , / / u ;4,00',t/1%,,14,1 / 1%/r r i9 ;,, / • Drill unit • Guidance system " • Drilling fluid system (A111111. s s k � r "1/0.11,00• Drill pipe and downhole tools including bits and back reamers • Drilling fluid mixing or recycling system The HDD rigis connected to th e cutting HDD Installation of 36-inch Steel Pipe Through Very Soft Soils bit by the drill string, which is made up individual joints of pipe. Back reamers are used to increase the diameter of the pilot hole to the required size to accommodate the diameter of the pipe to be installed. The drilling fluid, commonly known as mud, plays an essential role in drilling, back reaming, and product pullback. The fluid mixing system is separate from the drilling rig. Fluid recirculating systems often are employed on long bores to install large-diameter pipe. After offloading the HDD rig, it is positioned over the bore path centerline at an adequate distance from the drill entry point to allow the drill bit to enter the ground at the desired location King Engineering Associates,Inc. 297 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB and angle. The HDD rig is often tied down using the powered rotating screws located on the front of the drill rig. The HDD drill rig is used to drill and ream the pilot hole and pull the pipe back through the hole. HDD drill rigs provide torque, thrust, and pullback to the drill string. The drill drive assembly resides on a carriage that travels under hydraulic power along the frame of the drill rig. The thrust mechanism for the carriage can be a cable, chain, screw, or rack-and-pinion system. In addition to the drilling rig, a variety of support equipment may be required. Depending on the HDD project, a drilling fluid or mud cleaning and recirculation unit, drill-pipe trailer, water truck, and pump and hoses may be required. An excavator is needed to dig the entry, exit, and recirculation pits. In urban or environmentally sensitive areas a vacuum truck may be required to handle the fluid in the return pits or inadvertent returns. The physical size of the HDD equipment is also important because the available setup space at many project locations is often limited. HDD units come in a wide range of sizes, with the units most often employed for utility work yielding between 5,000 and 90,000 pounds of pullback. Pipe Installation Installation of a pipe by HDD is usually accomplished in three stages. The first stage involves directionally drilling a small-diameter pilot hole along a designed directional path. The second stage consists of enlarging (reaming) the pilot hole to a diameter that will support the pipeline, and the third stage consists of pulling the pipeline back into the enlarged hole. In some cases the second and third stages are combined into one step. Pilot Hole The first step in a HDD installation is to drill a carefully ir ,f,-.7,60y / guided '77 pilot hole that delivers the drill bit and bore head .t! A` //^ ; �,,.! to the surface at the specified exit point. The bore is ..., �. launched from the surface and the pilot boreproceeds - ' / '4- . - t. i 1 ii downward at an angle until the necessary depth is 1 a r;. reached. A small-diameter drill string penetrates the . ..2;': ground at a prescribed entry point and the design entry NF;;;:, � 1 ,,,i// Hli r` W /y �/1 angle, normallybetween 8 and 16 degrees. To help '/ , , prevent the drill rod from deflecting upward or to the side, 1! 11., w / ,�,� the pilot hole is usually started with the slanted drill heady/ 1H x w . W,„7.d ; i at the 6 o'clock position. At a prescribed depth or point ,,k ' . � 2'1” °47./. the drill pipe is bent to follow the proposed drill path and King's Pinellas County Galvanized Water Main the designed bending radius. Then the path of the bore is HOD Installation gradually brought to the horizontal, followed by another bend before the bore head is steered to the designated exit point, where it is brought to the surface During the drilling process the bore path is traced by interpreting electronic signals sent by a monitoring device located near the head of the drilling string. At any stage along the drilling path the operator receives information regarding the position, depth and orientation of the drilling tool, allowing him or her to navigate the drill head to its target. The drill path may also be tracked with King Engineering Associates,Inc. 298 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB a wire line or a wireless non-walk-over system. Regardless of the tracking system used, the objective is to locate the actual position of the drill head as it progresses along the pilot bore path. After the pilot string breaks the surface at the exit location, the bit is removed from the drill string and replaced with a back reamer. The bore path is made up of straight tangents and long radius arcs. Reaming Once the pilot hole is successfully drilled, the hole is often enlarged to a suitable diameter for Ny the pipeline. For instance, if the pipeline to be A' ', 414 installed is 8 inches in diameter, the hole may be .N:� ;yw ', -41 enlarged to 12 inches or more. This is ,( accomplished by reaming the hole to successively larger diameters. Generally the fik, �; y„- � �""`”� po�� k . reamer is attached to the drill string on the bank y % opposite the drilling rig, rotated, and pulled (pushed in some instances) the �p back through g pilot hole. Joints of drill pipe are added as the reamer makes its way back to the drilling rig. �a - .. Large quantities of slurry are pumped into the hole to maintain its integrity and to flush out cuttings. While soil conditions do have an impact, the required number of reaming runs is mainly dependent on the diameter of the product pipe and the diameter of the pilot hole. It may vary from no reaming runs to several for large-diameter product pipes. One method, typically called a continuous bore hole, involves enlarging the pilot hole to the desired diameter while simultaneously pulling back the line product behind the reamer. In some situations with small-diameter product pipe or conduit, the pipe can be pulled straight into the pilot hole after the drill is completed. However, in most HDD operations the bore hole has to be reamed to enlarge the hole to accommodate pulling in the product pipe. Generally the bore hole is reamed to 1-1/2 times the outside diameter of the product pipe. This provides an annular void between the product pipe and the drill hole for the drilling fluids and spoils and for the bending radius of the product pipe. Pullback Once the drilled hole is enlarged, the pipeline can be pulled through it. The pipeline is prefabricated and usually tested on the bank opposite the drilling rig. A reamer is attached to the drill string and then connected to the pipeline pull head via a swivel. King Engineering Associates,Inc. 299 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The swivel prevents any translation of the reamer's rotation into the pipeline string, allowing for a smooth pull into the drilled hole. The product F has to be supported for thepullback lY X�...: Y� p 5 -a aC µ pipe p p _ �� ,4,�,�; operation. This is usuallyaccomplished �s p acco p shed on rollers � R, � �4` ��M,4�Rx 4� or with some type of crane or backhoe. Caution ,�,,, �--- - - �" has to be exercised during the pullback to ensure that the product pipe or its coating is not :��... »wW: �m� damaged. :, . ,,;.'7' -.:, -;.,..ii4-4,-. '. : -fit,. Tracking y In HDD applications tracking is the ability to HDD Pull Back during the Dunedin Causeway Crossing locate the position, depth, and orientation of the drilling head during the drilling process. The ability to accurately track the drill is essential to the completion of a successful bore. The drill path is tracked by taking periodic readings of the inclination and azimuth of the leading edge of the drill string. Readings are recorded with a probe that is inserted in the drill collar as close as possible to the drill bit. U SEISMOGRAPHIC SERVICES Vibration from construction projects is caused by ground motion from general equipment operations, including pile driving, sheet pile installation, drilled shaft casings, earthwork compaction, and demolition activities. Although construction vibrations are sometimes noticeable outdoors, they are mainly observed indoors. While it is conceivable for ground motion from construction projects to cause damage to existing structures, construction vibrations rarely cause even minor cosmetic damage to buildings. The primary concern is that the vibration can be intrusive and annoying to building occupants. Special consideration and monitoring is often necessary to protect existing structures and utilities that are relatively close to vibration construction source. Unlike earthquakes, which produce vibration at si-. _ ACCEPTABLE very low frequencies and have a high '` Osumi --'" potential for structural damage, mostww ., �,S A4 ^CC',PT*n,.e construction vibrations are in the mid-to- a' r.-07 .. �e upper frequency range and have a lower ' potential for structural damage. tt) x Cscs In the U.S., commonly applied standards FRE'``SNCY`" ) (7.c 1.tt1'F.rr,rex1 r'c 3 f/r e...z t«r/'a s,,t,► /rfr-iM;r t«rxtr;r'Irr, ,.x p.414,4«,trt w &i144r144,414 for allowable vibrations at various frequency levels are those published for the U.S. Bureau of Mines (USBM) and the Office of Surface Mines Reclamation and Enforcement (OSMRE) as shown on the following chart. Our subconsultant, GEOSOL, has experience with vibration monitoring and has conducted similar programs for pump stations, bridge crossings over CSX and FEC railroad crossings as well as at airport facilities, parking garages and FPL sub-stations. GEOSOL has provided recommendations addressing vibration monitoring induced by construction activities and is very familiar with standard vibration monitoring during construction, including FDOT Specification King Engineering Associates,Inc. 300 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Sections 108 and 455. GEOSOL's vibration monitoring program typically includes placement of vibration monitoring devices at several locations during the pile driving operations to get early vibration data for a given hammer setting and for existing soil/rock conditions. The data provides a good understanding of the vibrations to be anticipated and can be used to adjust pile driving operations accordingly. Care is taken during construction to keep vibration levels below the limits required by the limits of the FDOT Specifications levels in order not to impact existing facilities arid utilities. Measures such as pre-forming and operation of pile hammers at reduced fuel setting will be evaluated to eliminate and/or maintain vibration levels at a minimum and in accordance with FDOT Specifications. GEOSOL has provided recommendations addressing vibration monitoring induced by construction activities on a number of projects including: • Desitin-Build SR 836/Dolphin Expressway Improvements, from NW 57th Ave, to NW s s Ne 17th Ave., Miami; FL. GEOSOL performed vibration monitoring during pile driving operations for installation of 18-inch aCCINordberg ,;• EMI " precast prestressed concrete piles associated with bridge 13 widening over NW 37th Avenue. Of primary concern, was `" the monitoring of pile driving vibrations in - ** F:, � the vicinity of the closest existing structure - • to the pile driving operations, i.e. the Miami- Arno Ram 010 Dade Water and Sewer Pump Station *to 44. located at southeast corner of the k intersection of NW 37th Avenue and SR 64" 836. Continuous vibration monitoring was performed during the installation of piles 1 y-, through 4 for Bridge 13- End Bent 4. A portable vibration monitoring device was set at a distance of about 46 feet from the pile driving sources and about 2 feet from the pump station located at southeast corner of the intersection of NW 37th Avenue and SR 836. • Design Build SR 5(US 1) Widening,I'ng. from , fr'". i l///'Jin '//.•H//,Gi//q q R i,%phiniN/iry'. „ii/rr4✓ii/r%i%//i//H/H//9/d//r%ii SR 713/Kings Highway to Oslo Road/CR 606, St. Lucie & Indian River Counties, Florida. GEOSOL performed pre and post- • construction vibration monitoring during 4, _wM y,, F k�° N test pile driving operations for installation of 18-inch precast prestressed concrete piles associated with the construction of a new dual-span bridge over the FEC Railroad and Old Dixie Highway. Of primary concern was the monitoring of pile driving vibrations to the FEC railway tracks. Continuous - - y x vibration monitoring was performed during the installation of piles. A portable vibration monitoring device was set at a distance of 106.5 feet east from the pile driving source and about 25 feet west from the FEC railway tracks. King Engineering Associates,Inc. 301 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB 11 DESIGN-BUILD / DB CRITERIA PACKAGES Design/Build procurement methods are used by owners for several reasons -mitigate project risks, reduce procurement timelines, allow for performance based / creative design or a combination of all three. Whatever the motivating reasons on the part of the owner, the King Team's goal in a Design/Build project is to protect the owner's interests throughout every phase of the project - from design through procurement, construction, start up, operation and maintenance. The following discussion highlights the King Teams' Approach to Design/Build for pipeline projects. Mitigating Project Risks — Protecting the Owners Interests The King Engineering Team will perform sufficient upfront engineering via a Basis of Design Report, (BODR), feasibility studies or schematic design. The purpose of these efforts is to gather and provide sufficient information so that a contractor together with their engineer can design and build the necessary infrastructure improvements. The initial engineering work may include routing analysis and site selections, right of way and work space identification and or acquisition, meetings with impacted stake holders, design calculations, schematic drawings and specifications, cost estimates and subsurface investigations. ,,, . 7 .0 The accurate characterization of subsurface conditions and buried utilities is key to the successful execution of ;p', a, ;'y a pipeline project whether by traditional or Design/Build t means. The KingTeam is veryfamiliar with the local ' � � geology having conducted numerous projects throughout Miami-Dade. In addition our familiarity with op - s +mow► �:.� �'�.., the local geology allows or expedited design and 111 „w"11,111.11i49- permitting of dewatering systems as well as consideration of these factors during preliminary designG �,,� �.y Na 96' yp and project planning. We work with many local geotechnical engineering firms to conduct these assessments and are familiar with the standard tests that are used to characterize subsurface conditions. In addition, we have used no-dig technologies like ground King'sMDWASDSmall Water Main Replacement penetrating radar (GPR) to locate and identify project involved extensive interaction with residents. subsurface features. The Team has extensive pipeline design experience including trenchless pipeline design which is of benefit to the City during preparation of Design/Build documents. In addition to pipeline design, team members also have experience preparing documents for alternative delivery of other types of facilities including biodiesel and chemical production facilities. The knowledge gained via repeated client interaction leads to expedited preparation of Design/Build procurement documents. Members of our Team have completed multiple Design/Build or Alternative Delivery procurement process and are already familiar with these requirements which will help expedite the procurement assistance phase of a Design/Build project for the City. King Engineering Associates,Inc. 302 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB During the preparation of Design/Build procurement documents, acting as the Design Criteria Professional, our Team will identify and quantify the MIAMI-DADE COUNTY,FLORIDA project parameters, gather sufficient information to aOARDOFCOUNTY COMMISSIONERS reduce owner risks associated with geological and JEAN MONESTIME,CHAIRMAN ESTEBAN BOYO,1R.,YICFCHAIR subsurface hazards and prepare clear and concise HNUNU A.HARHLIRU OANILLLA LLVINt CAVA construction documents based on City standards. At JcAc-PEPE'DIA2 4,111411„.,...„ 1UDNLYAI.LUMUNSON a minimum construction documents will show a 1 HAHHAHA1.JORDAN 1;4.J:, feasible pipeline route, in plan and profile; identifyRERECASO, COUNT. UENNI,MOSS utilities within the right of way, lay down and JAVIERCI SOUTO Ro� %AVIERI SUAREZ temporary work spaces within the Right-of-Way and JUAN ZAPATA include City standard details. In addition to the CRLOS A.GIMENEZ,MAYOR pipeline design engineers, the King Team includes REUUESTFURDESICiNRUILDSERVI(fSIRDBS) specialist in the areas of seismic design and cathodic VOLUME II Uci,Catera&Attachm_nts protection to provide additional guidance during DESIGN-CRITERIA PLAN FOR THE INSTALLATION OFAQ-INCH WATER MAIN-DOWNTOWN LOOP CLOSURE development of preliminary construction documents. Icjc:Nr±Dlf}3G;'CTSIk11.430),Crnrac:, h'33?,SDPrge:: OB1Sti'ASD3 .y-0 2015 Design/Build Criteria Package h1WMl-UAULW'AILKANU5LINLRULNAKIMILNI LESTER SOLA,DIRECTOR The purpose of the design/build criteria package as defined by Florida Statute is to provide "concise, performance oriented drawings or specifications of the public construction project. The key is for design criteria package is to furnish sufficient information to permit design-build firms to prepare a bid in response to an agency's request for proposal, or to permit an agency to enter into a negotiated design-build contract. The design criteria package must specify performance-based criteria for the public construction project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, storm water retention and disposal, and parking requirements where applicable to the project. The King Team is capable of preparing design criteria packages /IrN „H that meet the needs of the City as well the rules governing 4' design-build procurements. The upfront engineering discussed * " i ` - V above as well as the subsurface investigations are vital to ' t.„ F ar, collecting the type of information requiredin a design criteria package. The BODR and schematic design drawings ared � XN pg g g prep by the King Team provide the contractor with performance J fi'x N requirements includingthe following: g • Linear Feet of Pipe • Useful Life • Acceptable Pipe Material King's Idlewild/The Mall Sanitary Sewer • Flow Velocities and Woodlawn Stormwater • Routing Analyses and Preferred Route Improvements using Design-Build • Existing and Proposed Hydraulic Conditions Delivery Method. • Existing Utilities King Engineering Associates,Inc. 303 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB • Engineer's Opinion of Probable Construction Cost (Budget Estimate +1-30%) • The Estimated Construction Schedule For each City project whether it is a pipeline, pump station or other type of facility, the first task is completion of a BODR which typically includes schematic design documents. The basis of design typically contains all of the information required by statute to begin preparation of a design-build criteria package. The advantages of the King Team preparing a BODR for every project is the City has the flexibility to change the planned procurement for a pipeline project at any time. The BODR allows WASD to define the required project elements in consultation with their engineer then lets the contractor develop the most efficient solution. In addition to preparing the design criteria package, the King Team design criteria professional will assist the owner throughout the life of the project including evaluation of bid responses, approval of working drawings prepared by the design/builder and verify compliance of the construction with the design criteria package. Reducing Procurement Timelines Many owners favor Design/Build procurements because it reduces the amount of time required to design, procure and construct a project. Design/Build allows the owner to reduce the procurement timeline by effectively eliminating one step. Instead of retaining an engineer to prepare a design and them hiring a contractor, the Design/Build approach allows the owner to hire the engineer and contractor via one procurement process. In most instances this can eliminate months of procurement and costs associated with each separate procurement. An added benefit of Design/Build versus Design/Bid/Build, where all the entities were separate is the elimination of the sometimes adversarial engineer-contractor relationship in favor of a value added relationship where the engineer and contract work jointly to deliver the best value to the owner. The City has developed standardized Design/Build procurement documents for pipelines that, with minor modifications, can be adapted for use on multiple pipeline projects. Allow for Performance Based / Creative Design A Design/Build approach can be effective when the Owner is willing to allow the contractor and engineer to propose the final project design within prescribed limits. In simple terms, if the owner desires a pipeline which must travel from Point A to Point B and the route, method of construction, and pipe material may be left to the discretion of the contractor, then a Design/Build approach is worth considering. The end result of the Design/Build process is to complete the project for the least amount of cost and possibly the least amount of time is a factor. The engineer and contractor are then free to come up with the best plan to achieve the owner's goals. When and where it is feasible for the City to set-up broad project requirements and allow the contractor and engineer to develop the final solution, the King Team is comfortable recommending a Design/Build project delivery method. King Engineering Associates, Inc. 304 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB A Design/Build approach can also be used to develop new methods of completing work as lead by the contractor ;- instead of the � ` who may not be comfortable ,Y - � , proposing an atypical design without input from the t, contractor. The King Team members have worked with I contractors on Design/Build projects as well as serving as ,/" r Owner's Representatives. For several trenchless projects, y we worked closely with the contractor to develop the most by cost effective plan to meet the owner's needs while minimizing the construction costs - essentially developing :,;11, an optimized solution. pew., j II WASTEWATER SYSTEM PIPELINE A M Y REHABILITATION ` u � YaM4R ,dpi ry , b / Trenchless sewer rehabilitation techniques offer a method of correcting pipe deficiencies that requires less restoration Sanitary Sewer Improvements using Design- and causes less disturbance and environmental Build Delivery Method. degradation than the traditional dig- and-replace method. Trenchless sewer rehabilitation methods include: • Pipe Bursting, or In-Line Expansion • Sliplining • Cured-In-Place Pipe • Modified Cross Section Liner The King Team is fully versed in these sewer rehabilitation techniques. Special consideration may need to be made for bypass pumping for certain rehabilitation projects. Bypass pumping involves the installation of a temporary pumping system to redirect wastewater flow around the segment being rehabilitated, thus allowing the rehabilitation to take place in the dry. These four sewer rehabilitation methods are described further as follows. Pipe Bursting or In-Line Expansion Pipe bursting, or in-line expansion, is a method by which the existing pipe is forced outward and opened by a bursting tool. The PipeburstingTM method, patented by the British Gas Company in 1980, was successfully applied by the gas pipelines industry before its applicability was identified by other underground utility agencies. Over the last two decades, other methods of in- line expansion have been patented as well. During in-line expansion, the existing pipe is used as a guide for inserting the expansion head (part of the bursting tool}. King Engineering Associates,Inc. 305 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB The expansion head, typically pulled by a cable rod and winch, increases the area available for '01'r ti the new pipe by pushing the existing pipe radially * • outward until it cracks. The bursting device pulls � ° M ° the new pipeline behind itself. Various types of r e ex ansion heads, categorized as static or �. "p/ ;4 _b p '� dynamic, can be used on the bursting tool to , • - expand the existingpipeline. Static heads, p pp which have no moving internal parts, expand the existing pipe only through the pulling action of the Pipe Bursting Field Photograph bursting tool. Unlike static heads, dynamic heads provide additional pneumatic or hydraulic forces at the point of impact. Pneumatic heads pulsate internal air pressure within the bursting tool, while hydraulic heads expand and collapse the head. While the dynamic head pulsates or expands and contracts, the bursting device is pulled through the existing pipeline and breaks up the existing pipe, replacing it with the new pipe directly behind it. Dynamic heads are often required to penetrate difficult pipe materials and soils. However, because dynamic heads can cause movement of the surrounding soils-resulting in additional pressure and ground settlement- static heads are preferred where pipe and soil conditions permit. During the pipe bursting process, the rehabilitated pipe segment must be taken out of service by re-routing flows around it. After the pipe bursting is completed, laterals are re-connected, typically with robotic cutting devices. Sliplining Sliplining is a well-established method of trenchless 11111111111111114110 rehabilitation. During the sliplining process, a new liner of smaller diameter is placed inside the existing pipe. The annular space, or area between the existing pipe and the new pipe, is typically grouted to prevent leaks and to provide structural integrity. If the annulus between theow,t '" sections is not grouted, the liner is not considered a structural liner. Continuous grouting of the annular space 8 i i rrr i iii t i provides a seal. iy� Siy4?y /"t�' � i� Y a� �,° , :,: In most sliplining applications, manholes cannot function as proper access points to perform the rehabilitation. In these situations, an insertion pit must be dug for each pipeline segment. Because of this requirement, in most applications, sliplining is not a completely trenchless technique. However, the excavation required is considerably less than that for the traditional dig-and-replace method. System and site conditions will dictate the amount of excavation spared. King Engineering Associates,Inc. 306 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Methods of sliplining include Y lr:0:11x , � �� kcontinuous, segmentaland 44 y a 4spiral wound. All three methods 4.,. Fa .n: require laterals to be re- „4„,, connected by excavation or by a remote-cutter. In continuous , ., sliplining, the new pipe, joined - . to form a continuous segment, is Fused Pipe Staging Area 10 and i2 S”FPVC TM Pipes sii;plined in inserted into the host pipe at 24'Cast Iron Host Pipe strategic locations. The installation access point, such as a manhole or insertion pit, must be able to handle the bending of the continuous pipe section. Installation by the segmental method involves assembling pipe segments at the access point. Sliplining by the segment method can be accomplished without rerouting the existing flow. In many applications, the existing flow reduces frictional resistance and thereby aids in the installation process. Spiral wound sliplining is performed within a manhole or access point by using interlocking edges on the ends of the pipe segments to connect the segments. The spiral wound pipe is then inserted into the existing pipe. Cured-in-Place Pipe During the cured-in-place pipe (CIPP) renewal process, a flexible fabric liner, coated with a thermosetting resin, is inserted into the existing pipeline and cured to form a new liner. The liner isex4, typically inserted into the existing pipe through an insitufont,- existing manhole. The fabric tube holds the resin in :µ„ ,1114 place until the tube is inserted in the pipe and ready , to be cured. Commonly manufactured resins include unsaturated polyester, vinyl, ester, and epoxy, with Insituform Cured-In-Place Pipe(CIPP) each having distinct chemical resistance to domestic wastewater. The CIPP method can be applied to rehabilitate pipe lines with defects such as cracks, offset joints, and structurally deficient segments. The thermosetting resin material bonds with the existing pipe materials to form a tighter seal than most other trenchless techniques. The two primary methods of installing CIPP are winch-in-place and invert-in- place. These methods are used during installation to feed the tube through the pipe. The winch-in- place method uses a winch to pull the tube through the existing pipeline. After being pulled through the pipeline, the tube is inflated to push the liner against the existing pipe walls. The more typically applied inversion-in-place method uses gravity and either water or air pressure to force the tube through the pipe and invert it, or turn the tube inside out. This process of inversion presses the resin- coated tube against the walls of the existing pipe. During both the winch-in-place and inversion- in-place methods, heat is then circulated through the tube to cure the resin to form a strong bond between the tube and the existing pipe. Under both CIPP methods, as the liner expands to fit the new pipe, dimples occur in the line where the laterals exist. Dimples in the line can be found by TV inspection or robotic equipment. King Engineering Associates,Inc. 307 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB In some applications, a Tee is placed at the junction before rehabilitation begins. Tee's enable junctions to be easily identified and modified after the pipeline has been re-lined. Laterals are typically reinstated with robotic cutting devices, or, for large-diameter pipes, by manually cutting the liner. Modified Cross Section Lining The modified cross section lining methods include deformed and reformed methods, swageliningTM, and rolldown. These methods either modify the pipe cross sectional profile or reduce its cross-sectional area so that the liner can be extruded through the existing pipe. The liner is subsequently expanded to conform to the existing pipe's size. During deformed and reformed pipeline renewal, a new flexible pipe is deformed in shape and inserted into the host pipe. While the method of deforming the flexible pipe varies by manufacturer, with many processes referred to as fold and form methods, a typical approach is to fold the new liner into a "U" shape, reducing the pipe's diameter by about 30 percent. After the liner is pulled through the existing line, the liner is heated and pressurized to conform to the original pipe shape. Another method of obtaining a close fit between the new lining and existing pipe is to temporarily compress the new liner before it is drawn through the existing pipeline. The swageliningTM and rolldown processes use chemical and mechanical means, respectively, to reduce the cross-sectional area of the new liner. Duringswa elinin TM g g , a typical drawdown process, - , the new liner is heated and subsequently passed through a reducing die. A chemical reaction awl between the die and liner material temporarily WAGE LINING'. reduces the liner's diameter by 7 percent to 15 .,,- ,*r µ N, percent and allows the liner to be pulled through the Il LLXIENUtNU TECHNOLOGY existing pipe. As the new liner cools, it expands to Modified Cross Section Lining its original diameter. The rolldown process uses a series of rollers to reduce the pipe liner diameter. As in deform-and-reform methods, heat and pressure are applied to expand the liner to its original pipe diameter after it has been pulled through the existing pipe. Unlike CIPP, modified cross section m h methods do not make use of resins to secure, the liner in- place. Lacking resin-coated lining, these methods do not have the curing time requirement of CIPP. A tight fit is obtained when the folded pipe expands to the host pipe's inside diameter under applied heat and pressure. As with the CIPP method, dimples are formed at lateral junctions and similar methods of reconnecting the laterals can be employed. Materials typically used for modified cross section linings include Polyvinyl Chloride (PVC) and High Density Polyethylene (HDPE). King Engineering Associates,Inc. 308 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB II WATER SYSTEM PIPELINE REHABILITATION There are several methods that can be used to rehabilitate water mains. If the rehabilitation is to provide only corrosion protection, or the existing pipe is only partially deteriorated, then the remaining structural strength of the existing pipe can be incorporated into the fabric of the completed system. For fully deteriorated situations, the existing pipe acts merely as a right-of- way for the installation of the structural liner. Sliplining, which is sometimes considered a replacement method, is also included in the discussion in this section. The rehabilitation methods for water mains include the use of spray-on lining, sliplining, CIPP, inserted hose lining, and close-fit lining systems. Spray-on-Linings Spray-on linings have been one of the most widely used methods for rehabilitating a pressurized main when the primary objective was to provide corrosion protection to the interior surface. Spray-on linings are either cementitious or polymer-based. The term spray-on includes conventional spray applications and spin-cast, projectile, or centrifugal applications. Cement Mortar Lining CML is one of the most common rehabilitation techniques in use today for rehabilitating water mains. CML is applied . to a wide variety of pipe diameters including 4 in. and 'm above shop applied, and 4 in. to 28 ft in place. For pipes k gip, T w greater than 30 in. in diameter, reinforcement can be added in the form of wire mesh or reinforcing bar. Lining hjit; %rdNiY .YF thickness is typically 6 mm for 4 to 10 in. pipe and 13 mm t . rr for 36 in. or larger pipe. The lining is placed by either the centrifugal or projectile method. In the centrifugal process, typically for pipes 4 to 48 in., the mortar is applied by compressed air through a spinning head and Cement Mortar Lining for Pipe Rehabilitation is generally smoothed by a conical trowel. In pipes 6 to 24 in., a cable winch that is controlled above the ground pulls the unit through the pipe as outlined in Figure 4-14. The cement mortar is pumped to the unit through the supply hose. Epoxy Lining The process for in situ epoxy resin relining of iron and steel pipelines was developed in the UK in the late 1970s and has been performed in North America since the early 1990s. The epoxy materials approved for use were first certified to NSF/ANSI Standard 61 in 1995. Epoxy lining of potable water mains is currently classified as a non-structural renewal method. The process involves cleaning the pipe to remove existing corrosion buildup and then spraying a thin 40 mil liquid epoxy coating onto the inner wall of the pipe. The coating cures in 16 hours and provides a smooth, pinhole free and durable finish thought to be resistant to mineral deposits and future buildup of tuberculation. Most lining machine models are computer controlled with warning devices that alert operators if the minimum lining thickness is not being achieved. A lining machine applies the epoxy material with an application head attached to the lining hoses. King Engineering Associates,Inc. 309 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB Sliplining Sliplining is a method of pipe rehabilitation in which a new pipe of smaller diameter is inserted directly into the deteriorated pipe by pulling or pushing. This technique, �:"& ��t„` when undertaken by contractors using proprietary NSF/ANSI Standard 61 certified pipe products, will A -. provide a serviceable pipeline with some loss of cross .‘ ,— Y section, typically a loss of at least 3 inches in diameter in .a water mains, and may be a viable option depending41, sip ., upon hydraulic requirements. Cross- sectional loss can kkiiih., '" . - ' be minimized by using stronger pipe materials, which allows for a thinner wall for a given pressure rating than Sliplining for Pipe Rehabilitation with weaker pipe materials. The line being rehabilitated will normally have a decreased coefficient of friction after being sliplined, which reduces some of the effect of the reduced cross section Sliplining may be a very cost effective option, especially when a fully structural replacement is needed. Access requirements for the insertion of continuous pipe can be considerable in order to bring the pipe down to the proposed alignment while not exceeding the maximum bending radius of the insertion pipe. Sliplined pipe should be grouted in place to secure the pipe and distribute the load uniformly. Segmental Sliplining Segmental sliplining uses short pipe segments that are assembled at the entry point of the existing pipe where the liner is pulled or pushed into the pipe for the length of each added segment. After installation of the entire slipliner, the annular space is grouted. Care must be taken during grouting that the grouting pressure does not exceed the buckling resistance of the liner pipe. Sliplining pipes can be HDPE, PVC, centrifugally cast fiberglass reinforced polymer mortar (CCFRPM)within an expanded bell socket are not usually appropriate for sliplining because the additional cross section required for the spigot and socket joint will reduce the cross sectional area available for the liner pipe substantially. However, some types of socketed pipe supplied with a restrained joint may be pushed or pulled in place if required. Continuous Sliplining Continuous sliplining uses a liner that has been manufactured as a continuous pipe or one that is assembled in the field prior to insertion to match the entire length of the existing pipe. Continuous sliplining pipe can be HDPE, fusible PVC pressure pipe, or welded steel. PE pipe has been successfully welded for more than 30 years and working codes and regulations have been established to ensure that weld processes and practices can be reliably implemented. Manufacturers' recommendations in terms of operator training, welding pressures, and temperatures and all aspects of site practice should be followed. King Engineering Associates,Inc. 310 City of Miami Beach Engineering for Water&Wastewater Systems Projects/2017-129-KB CIPP lining is a well-established lining method in which a resin- saturated tube is introduced into the pipe by air or water inversion or pulled into place with a winch, and expanded using air or water pressure. The resin is subsequently cured at ambient or elevated temperature (using steam or hot water), or using ultraviolet (UV) light, to create a new pipe. The resin-impregnated fabric forms a new pipe wall in close contact with and conforming to the host pipe wall. Depending on the materials used and the thickness of the new pipe, it can be considered as a fully structural or semi-structural liner. Variations on this technology have been used for sectional or spot pipe repairs as well. This technology has been widely used in gravity and low pressure wastewater and storm water applications. It has also been used to renew raw water mains and water distribution pipe where local regulations permit. • King Engineering Associates, Inc. 311 Licenses/Certifications State qfFlorida Board of Professional Engineers State ofFlorida King4Attests that etting Associates, Inc. DepartmentF of State ,, ,,�„, BPF4 iM.l,(N IY\/Iµ.1W l it, Is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. I certify from the records of this office that KING ENGINEERING Expiration: 2/28/2019 CA Lic.No: ASSOCIATES,INC.is a corporation organized under the laws of the State of Audit No: 228201900846 A �xi',1":',:.°” 2610 Florida,filed on December 19,1977. The document number of this corporation is 555540. I further certify that said corporation has paid all fees due this office through .•"`"^4f Florida Department of Agricuttw-e and Consumer Services December 31,2017,that its most regent annual reportluniform business report. s Division of Consumer Services License.No.:L.'32610 was filed on January 16,2017,and that its status is active. ` k- ,.. Rivard of Professional Surveyors and Mappers Expuauon Date February 28,2019 . 20.%palarhee Pkwuy Tallahassee,Florida 323994500 '�' I further certify that said corporation has not filed Articles of Dissolution. Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes KING ENGINEERING ASSOCIATES.INC Given under my hand and the 4921 MEMORIAL HWY STE 348) GG/�`-�7 Great Seal ofthe State of Florida TAMPA,FL 33634-7507 -__i ___-- at Tallahassee,the Capital,this ADAM H.P["fNAM the Sirteenth day ofJanuary,2017 COMMISSIONER OF AGRICIJI:It ICE 6 4 RICE SCOTT Sl.£F•_. N ls9f?f.{E / ,,+ s. rr STATE OF FLORIDA kt '4a - .:,l .-16 ._alit 'V._ DEPARTMENT OF BUSINESS AND PROFESSIONAL RFGUtAT1at0 ro� ,:% BOARD OF LANDSCAPE ARCHITECTURE "�i:, .-�..,''` Secretary of State 1 ...,..c.113=Far— ',,,,"- Tha LANDSCAPE ARCHI TEC T SUSINES:i --_......... Nyrsel b+!iow'WAS REGIS'oESEC TracklogNumber:CCOOIW:2314 -r+Ser the prtri isioits of Citapler 48'FSS :...canon slate:NOV 30.40"; To authenticate this certificate,visit the following site,enter this number,and then follow the itstructitns displayed. KING_NCINE.EH,P4LOSSSCGLAI'ESS.:NC ...•5_ES hops:/tservices.sunbiLorg.Filr s,CertificateOlStatus,CertgicateAuthentkation 4921)E RIAL KW(N2ITE TOO -` d TAMPA FL 33634 )kr lF� ate tate OFlorida tate oFlorida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Agustin Eduardo Maristany,P.E. _ .�: l�, � Thomas M.O'Connor,P.E. P B P E 41114 4 '1 1'M.S'K•,: Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/213/2019 F.E.Lie.No: Expiration:2/28/2019 P.E.Lie.No: Audit No: 228201903060 0 33351 Audit No: 228201918993 R , State of Florida State of Fl Board of Professional.Engineers Board of Professional Engineers Attests that Attests that Christopher Frank Kuzler,P.E. FBI' Loc P.Truong,P.E. �' CBPP \, `!,\levet»vi:y�stitncyt Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.tic.No: Expiration:2128/2019 P.E.Lic.No: Audit No: 2,28Y,11904845 ,. 45532 Audit No: 228201908208 R 65709 SaState Otate o orisFlorida• Board of Professional Engineers Board of Professional Engineers Attests that Attests that Thomas A.Traina,P.E. ,a. Benjamin Carl Turnage,P.E. Is lice ITTeef 'e�i rlli'�der Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Flggiga Statutes Expiration:. cit P.E.Lie.No: Expiration:2/28/2019 P.E.Lie.No: Audit No: 228201909363I1 ;;; Audit No: 228201917231 R 64055 State of Fl State of Board of Professional Engineers Board of Professional Engineers Attests that g Attests that Jeffrey E.Elick,P.E. Patience S.Anastasio,P.E. 4 ri„,,--.„ Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471 Florida Statutes Expiration:2/28/2019 P.E.Lie.No: Expiration:2! p Audit No: 229201909819 It 61Q19 P =0th P.E.Lic.No: Audit No: ?. 019179169 R 75402 ,CK SCOTT,GOVERNOR KEN LAWSON.SECRETARY • 1 STATE OF FLORIDA State of Floriaa DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE I[CENSE 1./WIRER Board of Professional Engineers `�06"5' i h.LANDSCAPE ARCHITECT „,,,,,,/,;' Attests that Named below HAS REGISTERED ”"' Under the p.►ovtstons or Chapter 481 FS. EXciratron date.NOV 3a,201 John Robert Seals,P.E. LOHMILLER CLARK 0 ' .-.,0 1401 51ST AVE NE }tie '73^•. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes ST PETERSBURG FL 33703 rte;4}_:f-.1 Expiration:2/28/2019 P.E.Lic.No: .1%;.W.4..._ E3 Audit No: 228201928757 t 51505 `t' Mate of• rlortba Mate.of• 'loriba )epartment of enbironmental Vrotection £Department of enbironmental Protection ISSUED: 2/24/2015 LICENSE NO.: 0014398 ISSUED: 2/6/2017 LICENSE NO.: 0006561 'HE CLASS C DRINKING WATER TREATMENT PLANT OPERATOR NAMED BELOW IS THE CLASS A WASTEWATER TREATMENT PLANT OPERATOR NAMED BELOW IS LICENSED UNDER THE PROVISIONS OF CHAPTER 403,FLORIDA STATUTES. LICENSED UNDER THE PROVISIONS OF CHAPTER 403,FLORIDA STATUTES. VALID UNTIL: 4/30/2017 VALID UNTIL: 4/30/2019 LOC P TRUONG JEFFREY E.ELICK RICK SCOTT JONATHAN P.STEVERSON RICK SCOTT JONATHAN P.STEVERSON GOVERNOR DISPLAY IS REQUIRED BY LAW SECRETARY r:CV/Rer(1R I`sNEPt AV IS RFOI IIRFI)RV I,AW ,,FrRFTa Av Certificate of Completion John R.Seals Has Completed a Florida Department of Transportation State O` Maintenance of Traffic(MOT)Advanced O Approved (Refresher)Course. Board of'Professional Engineers Attests that Louis J.Aguirre&Associates,,P.A. taU1r»Iitxt Gate FWi PrtJvrl.rl N irn,,..., :,wt,Araltn N ' "••,�". a FBPE • •J�(T I .......... Is authorized under the provisions of Section.471.023,'lvrida','tatutes,to offer engineering services UF llniverSity of Florida T2 Con:eounr.o,,Ry of F ontla F.1:::0 O� to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Transportation Institute 2ter NE W»sit Roan t' l,.ndr!•wmpt.i+on 1n n.e.d.�yv 0 NE W..Fl /'ip'Jikr,"n•- ` 4y,j' ::,:t.,,�,,,., Tutt ca url eau ..,- -�`�__ .. Expiration: 2/28/2019 `0,"' '-c.%%1,5•9' CA Lic.No: UNIVERSITY u/FLORIDA alcpdyo�jun ati� Pw more Ntfamtabnn:::7,=="C' rout Maintanarr� Audit No: 228201901658 R � '�.a %\`1 w d Traffic(M07j or,vur�fy thw �: •Y, www.octalmm;w,,, tate of FlState q • Board of Professional Engineers Board o Pro ,, &'''f"sional Engineers Attests that Actt:ta that Louis J.Aguirre,P.E. . N. oso1,Itzc. _._ A A G ��i :t171asrna�rsasrTi.� .. „ �'•.... •101'4.•,til w,M''m.IWY Is authorized under the provisions of Section 471;,,I,4,-.,.;:er. tatutes,to offer engineering services Is licensed as a Professional Engineer under Chapter 471,Florida Statutes to the public through a Professional Engineer,d ,:,-1,;;':::1//'.under Chapter 471,Florida Statutes. Expiration:2/28/2019 P.E.Lic.No: Expiration: 2/28/20119 Audit No: 228201912881 It 11642 P '4. "I:84 , CA Lit'N" Audit No: 228201901:301 i; ; . * 85 iii • 1 State of Floridai State of f Flortaa Board of Professional Engineers Board of Professional Engineers Attests that Attests that Oracle Riccobono,P.E. Adnan A.Ismail,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:7/2.0/2019 P.E.Lie.No: Audit No:KingiEngineering Associates,Inc. 49324 Expiration:2/28/2019 Audit No: 228211917.386 313'E.Lie.No. 76014 State 9f ori atate of Floridaorl Board of Professional Engineers Board of Professional Engineers � Attests that Attests that Eastern Ineer�ng Group Company FBP� Raissa Raquel Lo '% .cz,P.E. �} � w.f\Vhyf^.Nth Is authorized under the provisions of Section 471.i�•4., ;" n ,. tatotes,to offer engineering services r ,,4 to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Is licensed as a Professional Enginee"'.Elder Chapter 471,Florida Statutes Expiration: 2/28/2019 CA Lic.No: Expiration:2/20/2019 PE./SI Lic.No: Audit No: 2215201900394 Itii 2fif6 5 Audit No: 220201901418 St SPECIAL INSPECTOR y'9` 7014079 State of Fl State of Fl Board of Professional Engineers Board of Professional Engineers Attests that Attests that Gonzalo A.Paz,P.E. - Kimberlie Staheli,P.E. rR 77,, ft.\Nfiu Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lic.No: Expiration:2/25/2019 Audit No: 228201901438 : Audit No: 228201932755 R P.E.Lic.No: *tate of eiuie5ee 237883 State vFlorida� STATE BOARD OF ARCHITECTURAL AND ENGINEERING EXAMINERS Board of Professional Engineers PROFESSIONAL ENGINEER Attests that MICHAEL PATRICK MASSEY Giovanni A. Bonita,P.E. B z., rs 45, eVii Gia.l ad refraunrc0, 44e.e, ,'F ', tsfz TYF.'7iifn r!a•a., L Is licensed as a Professional Engineer under Chapter 471,Florida Statutes r.";""Y Expiration:2/:8/2019 P.E.Lic.No: ID NUMBER: 00114450 cs"x xi Audit No: 228201904239 R 71720 LIC STATUS:ACTIVE -40 EXPIRATION DATE:06/30/2017 IN-1313 DEPARTMENT OF COMMERCE AND INSURANCE STATE OF MAINE <���/ `,T INS FesdrrRhtBal, ,l k`e' nt�Yry j E OF MA t, qy -, i 5� ;Nhy•� ` ilk h 11 , .i! lt rt p}� E azab k.0 r_ obr non. �t it known that ww,�d rrwa ad orgw,vrowrrs. 4 ataearee alax�l`tie.leare(Awed x ,ac+wrr .. ._ElLtlheX� �_$it1111natt3L.._.. 9/ei;or,044.40e44,Apelaparia anal`krod`k"a" i;"rrie'^t� 40, e, 1 HAVING QUALIFIED AS REQUIRED BY LAW IS DULY REGISTERED sftrieAvi.a....,.f`6w'x.Ayy km mar.4/I.fr r.p.th /u fns-.s. AND IS HEREBY AUTHORIZED TO PRACTICE 113cs1rr9ist IN THE STATE OF MAINE AS A ....Oa.'at carri 4 alai%its at J1orr:&rrraf.,e la.o iutrao Apirrmaht arid PROFESSIONAL f. t.,...sstR r r ower w wr 4,./0 4-twat rr f,rri•arra.",.eide, nye::Ciaar4 d JEN JI fl� ,s'i .��r,�.,....w•,rc.»asy �:� . � I µj,.,,,,, 4.._ ..... .4+' .4,, i .rr 19,93 - ` `_.. .,, ...... ,N.4.Er ,. ISSUED 8Y THE MAINE STATE WAR-D OFg REGISTRATION FOR PROFESSIONAL ENGINEERSn `/ru irate;aa! (sy � . c'..C20/8041. 4 y.roqf testimony Mimeo!W.k.._,i- yw.... in Knew/....t/-,i...es.,0......4.44., ..r',..+irYnoIY soat Y$sa%/ E.,,e,er,pnda. • I > '' A y „G6..u.sq .t....d,A;4�„�,, .••' �,,,..' "it..,...»d'!a...��4�f ? n.0s..1w.. 6839 cr v. N. LTM.w�MdMMM..... W..--rh .MpNYrraM,. r* � i/,•"` +"'s l,.;,ti.".-c.,,::—�rr r°r�,�I�nti� �o fr!7,�—'a-°a,';r;ati �,^::22,',\•4/7,/:‘'i ti.,+•.;4:',.::,. �.... _ r •'w.;,NACE Certificate of Achievement ��)<,� nAcc f :"INTEANAT,ONAL ,, , International ' '`,". In.f Or7ttin:the World on Corrosion Control c'�,'Ci The NAGE International institute Recognizes l',.}}1: l'E' `'. ( ?fit's cat*that }} Da�Crad 1'), Michael Dammer '''''::)? ' ` 1 has satisfied {t, As a Certified `]},; the rrga rrrtent5 of the A.s oc.ation `, S.Cf for treugnition as a CP4-Cathodic Protection Specialist � i' ,( Corrosion Specialist CERT:FICATION NUMBER 14169 /),7i \"1,..' :colilti nx dr III{.4,Ma*.t.r.13 " 1 -- Awarded �'}.' R "'. iflgRnee Ogee•Cf, q y? +rwrr.ran i.ewwa rw.eer�n.nwa.o..na.v..rw..+�uw••..•,...«,. c, June 2016 s ...,O2-.. ..,.... ..� ..,. a_..,.:. m VACS rretn000r.Invb c «.s-»...tt wp ffr .w rr. r xe.un<M. �$x oa szarw ik.AL»WBsbm _.. / min'"'. ,.+; (h' �� . .• :r"^"""4... .r'^"'"'Y.. .+"'•""'•,w „P'��"'V,,, J°�-'.."o. 1'r"""W, 40,,,,,,,,,f,-11.,;i. , ✓'""'"'"4. ,.A�'` 7+.1 ,'37:-..:7'•:',11.7.;:‘; y i 6yrtt rv.Civ/I...,,#:‘,41;(,,,,, '54038 King Engineering Associates, Inc. 314