Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with CH2M Hill Engineers, Inc. (2)
AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CH2M HILL Engineers, 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 B 42 ATTACHMENT C 43 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CH2M HILL Engineers, 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 CH2M HILL Engineers, Inc., a Delaware corporation having its principal office at 9191 South Jamaica Street, Englewood, CO 80112 (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 CH2M HILL Engineers, 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, by the 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 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 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. 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. Prosect 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 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 (1) 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: CH2M HILL Engineers, Inc. 9191 South Jamaica Street — Englewood, CO 80112 Attn: Legal Department 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 LERK Attest CITY OF MIAMI :.' ACH: 4:- ( AkTeit Add/ os, �; bfkAi1T 2M HILL Engineers, Inc. YN, Signature/Secretary Print Name eNice President Matthew B. Alvarez, RE, Print Name APPROVED AS TO FO .►.�.�._ NGUAGE CLITION City Attorney to 1 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CH2M HILL Engineers, 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 Pian (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: CH2M HILL Engineers, Inc. PROJECT NAME: WATER & WASTEWATER SYSTEMS CONSULTANT (RFQ 2017 -129 -KB) 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: 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 Days Assistant Director Date Consultant. Date Project Administrator -Director Date 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. HOURLY BILLING RATE SCHEDULE TO BE INSERTED SCHEDULE C APPROVED SUBCONSULTANTS TO BE INSERTED ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 207-2903 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING IN PART THE RECOIVIMENDATION 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 PRIME/LEAD 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, PA, 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 VVHEREAS, the Committee convened on May 2, 2017 to review and score the remaining proposals; and INHEREAS, 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-quallfied consultants for specified tasks on an as -needed basis, recommended CH2M Hill Engineers, Inc., as the second ranked proposer 300 Engineering Group, PA, 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 commentsand 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, Ina., 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. 2017-125-K8 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 / 7 , day of � a 20,1 ATTEST; ( 5 Ra ,I Grh ado Ci erk Philip Levitt APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION n (11 City Attorney 0q, Data MIAMI BEACH Resolutions, - 7 E COMMISSION MEIVIORANDUM 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 Miarni/Dade County for treatment. The City provided (at its most recent count) potable water service to an estimated 1Q414 domestic retail water accounts, and to approximately 2,958 irrigation (water -only) accounts. Expressed on an equivalent residential unit (TRU") basis, the System provided service to about 29,001 domestic water ERUs and 8,443 irrigation ERIJs. 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 en 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 (0.0., 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 accounta, and 29,001 sanitary 8ewer 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 throughoutthe 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 longterm 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 shaft 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 each 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 -12.9 -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 26, 2017, The City received a total of 17 proposals. The City received proposals from the following firms; • 300 Engineering Group, RA. • A & P Consulting Transportation Engineers Corp, • AECOM Technical Services, Inc. • CH2M Hill Engineers, Inc. • Chen Moore and Associates,' Inc. • CPH, 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 Depanment, City of Miami Beach, Manny Marquez, Assistant Director, Finance Department, City of Miami Beach; and Margarita VVells, 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 RFQ. 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. Pennon' 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 16. CSA Central, Inc, 17. Lockwood,Andrews & Newnam, Inc. A summary of each top-ranked firm follows: Hazer_Land_aamw Acoording to the information provided by the firm, Hazen's focus is exclusively on water, wastewater, and stormwater engineering. We stand out amongst aur peers in terms of subject matter expertise, local capital/master 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 reedy to begin work and commit to providing a prioritized capital plan immediately. CH2M Hill 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 reaponsible 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 678 serve the City reliably and cost-effectively for many years to corne. 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 Miorni-Dada 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, RA. According to the Information provided by the firm; We assembled an unparalleled team of subject matter experts with the necessary Local supporttobetter serve the needs of the City of Miami leach 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 Wiling 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 fern, 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 Beech 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 City's assets to sea level rise, A key outcome is the Guidance Document on Sea Level Rise Vulnerability, which includes the Adaptation Deeision- 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 King Engineering Associates, Inc, 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 rniles of water and wastewater utility pipelines and supportieg 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. Wadajrirn, 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 end 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 each 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 streetsdape improvements in the City's 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 heve been active in educating the public and other stakeholders through presentations, technical paper, and events throughout Miami -Dade County, CONCLUSION 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 eontracts. 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 prequalified 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 Trackitgl , Public Works/Procurement ATTACHIVIENTa;. Description o Attachment A Evaluation Cot rinlittoo Scorings and Rankings Page 233 of 878 JejCi x # 46 45 47 47 CO Y d c+ -N 04 Md> _ Jt ' bCO V.: V �. getth,lurt 1}% 'Y B,• J�y(�r ,y rr.'. yy M rC 8F MMU, m N SL• 01 _ N of to <O r W M <0 Sn SV Pr Lr r 8 m$ «I P $ 4 h F 9 V pp �(i V V .'y..N N r'O) Ot N rA 'F7 N <A m V, GI yK, f0 xr $it 0�Elr2�S+Q1 Q W G4 W W 8m W SO 00 h 1 P. N. F N N, <p l <O 01 tD N tT m.,.. r v ,_ ,2 Skie. 64!Ae AG ..ro tom-fh W 8 h-' '17.? 1-', M O ry+r N'.f 0,/ 01 V,h rom tu_,t.. t0 :0 at 0) di itv 41 , 0 8 8 8 8 8 8 sv0�Qn ,Lioa�9y7 W� ttj 1 Z 41 :i a0 i p f5 ItHI- O �1:411- �{ W. ,`q d tar 1 gyp. 4 Z m4 t ✓Y ( r ', - 8 z a i ` A 8 P.CONSULTING. TRANSPORTATION ENGINEERS CORP. PENNONI ASSOCI5TES INC. S,ANTEC.CONSULTING SERVICES INC CHEN:fAOORE ANO A ssocL Es. H. R.,f. BEHAR B COMPANY, INC. _ CPH_7NC i4SEI;LiC CPM NORTH AISERICAPI..LC CSA CENTRAL- INC..: LOCX0O0O.'ANORE45.5 NEWNA31.,INC. ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, rvww.miamibeachJLgov 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 10. 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 11, 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 III, 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. Q1O: 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 k 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. Al 1: 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 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 1, and H 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. Q22: Can you provide a list of water and wastewater pump stations and their capacity? A22: Please refer to response Al2 above. Q23: Can you provide water and wastewater system maps of major infrastructure? 4 ii 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 Al2 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. Q3O: Can you provide an inventory and map of the water system's fire hydrants? Are these inspected and maintained on a regular basis? A3O: Please refer to response Al2 and A23 above. Q31: 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 Al2 and A23 above. Q32: 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: httpalwww.southeastfloridaclimatecompact.orq/ . 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 WWTP 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 CIP, 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, 01, #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 - ADDENDUM NO. 1 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. Q5O: What is the time period of the contract for the prime consultant chosen? A5O: 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 8 ' ADDENDUM 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.gov. 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. S' er I lex Den' ement Director ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO. 2017 -129 -KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS Exhibit A Pre -Submittal Meeting Sign In Sheet ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2017 -129 -KB ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS M AMBEACH 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 (PLEASE PRINT) ' COMPANY NAME PFIONE# FAX# E-MAIL ADDRESS Kristy Bada Procurement - CMB 305-673-7000 Icrist bada cDmiamibeachfl.gov ext, 6218 P40,-6 Gvo , - 2 eie, A et i 0 C/ 1 3 0 -C- 4,cz 8' ce r Irj-tw cccor) Millcoil - c. I - - 11 Et 5 - ° 4z r//12 e - — '( c 5 6-1•0A., e /9.Q -woo , co yuk_ i:urkl, Nssocia)l-es &-7L4' e 2-lek. nom -lege /i/e4-7,2sciaves: g - - • /66o ac)as / c"r,• VY-S--4cfba c64.r94/704)-, -,r 1,I'Idecirs ) 0so 61,6)1/0. cA)Ak CD SCon ...S\,q•C a(\- 1 MI/ BEACH 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 (PLEASE PRINF) COMPANY NAME FAx# 3oc- 4C.I- 54c E-MAIL ADDRESS PHONE# "1 --41?-1.• va.0 _tar 6.1.6--a- ckr+I'VMZ. C 5 cl3 rotA .0041305- R\iTiz (t..1..(14.01. P.qC(DIA4 Izeve,p. . tit: 1 .N.w-eo..4 .. ev-7-7--)24; H s 305. 4/3.39/4 944,0 nt A145 . a -E-7- x iSto . 2.2/. ,aoevi 7e4s 0.514 ,:i7,301,,0 r',Pti e yr-tex e_s (qv ecptiA- k-y.t. 6, Gt2U2_, 6 N1 NO0-)- Am 30C:-Isk240/ vauz-G tomi'll±, Cow) 7froe6_. /A‘o if- 1,,A1) R rik-i 'Dion a S3v.).\-0(\ 8 -or .1 \ TC h. 3os- 6106 14 2-1 click . , on- E.fte.:4-y \cf,--1.c,„„ el-ig.-rsi-oPoccz. e - 30 5 14:911 7fic\ii\-77-XN( . ‘IPt KY QTFTIViTEcti.CP,M ,./ #.. V'-i Iej e • T • ,c3A -roe it4-, -7711/ JV/AzoOez 0/kJ .56 ri-Ariz . co et Afekv-7 X -c,41 —3 6c cv.-C.A , le, e , aZ ' ns- oyes aqtel-K Gertz._ 12C -C. _t.)qt I .• ( (270 - 2.3S-0 3(42„70 -zxsi e--o4i___t4oc..x__,e_va.,__c_.0 %AA. /VC Th[Aln4 DIA() 1 oAXCro /7.,,dfit1i RP C(1S Y1 -24fs7 36S gas --377,-)11 \ • AC h 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 (PLEASE PRINT) COMPANY NAME FAX# E-MAIL ADDRESS PLIONEff Qjd-, L 0116 V , ' Lelesa MV 1. v V- `4°TN '115(0 't)17-1‘ Ft, Itim Soc. ,q00.1itt 0 ---....... 014AC1 • ALYKLV(A• rivifv\im MedA \ . n -- (AC IACILA _ v tA. LV1 , TAN. IV (PIC 71C° kla4fr C N k)r1)64-SCIAT NT b icid isvz:15- i 99 &91/4i(-3 3,,c, soq. ("Igo , i(lev l'ILDtp, LOIL, 'BFACI 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 (PLEASE PRINT) COMPANY NAME PHONE# FAX# E-MAIL ADDRESS OV-6.0-ekflicaft oats 1--Aii ssfs. )--em I Coh 6 vi 6 Cor 11 NItli'vtdot Lk/lc/10mo (47 4 kr coo Pcx.fm ca 1 1 1/.1 Aou Iv. I'm �oli AlYil \ Ckadt .1-Vitnn Co"6,G11. Cat 11 Co . , 0 Mok\AL Mtnyl eim Aucom_ CovIC.. il Jose, Acostol 00Y. OC.. Cow _ c e, Ow N4s e() I t'vv) 51 Sottryl ra-exril (-1-.1fr— I 4 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 BEACH TO: Management Team FROM: Jimmy L. Morales, City Manager DATE: March 23, 2016 SUBJECT: 2015 Unified Sea Level Rise Project' n 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. MEMORANDUM 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 70 RelativeSea Level Rise near 50 240 7-1 (6 1) 30 20 10 0 Unified Sea Level Rise Projection (Southeast Florida Regional Climate Change Compact, 2015) Year 2030 2060 2100 IPCC ARS Median (inches) 6 14 31 USACE High NOAA High (Inches) (inches) 10 26 12 34 61 i 81 htornted4te/t4DAA trItorrnediate Low 1992 2000 2010 2020 2030 20.10 2050 2060 20)0 2081) 2090 21(22 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 ARS 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 USG (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 et:http://vp.te|vue.cum/pnaxievx7\d=T033490mideu=26QlDS • The 2O15Unified Sea Level Rise Projection forSoutheaatF|ohda.ino|Vdingguidancein applying the projections, is available on the Compact website at: http://wwvv.sUUthoastflohdac||matecomnpact.ordwp'content/up|nads/2O15/IO/Z015'Compact- Unified'Sea'Levn|'Kise-Pruiection.pdf • Cty of Miam Beach Resolution 201629317 is available at: http://minm|beach131S/VVebLink/PDRfi|h%k|nzitpi3tiddgS4aXRO/3/2O16-ZQ317%2OReso.pdf With profeoaiola|isnl, experience, and innovation, we will make the most of these excellent resources. We will continue to plan effectively nowandinthe future. Please contact Susanne M. Torriente, Chief Resiliency Officer, with any questions or comments with regards to this memorandum. SMTLAJK/E8VV October 2015 Prepared by the Sea Level Rise Work Group CisG ` EN " 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. 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. iTOD3T! WHO SHOULD USE THIS PROJECTION AND GUIDANCE DOCUMENT? 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. HOW SHOULD THE REGIONAL PROJECTION BE APPLIED? The projection (Unified Sea Level Rise Projection 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 WHO DEVELOPED THE UNIFIED SEA LEVEL RISE PROJECTION FOR SOUTHEAST FLORIDA? 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 l3NiE�ED SEA EVE E R SE PROJECTION F AST EE�oi A 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 AR5 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 21st 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 —J iL 80 70 60 Unified Sea Level Rise Projection (Southeast Florida Regional Climate Change Compact, 2015) Year 2030 2060 2100 31. IPCC AR5 USACE High NOAA High Median (inches) (inches) (inches) 1992. 2.000 2.010 2020 2030 2040 2050 2060 2070 2080 2090 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 ARS 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. 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. 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. Review 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: •e• USACE Guidance: There was no update to the projections since 2011 (USACE, 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 USACE Sea Level Change Calculator were used to adapt the global mean sea level change curves for the unified South Florida projection. ':• IPCC AR5 Projections: The 5th Assessment Report (AR5) 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 secs 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 R APP CATION 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; I<leinosky 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, Toss 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 (Compact, 2012). These assessments spatially delineate areas of inundation correlating to 1 foot, 2 feet and 3 feet of sea level rise. In addition, the Compact website hosts a multitude of sources of information, tools and links in support of adaptation and mitigation planning for use by the Compact communities. U lARY 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 . T ITED Bamber J. L., 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, I<., Das, 1., 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:10.1029/2011G0003976. 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 1 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://www.southeastfloridaclimatecompact.org//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/NGEO2388, 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 I to the Fifth Assessment. Report of the Intergovernmental Panel on Climate Change [Solomon, S., Qin, D., Manning, M., Chen, Z., Marquis, M., Averyt, I<.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, I<., and Ruth, M. 2008. Climate change and coastal flooding in Metro Boston: impacts and adaptation strategies. Climatic Change. 90(4). 453-473. doi:10.1007/s10584-008-9398-9. I<irtman, B.P., Bitz, C., Bryan, F., Collins, W., Dennis, J., Hearn, N., KinterIll, 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. dol: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. dol: 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.sciencedaily.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. http://tidesandcurrents.noaa.gov/sltrends/sltrends station.shtml?stnid=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/NOAA_Technical_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, I<., 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., Mrguez, 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. http://dx.doi.org/10.1016/i.gloplacha.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., III, 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, I<.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. OceanSci. 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 :10.102 9/2006J 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) http://www.corpsclimate.usiccaceslcurves.cfm 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. http://www.nature.com/nclimate/iournal/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. http://www.nature.com/ngeo/iournal/v2/n4/suppinfo/ngeo462 S1.html. 20 A APPEN A* STAND ALON CUMENT AND PPROJECTION 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. Current Year ' IPCC AR5 Median (OIue Dashed Line) USACE High Ryle Solid Line) NCAA High (Orange Line) 2015 2016 2017 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 To cciiivert r iat v seg vel rise datum frorn rraiai it yea level to feed NAV138» , acid tile ittirriber below tc ultra from projection... - rart re ise datum l sea level to mc i ie 8., add the number o value 'from projection n High later (MHW) Vaca tr. Beach Lake Worth 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.corpsclimate.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(t1)= a(t2 - t1) + 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(t1)= 0.0017(t2— t1) + (4.684499x10`5)(t22 — t12) •3 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(t1)= 0.0017(t2— t1) + (2.71262x10 -5)(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 80 70 > 60 v a co m w � N c 50 ,v C v it ©40 v v m u 30 i) O1 s ;> c 2D a 10 Unified Sea Level Rise Projection (Southeast Florida Regional Climate Change Compact, 2015) Year IPCC ARS USACE High NOAA High Median (inches) (inches) (inches) 6 10 12 14 2100 31 1992 2000 USACE Intermediate/ NOAA Intermediate Low 2010 2020 2030 2.040 2050 2.060 2070 2080 2090 2100 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 AR5 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 APP DIXSTAT 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; Taipe et al., 2014) is expected to be the predominant factor affecting sea level rise acceleration during the 21st 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). ICE SHEET DISINTEGRATION 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. THAWING PERMAFROST 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; Santamarfa-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 (http://geodesy.unr.edu/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) Fort Lauderdale Executive Airport 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 Tong-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 Figure B-1. 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 (AR5). 32 PPf'D OR GROUP COM NIA R AN COl M N AT0 SS 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 NT,Or 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 ':' 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 Ye rr" 2'1 Uri fed Projection (referee'ced'to Year 2010) (inches abode mst) 2i 1 Unified Projection ._w. (adjusted to reference Year 1994 (inches above'rdst) 2015 Proposed Unified Projection (referenced to Year 19192) (inches above nisi) 214.9 030 2,031 2060 2100 35 REQUEST FOR QJALIFICATIONS (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 111 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 1 www.miamibeachfl.gov CA MIAMI 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 AAIAM 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 customer's, 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 rm MIAMI BEACH 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)(0(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. Ai A P AND AL OW OTHER RE ON I t�... TINIC11. R �; RFQ 2017 -129 -KB 4 MIAMI 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:OOAM Deadline for Receipt of Questions April 14, 2017 at 5:OOPM Responses Due April 24, 2017 at 3:OOPM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD 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: KRISTY BADA Telephone: 305-673-7490 Email: KRISTYBADA • MIAMIBEACHFL.GOV Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a miamibeachfl.gov; 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 necessary by the City, a pre -proposal meeting or 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. to MIAMI 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: htt ://web.miamibeachfl.qov/procurement/scroll.asox?id=23510 • CONE OF SILENCE • PROTEST PROCEDURES • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE -CERTIFIED SERVICE - DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY CODE SECTIONS 2-407 THROUGH 2-410 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 CITY CODE SECTION 2-449 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. RFQ 2017 -129 -KB MIAMI 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 City reserves the right to postpone 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 MIAMI BEACH 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 X017 -129 -KB 8 MIAMI 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. RF •_R_ 6_4 MIAMI 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. RFQ 2017 -129 -KB 10 MIAMI 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 m MIAMI 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 cast 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. AR 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 P__ MIAMI BEACH 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. RFQ 2017 -129 -KB Balance of Page Intentionally Left Blank 13 m MIAMI 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. 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 2017 -129 -KB 14 MIA/ I B ACH 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.dnb.com/webapp/wes/stores/servlet/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). 17-1 2 15 MIAs\AI 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 Approach and Methodology 70 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 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 below. 5 5 TOTAL AVAILABLE STEP 2 POINTS i 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 2017 -129 -KB 16 IA t BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 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: Step 1 Points Step 2 Points Total ia€Ttc Step 1 Points Step 2 Points Total Rank Step 1 Points Step 2 Points Total Rank, Low Aggregate Score Final Ranking*y Proposer: A 82 22 104 79 22 101 80 22 102 Proposer R 76 15 91 85 15 100 74 15 89 Proposer 80 12 92 72 12 84 66 12 78 * 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. 77.71777-B 17 APPENDIX A M AM 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 2017 -129 -KB 18 Solicitation No: RFQ 2017 -129 -KB Solicitation Title: WATER & WASTEWATER SYSTEMS CONSULTANT Procurement Contact: KRISTY BADA Tel: 305-673-7490 Email: 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. The City r 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. 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,: RFC? 2017 -129 -KB 19 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-performance 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 , 20 shall be required to pay all employees -who provide services pursuant to this Agreement, the he ben using the Consumer Price Indox for all Urb Bureau -of Labor Statistics. No resolut' same (in a particular y ar). on of the City Commission be indexed annually -for inflation tied by tho U.S. Department of Labor's at its sole option, immcdia and fines, as provided in the City's L SUB AL-REni FRELP R ddjtie jest -Prep rmotion on the Living Wage requirement is *merit ecument, Proposer agrees 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 locatedin 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 Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit 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.miamibeachfigovfprocurement/. RFQ 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. If a Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm 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 dditional confirmation of addendum is required. submit under separate cnvPr RFQ 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, 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 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. RFQ 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: 117777-7-777B Notary Public for the State of Florida My Commission Expires: 24 APPENDIX B M AMI BEACH "No Bid" Form RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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 product/service 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- B 26 APPENDIX C M BEACH Minimum Requirements & Specifications RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 17-1 27 C1. 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 RQ 17-1 - B 28 developed with a matrix considering the likelihood of failure, and consequence of failure. The planning document should include approximately 20 years of work. III. 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. RFQ 2017 -129 -KB Balance of Page Intentionally Left Blank 29 APPENDIX D AM BEACH Special Conditions RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2 7-12 - B 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 •17-12 31 WilYmovir APPENDIX E M AM BEACH Insurance Requirements RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT 17-1 9-'B PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 32 M AM 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 Employer's 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. RFQ 2017 -129 -KB MEOW 33 APPENDIX F IAM BEACH Sample Contract RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT RFQ 2017 -129 -KB PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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- 77= 29-KB 017- F .17 -129 -KB 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. CONSULTANTS 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 RFQ 20 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. RF 017 9KBB 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 2017 -129 -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. RF 01 -1 -KB 39 DESIGN CRITERIA PACKAGE or DCP: Criteria means concise, performance - oriented drawings 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 alt 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 shatt 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 withifive business days of said Force M'eure. 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" shatt 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 sote diaorgU0n, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The " shalt mean the description of the Project, as described 111776-777-713 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 Consu!tant 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 taahm, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), aU 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 omissioby City shall waive or excuse Consultant's obligations under the Agreement and/Ur 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 RF 0� 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 I.6 e 17-1 9- B 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 RFQ 2017 -129 -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 RF' C 27129 -KB 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 (Le. 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 RF Q _0l 7 -19 -KB 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. RF e • 17-1 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). 49 Costs for reproduction and preparation of graphics for community workshops. Permit fees requred by City of Miami Beach regulatory bodies having juriscflction 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 portlons 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 shaU be made within 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 aftowed on subcontracted work. In addition to the invoice, the Consuttant shall, forHoudyRg0u authorizations, submit a progress report giving the percentage of completion of the Project and the total eabnnotedfee b»comnp|etion. 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 Articte 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consuttant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- upsUa||be8||ovvadonRai[nburSab|8ExpanGGe. 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 corne8pondiDginonaaGa|ntheConuVnnerPhce|nd8xfurAUUrbanCunaunners;U.G.CUvGveroQa(1882~ 84=10O), as established by the United States Bureau of Labor Statistics ("CP|"), 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 Consuttant agrees to perform alt 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 Subconsuttant work is used, the percentage of completion shall be identifled. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project istrator 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 kFQ 20]7 -]29 -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"j), 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. 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. RFQ 2017 -129 -KB 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, Tess 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: 217172171=11= 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 subconsuitant 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 /\oneonlent, and that it has not paid or agreed to pay any person, company, cmqoonotion, 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 aubnection. City shall have the right to terminate the Agreement, without any Hability or, at its discretion, to deduct from the contract price (or otherwise recover) the fuU amount of such fee, commission, penomnCgQe, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shau, during the Term of this Agreement, be governed by alt Appticable Laws which may have a bearing on the Services involved in the P'ect. 16.5.2 Project Documents. In accordance with Section 119J07 (3) (ee), Florida Statutes, entitled "|nspectk}n. Examination, and Duplication of Records; Exemptions," all building plans, b|UephOts, schematic dravvngo, and diagrams, including draft, preliminary, and final fornlat8, are exempt from the provisions of Section 119'07/1\. Florida Statutes (inspection and copying of public records), and s. 24(a), Article 1 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 alt appticable Federal, State, and City procedures, as may be amended from time to time, by which the documents are hand|ed, copied, and distributed which may include, but is not limited to, each employee of Consultant and Gubcnnau|tmn1n 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 shatl be tracked at alt 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 Consultanshall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiuiUeo which may exist in the Contract Documents prepared by Consultant, including documents prepared by its SUbConoV|bantu. 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 2017 -129 -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 59 CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: 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 Estimated calendar days to complete this work: Original Service Order Amount: Total From Previous Additional Service Orders: to be considered part of this Agreement. Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: City's Project Date Coordinator/Manager Days Assistant Director Date Consultant. Date Project Administrator -Director Date RFQ 2017 -129 -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. R Q 201 -1 B 61 HOURLY BILLING RATE SCHEDULE 62 IRFQ 2017 -129 -KB SCHEDULE C APPROVED SUBCONSULTANTS 63 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFQ 2017 -129 -KB ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) kFQ 2017 -129 -KB 65 ATTACHMENT C CONSULTANTS RESPONSE TO THE RFQ RFQ 2017 -129 -KB 66 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ Detail by FEI/EIN Number Page 1 of 3 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Foreign Profit Corporation CH2M HILL ENGINEERS, INC. Filing Information Document Number F04000000108 FEI/EIN Number 32-0100027 Date Filed 01/07/2004 State DE Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 08/29/2007 Event Effective Date NONE Principal Address 9191 S. JAMAICA STREET ENGLEWOOD, CO 80112 Changed: 04/10/2017 Mailing Address 9191 S. JAMAICA ST. ATTN: TAX ENGLEWOOD, CO 80112 Changed: 04/27/2009 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND RD PLANTATION, FL 33324 Name Changed: 02/28/2007 Address Changed: 02/28/2007 Officer/Director Detail Name & Address Title SEC HILTY, SARAH K http ://search.sunbiz. org/Inquiry/CorporationSearch/S earchResultDetail?inq... 12/7/2017 Detail by FEI/EIN Number Page 2 of 3 9191 S JAMAICA ST ENGLEWOOD, CO 80112 Title VP/TRES MATHEWS, STEVEN 9191 S. JAMAICA ST, ENGLEWOOD, CO 80112 Title VP LYON, DAVINIA J 9191 S. JAMAICA ST. ENGLEWOOD, CO 80112 Title Director MCINTYRE, GREGORY T 9191 S. JAMAICA ST. ENGLEWOOD, CO 80112 Title VICE PRESIDENT POWELL, WILLIAM M 10123 ALLIANCE RD., #300 CINCINNATI, OH 45242 Title Asst. Secretary RIMAS, CHERYL JETT 9191 S. JAMAICA ST. ENGLEWOOD, CO 80112 Title ASSISTANT VICE PRESIDENT AHMAD, ADAM 5801 PELICAN BAY BLVD,#505 NAPLES, FL 34108 Title PRESIDENT, DIRECTOR SUTTON, MATHEW 9191 S. JAMAICA ST. ENGLEWOOD, CO 80112 Annual Reports Report Year Filed Date 2015 04/20/2015 2016 04/19/2016 2017 04/10/2017 Document Images http ://s earch. sunbiz. org/Inquiry/C orp orations e arch/S earchResultDetail?inq... 12/7/2017 Detail by FEI/EIN Number 04/10/2017 -- ANNUAL REPORT 04/19/2016 -- ANNUAL REPORT 04/30/2015 -- AMENDED ANNUAL REPORT 04/20/2015 -- ANNUAL REPORT 10/22/2014 -- AMENDED ANNUAL REPORT 04/17/2014 -- ANNUAL REPORT 04/22/2013 -- AMENDED ANNUAL REPORT 02/15/2013 -- ANNUAL REPORT 04/18/2012 -- ANNUAL REPORT 04/25/2011 -- ANNUAL REPORT 04/08/2010 -- ANNUAL REPORT 04/27/2009 -- ANNUAL REPORT 04/23/2008 -- ANNUAL REPORT 08/29/2007 -- Name Change 05/04/2007 --ANNUAL REPORT 02/28/2007 -- Req. Agent Change 04/27/2006 -- ANNUAL REPORT 03/28/2005 -- ANNUAL REPORT 01/07/2004 -- Foreign Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View Image in PDF format View image in PDF format View image in PDF format View Image in PDF format View image in PDF format View image in PDF format View image In PDF format View irnage in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View Image in PDF format Page 3 of 3 Florida Department of State, Division of Corporations http : //s earch. sunbiz, org/Inquiry/C orporationS e arch/S earchResultDetail?inq... 12/7/2017 Name History Florida Department of State I,- if vf3f() rj• r)prirrii,q'filt 000,000040'"70,,,opoommonowoos, 2n! ",,? El eb• ,n't• Department of State / Division of Corporations / Search Records / Return to Detail Screen / Page 1 of 1 DIVISION OF CORPORATIONS Return to Detail Screen Events CH2M HILL ENGINEERS, INC, Document Number F04000000108 Date Filed 01/07/2004 Effective Date None Status Active Event Type NAME CHANGE AMENDMENT Return to Detail Screen Filed Effective Description Date Date 08/29/2007 OLD NAME WAS : LOCKWOOD GREENE ENGINEERS, INC. Florida Department of State, Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregate... 12/7/2017 Water and Wastewater Systems Projects (2017 -129 -KB) MIAMI BEACH • 1 # '9=.1111 Mr,- UM IMEr ,C9/0#E•11 • nIE•FT,0•1 al ;II 74: MIMI" Water and Wastewater Systems Projects (2017-129- KB) q:)MIA/v\IBEACH 3150 SW 38th Ave Suite 700 Miami. FL 33146 Section 1 COVER LETTER & MINIMUM QUALIFICATIONS CH2M far exceeds the City of Miami Beach's Minimum Qualifications, with 20 water and wastewater improvement projects that meet the City's criteria, including successful management of South Florida's largest capital improvement programs. Miami Beach is one of the world's most desirable places to visit, live, and work, but it is also one of the most vulnerable to the effects of climate change and sea level rise (SLR). To preserve its coveted way of life and keep pace with recent improvements in its stormwater system, the City of Miami Beach is seeking a partner to rehabilitate its aging water and wastewater infrastructure and to develop short- and long-term adaptation strategies to strengthen their resilience to climate change. MIAMI BEACH 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. Our world- class 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 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 RISING ABOVE WHAT THE CITY OF MIAMI BEACH ASKED FOR IN THIS SECTION AND WHERE TO FIND IT • Cover Letter, p 1-3 • Table of Contents, p 1-5 • Response Certification, Questionnaire & Requirements Affidavit (Appendix A), p 1-7 • Verifiable Proof CH2M Meets the City's Minimum Qualifications, p 1-19 • CH2M Capital Improvement Projects in Florida, p 1-21 • CH2M's National Capital Improvement Projects, p 1-49 need only look as far as Miami -Dade County, where CH2M is Owner's Agent for the $5.7 billion Ocean Outfall Legislation (00L) 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. ENR has ranked CH2M as a Top Program Management and top Environmental firm for over a decade. ENR Ranks # CH2M Top Design Firms: • Sewer/Wastewater • "Pure" Designers • Sewerage & Solid Waste • Wastewater Treatment Plants • Sanitary & Storm Sewers • Semiconductor Plants Top Environmental Firms: • Consulting/Studies • Engineering/Design • CM/PM • Federal Clients (in 2016) ENR publications thru August 8, 2016 Water and Wastewater Services Keep Miami Beach Rising Above CH2M Exceeds Miami -Dade County's Performance Requirements WASD has graded CH2M's performance with perfect 4.0 ratings on all evaluated projects, and the firm recently accepted multiple awards for its work on the Ocean Outfall program, including a Technology Merit Award for Climate Change Risk Modeling and Assessment from the Climate Change Business Journal, as well as the Miami -Dade Chamber of Commerce's Corporate Business of the Year Award for its outstanding contributions to the Chamber and local community. Southeast Florida Climate Change Leadership CH2M has also played a leading role in advising clients about Southeast Florida Climate Change Compact guidelines. For example, Miami -Dade County's OOL Program includes a significant climate resiliency component, and CH2M has been working with the Miami -Dade Water and Sewer Department (WASD) to evaluate the impacts of extreme weather and SLR on its wastewater assets. Core components of this work have included the following services: • Assessed projected climate change for key climate variables, including SLR, precipitation, and wind. • Modeled the increase in storm surge at the coast with SLR in 2040, 2075, and 2100 using MIKE21 calibrated to Hurricane Andrew and FEMA 100 -year stillwater elevations. • Modeled the extent of inland inundation caused by SLR, storm surge, and extreme rainfall using Flood Modeler Pro for a range of scenarios based on the service life of the wastewater facilities. • Evaluated risk to those facilities from various climate change scenarios as well as the associated costs of protecting the facilities. • CH2M facilitated a series of workshops with WASD staff and the program's design consultants to select design criteria that specified flood control elevations and facility hardening options. These specifications, which meet Southeast Florida Climate Change Compact guidelines, were documented in the Design Guide for Hardening Wastewater Facilities against Flooding from Surge, Sea Level Rise, and Extreme Rainfall. These design guidelines are especially relevant to the future of Miami Beach's wastewater collection system because of its interconnectivity with and dependency on WASD's wastewater collection system. Organization for the Remainder of Section 1 In the remainder of this section, we present the following individual sections to help the City evaluate our ability to deliver its water and wastewater projects: • Cover letter • Table of contents • Response Certification, Questionnaire & Requirements Affidavit (Appendix A) • Verifiable proof that CH2M meets (and far exceeds) the City's Minimum Qualifications CH2M Water and Wastewater Services COVE . LETTER A\D TABLE OF CONTENTS April 25, 2017 CH2M HILL 3150 SW 38th Ave Suite 700 Miami, FL 33146 TEL 305.443.6401 FAX 305.443.8856 Ms. Kristi Bada, Contracting Officer III Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL33139 Subject: Engineering Services for Water and Wastewater System Projects (RFQ 2017 -129 -KB) Keep Miami Beach Rising Above Dear Ms. Bada and Selection Committee Members: To honor its commitment of providing excellent public service to its residents, businesses, and visitors, the City of Miami Beach is undertaking a long-term capital improvement plan (CIP) for developing resilient water and wastewater systems. To ensure the viability of the CIP for many years to come, addressing the vulnerabilities of your water and wastewater infrastructure to climate change and sea level rise is a core component of the CIP development and implementation process. Having recently celebrated its 100th anniversary, the City also faces the challenges of aging water and wastewater infrastructure; redevelopment; an increased customer base; communication, interoperability, and cyber security concerns requiring more advanced supervisory control and data acquisition (SCADA) systems; and a community cognizant of the balance between infrastructure/road construction and traffic congestion needs. CH2M understands that to successfully manage the CIP, your selected consultant must bring a suite of management and technical skills to deliver your critical infrastructure on time and within budget. With worldwide experience completing very similar programs, including managing major capital programs in South Florida such as Miami -Dade County's $5.7 billion Ocean Outfall Program, CH2M is that consultant. Through our project approach, staff resumes, and 20 similar programs submitted in this document, we have demonstrated the breadth and depth of our climate resilience and CIP management expertise. CH2M has the subject matter experts here locally in Miami -Dade County and across the nation to assist you. Finally, CH2M understands the context in which your projects will be implemented, including the local geography and hydrogeology in Miami Beach and Miami -Dade County. We certainly appreciate this opportunity to submit our proposal and look forward to discussing in greater detail the value that CH2M can bring to the City of Miami Beach. Sincerely, CH2M HILL Engineers, Inc. Matthew B. Alvarez, PE Vice President and Principal -in -Charge Juan F. Aceituno Project Manager CONTENTS 1 Cover Letter and Table of Contents Cover Letter Table of Contents Response Certification, Questionnaire & Requirements Affidavit (Appendix A) Verifiable Proof CH2M Meets the City's Minimum Qualifications CH2M Capital Improvement Projects in Florida CH2M's National Capital Improvement Projects 1-1 1-3 1-4 1-7 1-19 1-21 1-49 2 Experience and Qualifications 2-1 Qualifications of Proposing Firm 2-1 Experience with Public Sector Agencies 2-9 Qualifications of Proposer Team 2-10 Financial Capacity 2-16 Representative Water and Wastewater Projects 2-17 Team Member Resumes 2-61 3 Project Understanding and Approach 3-1 Project Understanding 3-1 Approach and Methodology 3-4 Management Plan 3-20 Ensure Quality Control 3-23 Water and Wastewater Services Keep Miami Beach Rising Above APPENDIX A APPENDIX A MIAMI 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 2017-1 29 -KB 18 1-7 Solicitation No: RFQ 2017 -129 -KB Solicitation Title: WATER & WASTEWATER SYSTEMS CONSULTANT Procurement Contact: KRISTY BADA Tel: 305-673-7490 Email: 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. The City r 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. FIRM NAME CH2M HILL Engineers, Inc. (CH2M) No of Years in Business: 71 years No of Years in Business Locally: 26 years (Miami) OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NA FIRM PRIMARY ADDRESS (HEADQUARTERS): 9191 S. Jamaica Street CITY: Englewood STATE: CO ZIP CODE: 80112 TELEPHONE NO.: (303) 771-0900 TOLL FREE NO.: 1 (720) 286-2000 FAX NO.: (720) 286-9250 FIRM LOCAL ADDRESS: 3150 SW 38 Ave, Suite 700 CITY: Miami STATE: FL ZIP CODE: 33146 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Matt Alvarez ACCOUNT REP TELEPHONE NO.: (407) 423-0030 x306 ACCOUNT REP TOLL FREE NO.: NA ACCOUNT REP EMAIL: Matt.Alvarez@ch2m.com FEDERAL TAX IDENTIFICATION NO.: 32-0100027 RFQ 2017 -129 -KB 18 1-8 1. Veteran Owned Business. Is Proposer claiming a veteran owned businessstatus? 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 NA 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 1 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by an public 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. NA 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 atwww.miamibeachfl.gov/procurement/. See Attachment 2 RFQ 2017 -129 -KB 18 1-9 7. Living Wage. Pursuant to Section 2-'108 of the Miami Beach City Code, as same may be amended from time to time, Proposers A . .. • •g. Commencing with City fiscal y or 2012 13 (October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. paFtw,441ar--year-)- atwww.miamibeachfl.gov/procurement/. to the living wage requirement. - --- . .. .. .. . - .. . • - -- et_ .•••• ... - .... 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 employees? X 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 Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit 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/procurementi. RFQ 2017-1 29 -KB 18 1-10 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. If a Initial to Confirm Recept Initial to Confirm Receipt Initial to Confirm 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 dditional confirmation of addendum is reauired. submit under separate cover. RFQ 2017 -129 -KB 18 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 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 Govemment-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. RFQ 2017 -129 -KB 18 1-12 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: Matthew Alvarez, PE ile Signature of Proposer'. • ijior ed . �s • e: Title of Proposer 's Vice President Date: Authorized Representative: 6 / u/7 /, ,.--�ii�� I, U T State of 'F-t-DiVO County of A-fir_[Yli ^ Oar, On this i'! day of C (L. , 20 VI- , appeared before me KNTTk -1 %1t,UtV. , personally known and who stated that (s)he is the \A'ce rir-54 of CN2dh *ILL I6Z4t C . TAI G. , a corporation, and that the instrument was signed in behakf of the said corporation by authority of tis board of directors and acknowledged said instrument to be its voluntary act and deed. Before me, .►Notary Public Stets of Florida Man. AisjendreRuiz Herrera + r My Commission FF1B5261 statim Expires 12/23/2018 Notary Printed Name My Commision Expires: z/ z3J zois RFC) 2017 -129 -KB 18 1-13 Attachment 1 to Appendix A 3. References & Past Performance t Client Reference #1. Firm Name Miami Dade County Water and Sewer Department (WASD) Contact Name & Title Jim Ferguson, Senior Program Manager Address 3071 SW 38th Ave, Miami, FL 33146 Telephone No. 786-268-5250 Email address James.Ferguson@miamidade.gov Scope of Services Provided: CH2M is providing wastewater system master planning and managing overall delivery of longterm program that encompasses the design, procurement, construction, and commissioning of an estimated 63 major capital projects. WASD has graded CH2M's performance with perfect 4.0 ratings on all evaluated projects, and the firm recently accepted multiple awards for its work on the Ocean Outfall program, including a Technology Merit Award for Climate Change Risk Modeling and Assessment from the Climate Change Business Journal, as well as the Miami -Dade Chamber of Commerce's Corporate Business of the Year Award for its outstanding contributions to the Chamber and local community. Client Reference #2 Firm Name Contact Name & Title Address Telephone No. Email address City of Cocoa, FL Jack Walsh, Utilities Director 65 Stone St, Cocoa, FL 32922 321-433-8710 jwalsh@cocoafl.org Scope of Services Provided: CH2M has worked with the City for nearly five decades to help develop this integrated wellfield and surface water supply system to meet growing water supply needs. Projects have included major wellfield development, surface water supply development, construction and permitting of aquifer storage and recovery (ASR) wells, water conservation, water treatment, transmission and distribution system improvements, and associated measures to meet increasing water demands. Since 2008 we have served as the City's program manager on over 25 active projects, including the City's 5 -year $100 million capital improvements program (CIP). Client Reference *3 Firm Name Seminole County, FL Contact Name & Title Terrence McCue, Chief Engineer Address 500 W Lake Mary Blvd, Sanford, FL 32773-7499 Telephone No. 407-665-2040 Email address 2040, TMcCue@seminolecountyfl.gov Scope of Services Provided: Program Management for Water/Wastewater CIP. Seminole County's CIP consisted of 200 projects more than $300 million entailing the modernization and expansion of potable water, sanitary and reclaimed water infrastructure using a program management approach led by CH2M. Program management services provided included: master planning, permitting, design management, procurement support, construction management, schedule and cost control, document controls, asset management, funding strategy development, cost benefit analysis, cost estimating, public outreach, and data management systems. 1-14 Attachment 2 to Appendix A 6. Code of Business Ethics (pages from document) July 2014 1-15 Table of Contents Message from our Chief Executive Officer Acknowledgement and Certification of Your Commitment to CH2M HILL's Employee Ethics & Business Conduct Principles ii I. Responsibilities of CH2M HILL Leaders 1 II. Do the Right Thing/Make the Right Call 2 Ethical Decision Making 2 Seeking Guidance and Reporting Potential Ethics Violations 2 Reporting Concerns about Financial Reporting 3 Reporting Concerns about Violations Involving our U.S. Government Work 3 Discipline 3 Protection for Whistle -Blowers 3 III. Respect for Each Other 4 Diversity and Inclusion 4 Non -Discrimination 4 Anti -Harassment 4 Disrespectful Behavior 5 Open Communication and Goal Alignment 6 Health, Safety, and Environment 6 Workplace Injuries and Illnesses 7 Workplace Violence 7 Drugs and Alcohol 7 Protection of Personal Information 7 Use of Our Communication Systems and Technologies 8 Importance of Professional Appearance 8 IV. Respect for CH2M HILL 9 Conflicts of Interest 9 Personal Conflicts of Interest 9 Organizational Conflicts of Interest 9 Apparent vs. Actual Conflicts of Interest 10 Doing Business with Employees, Friends, and Family 10 Corporate Opportunities 11 Outside Employment 11 Serving on a Board of Directors 11 Gifts and Entertainment 12 Political Activities and Contributions 14 Lobbying Activities 15 Relationship with the Supply Chain 15 Protection of CH2M HILL's Assets 16 Physical Assets and Technologies 16 Confidential Information and Non -Disclosure Obligations 16 Intellectual Property Rights 16 Software 16 Social Networking 17 Media and Other Inquiries 17 V. Respect for Clients and the Global Marketplace 18 Environment and Sustainability 18 Antitrust and Competition Laws 18 Corrupt Business Practices 19 Trade and Export Controls 20 Export Licensing 20 Boycotts 20 Sanctions 20 Fair Treatment of Labor 21 Community Relations 21 Employment of Government Officials 21 Confidential Information of Clients, Suppliers, and Partners 22 Competitive Information 22 Accurate Record Keeping 23 Accurate Financial Reporting 23 Insider Trading 23 Government Inquiries 24 Record Retention and Destruction 24 VI. Special Consideration When the U.S. Government is our Client 25 Timekeeping 25 U.S. Government Contract Procurement 26 Federal Acquisition Regulation (FAR) 26 Truth in Negotiations Act (TINA) 26 Procurement Integrity Act (PIA) 26 Organizational Conflicts of Interest 27 U.S. Government Project Delivery 28 Reasonable and Unallowable Costs 28 Gifts and Entertainment for Government Officials28 Human Trafficking and U.S. Government Work 29 Intellectual Property 29 False Claims Act (FCA) 29 Contingent Fees 29 Anti -Kickback Act (AKA) 30 Protection for Whistle -Blowers 30 Mandatory Disclosure of Violations 30 1-16 CH2M HILL's Employee Ethics & Business Conduct Principles Message from our Chief Executive Officer Dear employees, Here at CH2M HILL, we turn challenge into opportunity and lay the foundation for human progress around the world. In all that we do, we uphold our highest ethical standards and core values—serving our clients and the communities where we work and live with distinction and delivery excellence. CH2M HILL was built on a strong foundation of doing the right thing, and captured in the Little Yellow Book are essential values that we hold dearest. As we move forward and continue to grow in an increasingly complex marketplace, we must draw on our past as we look to the future, living each day with the founding values of our company in mind. CH2M HILL's Employee Ethics and Business Conduct Principles further codify the firm's values and is your guide to how we interact with each other, our customers, our partners, our competitors and our suppliers. As an employee, I ask you to understand and commit to these principles. We owe it to ourselves, our colleagues and the people touched by our work to not only adhere to these ethical principles, but to also seek business partners who live by the same standards as well. As we work together to solve some of the world's most complex challenges, there will be times when we are faced with difficult ethical dilemmas. It is imperative that we make the right call and conduct our business with the integrity that reflects our heritage and reputation as one of the world's most ethical companies. Live the CH2M HILL Way every day, and stay true to who we are: Respectful, collaborative, entrepreneurial, compassionate and fun. These Employee Ethics and Business Conduct Principles apply to every CH2M HILL employee across the enterprise and are designed to help address issues that may arise from time to time. You will, however, encounter unexpected situations, and I ask that you let our core values and these principles guide the decisions you make. As one of our founders, Jim Howland, said in the Little Yellow Book, "A good test to determine If a contemplated action is ethical is to ask, 'Would I want to see it in the headlines tomorrow morning?'" If you have a question on the best course of action in a difficult situation, or if you become aware of a possible violation of a CH2M HILL policy or a law that governs our business, please get help from your peers, your supervisor or The GuideLine (our safe, confidential hotline). As we move forward, be proud of our achievement as one of the world's most ethical companies, and always remember, "Integrity is the all-important prerequisite to employment. The person must be honest with himself and others or we have no foundation on which to build." — Jim Howland, CH2M HILL Founder. .C- Jacqueline Hinman, CH2M HILL Chief Executive Officer Governing Values: RESPECT • Be the most respected company in our industry • Commit to ethics and integrity • Strengthen civility in the workplace • Enhance careers through professional development and advancement opportunities • Commit to sustainable business practices DELIVERY EXCELLENCE • Lead our industry in safety, health, and quality • Think like our clients • Apply the best resources to our clients' projects • Achieve market leadership in delivery of all services • Minimize bureaucracy • Manage risk, not avoid it • Improve business performance EMPLOYEE CONTROL • Build long-term stability • Control our destiny • Foster a sense of pride • Reinvest profits in growing markets, projects, and people To report concerns or seek guidance about any issues raised here, contact The GuideLine at +1-866-924-484_3 {U.S. and Canada), +1-720-286-4843 (outside North America) or online at www.reoortlineweb.com/ch2mhill (which has international toll free numbers available)1-17 CO062009004MKr d to your supervisor. CH2M HILL's Ernployee Ethics & Business Conduct Principles Acknowledgement and Certification of Your Commitment to CH2M HILL's Employee Ethics & Business Conduct Principles Please review this statement of acknowledgement and certification and sign it (electronically or in hard copy, as directed) after you have reviewed the entire document. I understand that as a CH2M HILL employee I must embrace our Employee Ethics & Business Conduct Principles. These principles support and promote CH2M HILL's way of doing business and protect aur employees, client relationships, financial integrity, public image, and shareholder value. As a condition of my employment with CH2M HILL, I agree to abide by these important and sustaining rules of conduct and confirm as follows: 1. I Understand and Endorse the Employee Ethics & Business Conduct Principles and Related Policies It is my responsibility to be familiar with CH2M HILL's Employee Ethics & Business Conduct Principles, including at policies and procedures referenced in the principles, and to understand my obligations as outlined in this document. I confirm that these Employee Ethics & Business Conduct Principles cover, among other things, our policies and expected conduct with respect to: ethical decision making; diversity; freedom from discrimination, harassment, and disrespectful behavior; health and safety; alcohol and substance abuse; violence in the workplace; conflicts of interest; corruption and entertainment; political and lobbying activities; rules for relationships with our competitors and suppliers; obligation to protect CH2M HILL assets; confidentiality of our and our customers' proprietary information; use of communication tools and technology (including social media); fair dealings obligations; fair treatment of labor; accurate record and time keeping; accurate financial reporting; insider trading; protection of personal information; and special requirements when doing work for U.S. Government clients. I acknowledge that I have received, read, understand, and agree to these Employee Ethics & Business Conduct Principles without limitation. I also understand that I have the responsibility to periodically review and comply with other CH2M HILL policies and procedures that apply to my job and responsibilities at CH2M HILL. I confirm that I have access to these documents through CH2M HILL's Intranet, and if t would like a hard copy, I know that I can ask Human Resources for one. 2. I Understand and Endorse CH2M HILL's Policy Against Corruption I understand that CH2M HILL has zero tolerance for corruption in our business practices. I understand that CH2M HILL does not directly or through others pay or facilitate bribes or provide anything of value to our supply chain or client representatives, including our government officals, to secure new or retain existing business opportunities. I have read and understand CH2M HILL policies dealing with corruption, and gifts and entertainment and agree to abide by them. I understand CH2M HILL rules on dealing with aur supply chain and agree to abide by them, 3. I Have an Obligation to Report Violations I agree to report any actual or suspected violations of these Employee Ethics & Business Conduct Principles, CH2M HILL's policies, laws, and/or regulations of any jurisdiction where I work. I understand that The GuideLine (CH2M HILL's internal hot line) is a safe and confidential way to report these violations. I know how to contact The GuideLine, (either by phone or through the Internet). I also understand that employees who report violations, in good faith, will be protected against any retaliation. 1 understand that CH2M HILL will only use The GuideLine in a manner consistent with laws that apply to me and to CH2M HILL. 4. I Understand and Accept the Consequences of Violating these Principles I understand that a violation of the policies and ethical standards outlined in our Employee Ethics & Business Conduct Principles will subject me to disciplinary action up to and including termination of employment. I understand and agree that these Employee Ethics & Business Conduct Principle •a not, nor ey tended to, confer any rights or benefits of employment, or constitute an assurance of continued employment or . an.e in =y.toym status. Signature Printed Name Global Empl+yee Number Last modifes: April 2014 Pic c141 Date 4/1 r? Office Location /4'06-• To report concerns or seekguiclance about any issues raised here, contact The Guideline at +1.866-924-4.843 [U.S. and Canada) +A-720-286-4843 (outside North America) or online at www.reoortlineweb.cont/ch2mttIli (which has international toil free numbers available) 1-18 MINIMUV QUALIFICATIONS Proof CH2M Meets the Minimum Qualifications CH2M holds all the necessary professional certificates to deliver the City of Miami Beach's water and wastewater projects according to the highest engineering standards, including a Certificate of Authorization by the State of Florida Department of State certify from the records of this office that CH2M HILL ENGINEERS, INC. is a Delaware corporation authorized to transact business in the State of Florida. qualified on January 7, 2004. The document number of this corporation is F04000000108. 1 further ccrttly that said corporation has paid all Iles due this office Through December 31, 2016. that its most recent annual repon/uniMmr business report was 111,1 on April 19, 2016, and that its status is active. 1 further certify that said corporation has not tiled a Certificate of Withdrawal. Given under n,v hand and the Great Sea! nfrhe State of Florida ut Ta!lahaasee, the Capital. this the Sixteenth day of -March, 2010 Secretary ufStute Tracking Number: CLU1182S473n To authenticate this certificate,. folk...Messner fhb number, and thee fog. the iostrunlom displayed. kupeahenicee.mebi0u,g,FltI.gsffanmcateO!St W,ureenmeweaathendaarton State of Florida, Division of Business and Professional Regulations, and a Professional Engineer Certificate from the Florida Board of Professional Engineers. These certificates are shown below. nab arbsfessiosia Mon is NA Masse.sr1010 Tdiimes. FL ]1304265 CELIM 1GB Engineers, lee. 9191S.JAMAICA STREET ATTN: SALL'/ HELL ENGLE: MOO, CO AML Each licensee is solely responsible for notifying the Florida Board of Professional Engineers ha writing the licensee's current address. Name changes require legal documentation showing name change. do original, a certified copy, ora duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless thema question about the authenticity of the docum raised on its face, or because the genuineness of the document is uncertain, or because of another mane, related to the application. At least 90 days prior to the aupiradon date shown on this License, a notice of renewal will be sera m your last known address. If you have not yet received your notice 60 day. prior to the expiration date, please .11 (850) 521-0500, or write, Floeda Board of Professional Engineers, 2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board®fbpe_org. Our website address is hrtp://www.lbpe.org. State c f Florida Board of Prat ssional Engineers MOS. than C;Fl2\f 4111 Engineers, 1 FBPE 1s,otniad under the pmer.inue a ac.,ian. a'ri howes, to oda engineer , services w dee public stump,& a Professional V. se ihkrUP1rg & nada Gbapeee m, Assists Surmise. :.0 0t, Cd tic. Na dndh Ne: tants:. a '_ ..ht CH2M holds all the licenses required to deliver water and wastewater projects that meet the State of Floridas highest professional engi- neering standards. Also important to successful project delivery, CH2M far exceeds your Minimum Qualifications identified in Appendix C, Minimum Requirement and Specifications, as we have provided 20 projects completed within the past 10 years involving water and wastewater facility improvements, CIP development and implementation, condition assessments, and climate resiliency services. Most importantly, our team members assigned to the City's contract have played key roles on these projects, bringing valuable knowledge and lessons learned to your project. Water and Wastewater Services Keep Miami Beach Rising Above SIMILAR EXPERIENCE WITH PUBLIC SECTOR AGENCIES Ocean Outfall Legislation Program. Miami -Dade County Water and Sewer Department. Florida RELEVANCE TO MIAMI BEACH ✓ Extensive CIP Delivery Experience in Miami -Dade County ✓ Extensive Climate Resiliency and Infrastructure Hardening Services O The Ocean Outfall Legislation (OOL) Program is critical for the County to meet the regional service needs of its customers, accommodate future growth, address climate uncertainty, and comply with federal, state, and local regulations. What We Do: Wastewater system master planning and managing overall delivery of long-term program that encompasses the design, procurement, construction, and commissioning of more than 60 major capital projects Contract Tenure: 2014 to 2026 Contract Value: $5.7 billion (constructed value) Agency Contact: Jim Ferguson, Senior Program Manager, 786-268-5250, James.Ferguson@miamidade.gov Project Profile The Miami -Dade Water and Sewer Department is the largest water and sewer utility in the southeastern United States and serves nearly 2.3 million residents and thousands of visitors on a daily basis. Staff works 24/7 providing high- quality water and wastewater services, protecting public health, and acting in the best interest of the environment. In 2008, the Florida Legislature approved and the Governor signed a law requiring all wastewater utilities Extensive planning and hydraulic modeling is required to reverse current west -to -east wastewater flows in the County to east -to -west. in southeast Florida that use ocean outfalls to dispose of treated wastewater to reduce nutrient discharges by 2018, cease the use of outfalls by 2025, and reuse 60 percent of the wastewater flows by 2025. As a result of this mandate, WASD is implementing system- wide wastewater facility upgrades through the OOL program. " CH2M HILL has a long history of working with Miami -Dade County, and has successfully delivered many important water and wastewater projects over the years. We are delighted to continue working with CH2M HILL on this important regulatory program, which will yield significant benefits to the environment and County infrastructure. as well as benefit the local economy by creating thousands of direct jobs." Bill Johnson, Miami -Dade County Water and Sewer Department Director during Program Startup and Initiation Water and Wastewater Services Keep Miami Beach Rising Above This $5.7 billion program involves wastewater system master planning and the design. procurement, construction, and commissioning of more than 60 major capital projects. These projects comprise the activities necessary to re- distribute the County's wastewater system flows, which currently travel from west to east (to the ocean). The wastewater will be rerouted west to a new membrane bioreactor treatment plant, which when complete, will be one of the largest in the world. After treatment, more than 450 mgd of treated effluent will be injected into deep wells for both reuse and disposal. As Owner's Representative, CH2M is responsible for system master planning, as well as managing the overall delivery of a comprehensive, technically sound, long-term program that encompasses the design, procurement, construction, and commissioning of an estimated 60 major capital projects. System Master Planning In preparation for this effort, the CH2M team gathered available information for the existing wastewater treatment plants (North District WWTP, South District WWTP, Central District WWTP), including record drawings, operational data, and site visits. The team also performed field inspections and assessments by multiple engineering disciplines at each of the facilities to update previously prepared condition assessment reports, providing a firm foundation on which to base evaluations and make planning decisions. A Preliminary Engineering Report (PER) was prepared for a baseline approach to fulfilling OOL requirements, which encompassed improvements at all three WWTPs (alternative was selected as part of the original OOL Compliance Plan). In parallel with this effort, flow projections were validated and updated IPtat-p4CE SOuMTY WATER. WO SEVER OE.ARThelT Raqut9& dalL': 1=14 t]LFM Protet4 [kxui 4 r r OP -143e11 CRAEETD PSIS? .or fl Oesa pirn7 Ectal P:Is x&rtttz.'Jt ria Vied p` Ulla*At :nt e3S 3.0 rorne3g. Fs;+r lID 214:..481 3i 3sra4r eYmr,Tse TC +e rorlwealrrtYtedst,oLs A reggertS regMorlane Pet.= _tit oTMTV A-.3: NC lay Doarairatalg Sea r atItAe a8 e1CgEMg d1L LY62 Yak Fifir9 on e,i-sng sfie edv"nS4*?, alaleledtors lrmxwAd ppng tor PSecp3eJ lte =wt. artnectler tea w861 tt5 me.tryONNVP .111 aim Oe-dN11toYI Tao Illgmaegg and FPL absttic'1 a4 ati?led on the Ste .alO octal mak- isgosd1M1g untsac Sort ta.I g .'.E4:3'11dC'Wrog,one d'rtlog hag 3n rNrk Itve cY ,edslrr baba Raiup for Ei.°e11.umW. Ztrei Man a! CCM= WW1. PS Vox -WET walo!IIR'rrom Gni statrt neades f1 ].Eeml+nl b ao,-p rnre,iews, eaalrq d ratkn I aartw y9Mg FYs7ng P5lidy can't t,e Imed mar WIMP.? 175 VI W WCl. ARP 3PriZ Ten NONAPT, 6D AEEC 8t owesesisc owns. Ex sallxrgew is xtocieli 4iiT rteO llaintgreet 4007 WRFM PJ_CIN The tablet -based inspection program greatly increased inspection efficiency by reducing down time' required to til/ out, scan, and upload paper reports at the end of each workday. Home office time required for data entry of paper forms onto database was almost eliminated. t CH2M Water and Wastewater Services Miami-Dade's OOL program will nearly eliminate wastewater flows to ocean outfalls through a combination of new WWTP and deep well injection considering the impacts of climate change and sea level rise. Using this updated information, alternative peak flow management strategies were evaluated to maximize the use of existing assets and to simplify future operation when compared to the baseline solution. This evaluation became the basis for project planning at the existing WWTPs. Conveyance System Rerouting Conveyance tasks to support the rerouting of wastewater flows include the validation of the hydraulic model inputs and validation of the pump station and force main projects. CH2M used WASD's InfoWorks hydraulic model to plan and design the conveyance rerouting projects. First, we validated the inputs into the model, which was achieved by development of a template to plot the system response to multiple storms. The results of the validation of these flows found that the process for developing the inputs was sound, but the data itself was not reliable. The CH2M team also evaluated the impact of climate change on the selected design storm and SLR on groundwater infiltration. The result of this analysis is more confidence in the flows that will be used to design the projects that will meet the goals of the 00L. CH2M's conveyance team also validated the sizing, route, configuration, and impacts to the conveyance system of the planned new West District WWTP and other OOL projects. Validation of these projects found that, overall, the sizing of the pipes in the OOL Compliance Plan were conservative and that the impacts of these projects on the existing sewer system required more evaluation. As a result, it was determined that a key force main that conveys flow from Pump Station (PS) 187 to the North District WWTP does not have the ability to convey the required flow. The CH2M team worked with WASD to determine the local pump stations that should be disconnected, allowing the force main to act as an express sewer. The validation process also determined that the sequencing of conveyance projects to move peak flow from the east coast to an inland treatment plant is key to meeting the intent of the 00L. Climate Change/SLR Services To meet the guidelines of the Southeast Florida Climate Change Compact, the CH2M team evaluated the impacts of extreme weather and sea level rise (SLR) on its wastewater assets and. In support of this task, CH2M provided the following services: CH2M's flow analysis tool volhdates Miami-Dade's hydraulic model based upon spatially varied rainfall and the projection of flows, producing more refined flow projects and greater confidence in the model. Keep Miami Beach Rising Above • • Assessed projected climate change for key climate variables, including SLR, precipitation, and wind. • Modeled the increase in storm surge at the coast with SLR in 2040, 2075, and 2100 using MIKE21 calibrated to Hurricane Andrew and FEMA 100 -year stillwater elevations. • Modeled the extent of inland inundation caused SLR, storm surge, and extreme rainfall using Flood Modeler Pro for a range of scenarios based on the service life of the wastewater facilities. • Evaluated risk to those facilities from various climate change scenarios as well as the associated costs of protecting the facilities. Based on the results of these efforts, design criteria that specified flood control elevations and facility hardening options were developed and documented in the Design Guide for Hardening Wastewater Facilities against Flooding from Surge, Sea Level Rise, and Extreme Rainfall. CH2M then prioritized WASD's 1,069 pump stations on their risk of flooding from SLR alone, and SLR coupled with storm surge and increased rainfall, for two future planning horizons: 2040 and 2075. Approximately 252 pump stations were identified as being high priority based on criticality, based on flow, critical facilities served, and function for OOL compliance. All of the 252 Priority 1 pump stations are being further analyzed to quantify flood risk by comparison of elevation of critical assets to flood elevations. Those stations at risk of flooding will be further analyzed to refine facility hardening approaches and cost estimates, and to refine the design guidelines based on criticality and cost/benefit metrics. Decision Support Tools CH2M has worked with WASD staff to create data flow diagrams to help the team members crystallize their plans. Ideally, the goal is to leverage WASD's existing source systems for data collection, quality control, and storage, while extracting only the data needed for the program's analytic and reporting needs. The data flow diagrams are reviewed by all the team members so everyone understands how information will be integrated during and after the project. CH2M has experience creating system architecture and data flow diagrams to thoroughly map projects and add to their success. Along with the system diagram, CH2M staff typically develops lists of available data, data gaps, historic data, data management, and collection / QC standards. Key data systems include: • Mapping: ArcGIS • Document and Cost Management: Proliance / SharePoint • Maintenance Management: Infor EAMS • Financial Systems: PeopleSoft • Customer Information System: Oracle CC&B • SCADA and Modeling One example of the innovation we have brought to this program is the use of mobile field devices for data collection. • Using mobile technology along with ESRI ArcGIS Online software, the field has replaced existing paper based inspection protocols, resulting in higher quality, more timely data, increasing productivity and lowering costs—overall inspection process production rates increased by 65 percent. • Evaluated the impact of climate change on the selected design storm and sea level rise on groundwater infiltration, resulting in higher confidence in the flows that will be used to design the projects. Measures of Success • CH2M's flow analysis tool validates Miami-Dade's hydraulic model based on spatially varied rainfall and the projection of flows, producing more refined flow projects and greater confidence in the model. CH2M Water and Wastewater Services • South District WWTP Renewal and Replacement Upgrades, Miami, Florida RELEVANCE TO MIAMI BEACH ✓ Extensive CIP Delivery Experience in Miami -Dade County ✓ Wastewater Force Main Improvements for Greater Redundancy and Increased Flows ✓ Condition Assessment Integration with Existing Processes and Equipment Improvements at the South District WWTP are rehabilitating treatment and collection infrastructure while helping the County meet OOL requirements and continuously operate the facility. What We Do: Wastewater planning, design, permitting, engineering support during construction; construction management; 0&M services; wastewater treatment, collection, and disposal; and Florida hydrogeology Contract Tenure: 2007 to 2022 Contract Value: $30.8 million (constructed value) Agency Contact: Humberto Codispoti, Senior Professional Engineer, Miami -Dade Water and Sewer Department, 305-790-0235, HCP@ miamidade.gov Project Profile Since 2007 CH2M has partnered with WASD to deliver 26 renewal and replacement (R&R) projects for the existing facilities valued at WASD Prioritization Criteria Financial Considerations tts AWA& Wegt2 randingsawc Weghtl2 Weight12 Fending AMractivenem Wegt2 Reliability of System EaseoiOperatianr Maintenance Manage Emdroninental FootprMC Nkat+ Sitehnpace Saretyontalt weght to Current Remit Compliance Fleet) ilitytor Variable Influent Card tiaras: Flexibnityfor Changing Regulations: Seat Considerations • Sustainable CommaaityImage: Princeles: Community Impact lVbuataanakc.. cpabutket aprmbm)„' CH2M prioritized more than 725 potential rehabilitation and repair projects, to optimize CIP delivery $30.8 million at the SDWWTP. We have provided project management services; engineering; permitting; cost estimating; financial analysis; and construction management services. Representative projects include: • Identification and prioritization of rehabilitation and repair projects • Delivery of Consent Decree projects for fats, oil, and grease and oxygen production facilities • Developed design -build criteria for cogeneration facility improvements • Design of SDWWTP screening improvements • Design of facility -wide fire alarm system upgrades • Expedited SDWWTP condition assessments Of the 26 projects that CH2M has undertaken at the SDWWTP, the project below is most relevant to Keep Miami Beach Rising Above 411) the City of Miami and demonstrates the wastewater collection experience we bring to your contract. 54 -inch Force Main Rehabilitation Most relevant to the City of Miami Beach's contract, as part of WASD's Environmental Protection Agency (USEPA) Consent Decree, a wastewater transmission improvement project was required to convey flows from South Dade County, the City of Homestead, and Florida City to the South District Wastewater Treatment Plant (SDWWTP). A field condition assessment of the existing 54 -inch -diameter force main by others recommended immediate rehabilitation of the pipeline. CH2M assisted WASD with preliminary planning and engineering for this critical transmission force main, which had no redundancy. CH2M provided engineering design services for the new pipeline and criteria for rehabilitation of the existing force main. Before beginning the design, our first priority was to conduct an analysis of the force main's current route, working closely with WASD. A full geotechnical analysis and topographical survey along the project routes was an important part of this analysis. Using our proven, successful route analysis approach, • Seamless execution of 26 projects while the plant is in continuous operation • Client satisfaction as evidenced by award of follow on contract • Integrated 3D visualization to expedite concept development, promote early and continuous CH2M identified four new potential routes before selecting the final route for the new force main. After completion of the route evaluation and preliminary design, CH2M provided complete engineering design services for the preparation of contract documents for construction of approximately 4 miles of a new 54 -inch -diameter PCCP force main from SW 280th Street and SW 127th Avenue to SW 248th Street and 107th Avenue. Our work included preparing materials prepurchase documents for the 54 -inch -diameter PCCP pipe materials, as well as installation documents for construction. As part of preparing the prepurchase documents, CH2M helped WASD update its PCCP specification for use on the large amount of new pipelines expected to be required as part of the program work. CH2M also developed the 60 -percent design for rehabilitation of the existing 54 -inch -diameter force main serving the SDWWTP for approximately 2.5 miles. The new PCCP pipeline is currently under construction. The rehabilitation project is currently on -hold as WASD confirms its overall implementation schedule. Measures of Success coordination with operations staff, and minimize changes later in the design and construction • Full integration with client project team to address and resolve technical challenges t. Computational fluid dynamic modeling was used to avoid unintended consequences upstream and downstream, reduce design uncertainty, and facilitate permitting. CH2M Water and Wastewater Services Puerto Rico Aqueduct and Sewer Authority Water and Wastewater System Improvements, Puerto Rico • RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Development and Implementation ✓ Utility -wide Asset Management ✓ Extensive Water and Wastewater Pipeline and Pump Station Improvements Extensive water and wastewater system improvements island -wide, including metro San Juan, are transforming Puerto Rico's quality of life. What We Do: CIP development, implementation, and management and wastewater engineering, including design, permitting, construction, improved O&M of wastewater and water treatment facilities, transmission, and disposal systems. Contract Tenure: 1997 to present Contract Value: $4.6 billion (constructed value) Agency Contact: Lynnette M. Ramirez, Executive Director for Infrastructure, 787-999-1717 (ext. 1119), lynnette.ramirez@acueductospr.com Project Profile For over two decades, CH2M has supported the government of Puerto Rico with its $4.6 billion Wastewater Rehabilitation Program, including two major programs: 1) $2.1 billion Program 1— Implementing the Most Strategic Projects and Urgently Needed Repairs and Improvements, and 2) $2.5 billion Capital Improvements to the San Juan Metro Region Water and Wastewater Infrastructure. This multi -billion -dollar wastewater CIP is driven by ocean outfall issues. The simultaneous need to comply with an EPA consent decree for infrastructure improvements required consistent compliance with environmental criteria. The programs included regulatory planning and negotiation, outfall operation optimization, and discharge monitoring/mixing zone development components needed to comply with NPDES requirements for these outfalls. Program 1—Implementing the Most Strategic Projects and Urgently Needed Repairs and Improvements Under Program 1, CH2M managed extensive master planning to identify, prioritize, and implement the most urgently needed repairs. Using best management practices, CH2M put a new project in service every 5 days. delivering the program 6 months ahead of schedule. We managed more than 500 projects and more than 100 consultants and completed more than 150 Immediate Action Projects within one year. Under Program 2, CH2M provided another 8 years of service as the Program Manager for CIP for the San Juan metro region. This program aimed to resolve capacity deficiencies and to bring all facilities into compliance with current federal and Commonwealth regulations. Keep Miami Beach Rising Above • Program 2—Capital Improvements to the San Juan Metro Region Water and Wastewater Infrastructure After successful delivery of the previous program, PRASA selected CH2M in 2005 to lead program management for capital improvement projects in the San Juan metro region, serving approximately 1.5 million residents at the time. Similar to Miami Beach, PRASA's program objective was to resolve capacity deficiencies and to bring all facilities into compliance with current federal and Commonwealth regulations. Critical success factors needed to meet that objective included: • Providing efficient design, construction and startup/ commissioning of high-quality facilities • Conducting a comprehensive condition assessment to identify deficiencies and prioritize investments • Reducing capital and operating costs • Simplifying and streamlining contracting procedures • Enhancing PRASA's image with the regulatory community • Employing innovative technological and financing approaches, including partnering with the private sector • Providing technology transfer and creating a learning program for PRASA staff CH2M managed more than 189 projects (completed and active) and 42 consultants, with a construction cost of more than $2.5 billion. Projects include significant improvements to three W WTPs and four WTPs serving the San Juan metropolitan area, as well as a variety of pipeline and pump station modifications. Highlights of some of these individual projects follow: Puerto Nuevo Regional (RWWTP) Upgrade. The objective of the Puerto Nuevo RWWTP projects was to achieve regulatory compliance and improved plant 0&M of the 72-mgd facility. CH2M completed five immediate action projects that optimized operation of the facility, two of which also reduced existing safety concerns. Bayam�n RWWTP Improvements. The Bayam�n RWWTP is an advanced primary treatment facility rated for a monthly average flow of 40 mgd and a maximum day flow of 68 mgd. In the past, the plant had surpassed its permitted flow capacity in various instances. Flow to the plant will be increased because of planned projects for new connections to the collection system. The CH2M team assisted PRASA in developing a strategy to actively manage wastewater flows to the Bayam�n RWWTP to avoid Targe capital expenditures for new facilities. Martin Pena Pump Station. CH2M conducted maintenance and repair activities and minor modifications at the 30-mgd Martin Pena Pump Station and also commissioned the pump station. Services involved maintenance and repair activities for functional testing of the new pump station, startup services and extended commissioning of the new pump station, and drawings and specifications for demolition and a new 38 -kV line. Island -Wide Solids Management Plan. PRASA and CH2M also developed an Island -Wide Solids Management Plan that uses stabilization technologies that reduce the amount of water in the residuals at the source and expansion or the upgrade of regional processing facilities to support beneficial reuses and the land application of Class B biosolids. Ocean Outfall Work. Early in Puerto Rico's program, the primary focus was on monitoring and mixing zone modeling and validation to maintain 301(h) waivers of secondary treatment requirements for biochemical oxygen demand (BOD) and total suspended solids CH2M Water and Wastewater Services (TSS). This work involved effluent sampling for 150 chemical compounds; receiving water, sediment, and fish tissue sampling for the same compounds; benthic invertebrate community, fish community, and coral community analyses; physical oceanographic parameter analysis and mixing zone modeling; and inspecting ocean outfall/diffuser systems. The result of this work was an emerging focus SSO and CSO conditions within the sewage collection systems, with ancillary issues on air quality, water and wastewater treatment plant residuals management, potable water quality, and I/I studies. A key reason for this success was that CH2M staff have been fully integrated with client staff through co -location. which has streamlined the extensive required interagency coordination with local government officials. stakeholders, and plant O&M personnel. Also, our abilities in negotiations and change control have reduced construction change orders from 8 percent to less than 3 percent. • Under Program 1, CH2M has successfully managed all phases of wastewater engineering. including master planning, design, permitting, construction. and O&M of its wastewater collection, transmission, treatment. and disposal systems. • As a single -entity under Program 2. CH2M managed more than 189 projects and 42 consultants. Projects include significant improvements to three WWTPs and four WTPs serving the San Juan metropolitan area. • The longevity of this contract has allowed CH2M to work in close partnership with Measures of Success PRASA to refine best practices gained by lessons learned throughout the program tenure. Using best program management practices, CH2M has successfully delivered nearly 600 total projects under both programs more cost-effectively and efficiently than if PRASA had continued to develop its CIP without program management support. In fact, PRASA estimated it would have taken them an estimated 11 years to implement what CH2M implemented during the first 5 years. `rv'` We have entrusted our two most complex programs. the Metro Region CIP and the Non -Revenue W Water Reduction Program, to CH2M HILL and have received excellent results to date. The positive results of both programs are helping us achieve the long-term sustainable changes that we have been striving for to be a world-class agency." Jafeth Baez, Metro Region Director of Infrastructure, PRASA CH2M is the benchmark for other firms working in Puerto Rico." Ruben Vega. PRASA. January 2008 Keep Miami Beach Rising Above • WaterWorks 2011 Water and Wastewater Improvements Program, Ft. Lauderdale, Florida RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Development and Implementation ✓ Extensive Water and Wastewater Conveyance System Improvements ✓ Asset Management System After programming the City's ambitious water and wastewater CIP, CH2M developed an aggressive schedule to compress the 20 -year CIP into a 10 -year program to meet the City's centennial birthday. What We Do: CIP development, implementation, and management; planning, permitting, design and construction. Contract Tenure: 2001 to 2010 (delivered 1 year ahead of schedule) Contract Value: $690 million (constructed value) Agency Contact: Jorge Holguin, Senior Project Manager, 954-828-5675, jholguin@fortlauderdale.gov Project Profile The City of Ft. Lauderdale selected CH2M as its water and wastewater CIP and construction management delivery partner and developed an innovative delivery process to compress the 20 -year CIP into the 10 -year. $690 million WaterWorks 2011 program—with the bulk ern ^r T %-c10111014: tellIMOM TER - RKS mare LAU CITYDERDALOF FORET WaterWorks 2071 was one of the largest public works program undertaken in the City's history and affected nearly every community within the City. This highly visible program faced enormous challenges due to the scale, complexity, number, and diversity of projects. Selecting the right delivery partner was critical for on-time delivery of the work scheduled for completion by the City's centennial birthday in 2011. The program included $212 million in improvements to the water system and $354 million for improvements to the wastewater system. As a result of the magnitude of the work to be accomplished under the program— including being fiscally responsible, adhering to scheduling commitments, and ensuring adequate community involvement and coordination—the City partnered with CH2M for program management and construction management services for various finished water, wastewater transmission, and treatment projects. Within the first 60 days, the CH2M-led team mobilized and had more than 50 active members working aggressively to meet immediate and critical program milestones. The team was fully co -located in the program management office, functioning as a fully integrated team of City, CH2M, and subconsultant staff. CH2M Water and Wastewater Services After contract award, CH2M integrated approximately 30 employees with City staff to create a unified team. Our team initiated the program by developing a proactive public information strategy, a comprehensive program procedure manual, a document management plan, and a program controls system. The program controls system provided an integrated approach to cost control and scheduling, allowing our team to prepare monthly cash projections, monitor monthly construction expenditures, and provide coordination between active construction projects in the same areas. With an economy heavily reliant on tourism, the City of Fort Lauderdale plays an important role in maintaining the viability of the city's quality of life and destination appeal. To address its aging infrastructure and the environmental hazards associated with the widespread use of septic systems, in 2001 the City's Public Works Department, with the help of CH2M, published its 20 -year Water and Wastewater Master Plan, which concluded the city must immediately bring sanitary sewer service to communities still relying on septic systems and it must overhaul and upgrade its existing water and wastewater systems to meet the needs of the fast-growing City. Project Highlights Representative wastewater collection system projects include: • 4th Avenue Force Main (Sub -Aqueous Crossing) - This $4,291,000 wastewater force main project included the planning, design, and construction management for a 2,200 -linear -foot, directionally drilled crossing of the New River and a 700 linear foot crossing of the Tarpon River with a 24 -inch force main. • A1A Force Main (Sub -Aqueous Crossing) - This $3,347,000 wastewater force main project included the planning, design, and construction management for 3,600 linear feet of a 24 - inch force main, including directionally drilled crossings of the Mercedes River and Las Olas Boulevard. CH2M led more than 180 local firms working on the program, demonstrating the program's focus on keeping spending in the community. A contractor outreach program was implemented early in the program to maximize local business participation and to help spur economic development. Strong contractor rrlana_gement and prequalification strategies minimized disruption to residents, improved schedule performance, and reduced the overall cost of schedule delays. In addition, performance-based contracts were used and high -performing contractors were rewarded with additional work. At the end of the program, nearly 14,000 properties, or more than 55,000 residents, were able to connect to the City's upgraded sewer system because of the following accomplishments: • 41 new sewer basins • 90 new and rehabilitated pump stations • More than 104 miles of new gravity sewers • More than 60 miles of rehabilitated gravity sewers, including 5,442 sewer connections Keeping the Dollars Local Keep Miami Beach Rising Above Overcoming Complex Construction Challenges Managing a program that spans almost a decade created a host of challenges. The past decade, in particular, presented enormous challenges that could have easily delayed program completion and create significant cost overruns: • The Construction Cost Index rose from 6 percent to 35 percent during peak construction • Severe shortages in construction materials significantly increased material costs • The energy shortage doubled fuel prices • 10 hurricanes between 2004 and 2008 drained local resources • The economic downturn and water use restrictions reduced City revenues • Water use restrictions limited dewatering methods and reduced productivity Superior Financial Performance CH2M was committed to managing to budget and schedule and to protecting the City's and tax payers' investment and implemented the following innovative cost-saving and containment strategies to respond to changing construction environment : • Rigorous budget and scope management practices— ensuring design and construction service fees remained constant over the course of the program • Re -prioritization of program spending to maintain an optimized program cost of $690 million—well below the 2001 program -level planning estimate when translated into 2009 dollars • Stringent cost control strategies—achieving a 2.5 percent change order rate, which is drastically below the 6 percent industry average • Aggressive cost-saving strategies—saving the City more than $92.5 million and yielding a 150 -percent return on its program management investment Robust Cost Control Measures Saved Fort Lauderdale $92.5 Million on WaterWorks 2011 Program • Fiveash Projects Consolidation • Davie Forcemain • SRF Interest Savings • Zero Net Change and Claims Negotiation ▪ Lime Sludge Disposal Value Engineering Study • Connection Process Improvements ($0.2M) 104_MBW_01 Innovative cost-saving and containment strategies yielded a 150 percent return on program management investment. Much of WaterWorks 2011's success to -date has been due to CH2M HILL's ability to quickly mobilize competent and motivated personnel. and to overcome challenges with innovative solutions. CH2M HILL worked with us to provide training and tools to assure a seamless transition as the program began to ramp down—and as we began our return to a much -improved. all City employee utility engineering operation." Paul Bohlander, Retired Assistant Utility Services Director/Engineering • CH2M Water and Wastewater Services Effective Public Outreach Program Because of extensive street works occurring throughout the City during pipeline construction, the program team developed and conducted an extensive public outreach program—holding hundreds of meetings with community members, residents, and local businesses—to promote business patronage in construction zones and to ensure impacted communities were engaged in the process and understood the impacts of construction. Community relations activities included construction signage, informative flyers and pamphlets, workshops, outreach to local businesses, and regular meetings with local homeowners' associations during peak construction. In addition, we appointed ambassadors, or trained local homeowners who served as project advocates. These individuals were educated about the project's progress and schedule and successfully co - managed the support of the local community. N 'THE FLow • PROC;RAM UPDATE $.+'w Con.. tet.,. Achievements The Fort Lauderdale program completed 172 construction tasks, including: • 48 new sewer basins • 87 new and rehabilitated pump stations • 112 miles of new gravity sewers The CH2M team achieved many program successes, including: • Coordinated the efforts of more than 565 projects, including design and construction management of -300 projects primarily for pipeline construction and street works throughout the City. • Managed to schedule and budget using rigorous schedule and cost controls. change and risk management strategies. and aggressive change order mitigation—achieving a 1 -percent change order rate and program completion 1 year ahead of schedule. • Value engineering assessments identified more than $12 million savings during construction of the conveyance system; other GG Measures of Success saving strategies, including low cost financing, aggressive change management, prompt claims negotiations, and work repackaging saved the City more than$92.5 million. • Conducted an extensive public outreach program—holding hundreds of meetings with community members, residents, and local businesses. • Provided significant coordination with city departments. county and state agencies. and other utilities—coordinating with more than 60 government entities Infrastructure repair, replacement and upgrade is underway in one city, to take care of problems ▪ before they get worse and improve quality of life. Other counties and cities can learn a lesson from WaterWorks 2011 in how to do it right." South Florida Sun -Sentinel. October 17, 2002 Keep Miami Beach Rising Above Award Recognition • The Walter E. Peele-Dixie WTP Membrane Expansion, won a CMAA project achievement award in 2008 in the Program Phase—Infrastructure category. That project also was awarded the "Best of 2008" civil works project by Southeast Construction magazine. • The Broward County School Board awarded the WaterWorks program team its "School -Based Partnerships of Merit" award for a bid competition at Stranahan High School • Winner of the Construction Management Association of America's "2008 Project Achievement Award" • Winner of Southeast Construction Magazine's "Best of 2008 Award" in the Civil Project category • Approximately 60 miles of rehabilitated gravity sewers, including 5,442 existing sewer laterals • 93 miles of new water mains • The $27 million expansion of the Walter E. Peele- Dixie WTP and the addition of nanofiltration membrane technology allows the production of 12 mgd of treated water from the Biscayne aquifer using membrane treatment. The $3 million Poinciana Park storage tank and pump station project increased water system pressure and improved fire protection, benefiting the local residents, Port Everglades, and the Fort Lauderdale - Hollywood International Airport. By augmenting City staff with CH2M's program management and construction management staff, the City was able to meet the program's peak construction demands without hiring additional staff that would no longer be needed after program completion. Team co -location and formal and informal training of City staff increased in-house project delivery capabilities and streamlined internal processes and procedures— empowering City staff to continue managing future City infrastructure improvements. The $3 million Poinciana Park storage tank and pump station project increased water system pressure and improved fire protection, benefiting the local residents, The $18 million in enhancements and improvements to the Fiveash WTP provide a reliable source of public drinking water and lower plant Improvements to the George T. Lohmeyer WWTP included several renewal and replacement projects and expanding plant capacity rvl l CVCI sIdUC, 01 ,1 lI IC Full LdUUCI UdIC- Hollywood International Airport. U(.1CI d111 I`b' di 1U 11 Idll ILLI Idi ILC LUSLS. CH2M's work helping the City receive approval for State Revolving Fund loans during WaterWorks 2011 positioned the City to receive up to $104 million in low-interest loans, with savings up to $30 million during a 20 -year loan period. CH2M Water and Wastewater Services • Seminole Tribe of Florida Water and Wastewater Utility Program, Hollywood, Florida RELEVANCE TO MIAMI BEACH ✓ Extensive Water and Wastewater System Master Planning ✓ South Florida Capital Program Delivery Expertise The Seminole Tribe of Florida's CIP includes projects to increase capacity, correct major deficiencies in the water and wastewater systems, and improve water quality. What We Do: Implementation of water and sustainable solutions, fiscal responsibility and wastewater CIP projects, staff augmentation, caring attention extended to every individual they processes and tools development, and master encounter." planning to support the Public Works Department In support of that vision, PWD established the PWD (PWD). Infrastructure Program . This $150 million, 5 -Year CIP Contract Tenure: 2013 through 2020 is composed of 58 projects to update, modernize, and Contract Value: $150 million (constructed value) expand potable water, sanitary sewer, and reclaimed water infrastructure. CH2M is managing this program using the stage -gate process, which is helping improve relationships and communications among all program participants, while documenting the implementation of projects. Agency Contact: Emran Rahaman, Assistant Public Works Director, 954-894-1060, emranrahaman@semtribe.com Project Profile The STOF PWD protects the Tribal Community's health and safety and environmental resources by maintaining reliable, efficient, and effective water and sewer utility services to the Tribal Members, residences, enterprises, and other facilities. The PWD's Vision is to be recognized as "an industry leader who is distinguished for their professionalism, responsiveness, reliability, environmental stewardship, The program started with the initiation of several Immediate Action projects in FY 2012. The immediate action projects were selected to address safety issues, streamline operations. improve water quality, increase treatment capacity to support future growth. define future improvements at key facilities. and provide Master Planning for SCADA. In addition to the immediate -action projects that were initiated to address high-priority operational needs, the PWD has conducted yearly department -wide needs assessment of plants and facilities. The PWD Infrastructure Program is repairing and improving the facilities that serve the Seminole Tribe of Florida, through a structured and standardized program delivery strategy. CH2M is providing delivery resources. processes and tools, and capital planning to deliver projects with a Keep Miami Beach Rising Above transparent. defensible. and prioritized plan focused on accountability. As part of this infrastructure program, PWD designated the Program Validation and CIP Development to assess and validate the current state of PWD systems and facilities and to develop the 5 -year CIP using a rigorous methodology for making defensible capital and operational investment decisions. The following key utility goals served as the basis of the processes that were implemented in support of the CIP development: • Protection of health and safety of the Tribal community and STOF employees • Maintenance of prior infrastructure investments • Maximization of Tribal resources • Compliance with mandates and prior commitments • Provide for the sustainable future and growth of the Tribal community • Improve the reliability of the existing utility Each reservation brought unique challenges to the CIP development because of differences in population, growth projections, business enterprises, location, existing water supplies, and condition of existing facilities. A CH2M team of senior expersts visited each reservation and alongside STOF PWD staff, developed 8 BRIGHTON TAMPA '' —� 6 FORT PIERCE IR BIG CYPRESS lard*/ la IMMOKALEE HOLLYWOOD PWD, with support from CH2M, identified, validated, and prioritized projects based on a risk-based facility needs assessment. We developed a SCADA Master Plan for a system that supports the operation of multiple water treatment plants, wastewater treatment plants, water distributions systems, and wastewater collection systems. the list of necessary projects. After finalizing the list of projects, a Risk Assessment and Prioritization Workshop was held as part of a structured decision- making process. This prioritization process used clear goals and decision criteria as part of a multi - attribute mathematical analysis approach. During the Risk Assessment and Prioritization Workshop, the CIP list development team defined the measures to evaluate projects, used a project prioritization model to score each project, and determined cost/benefit relationships to weigh tradeoffs between projects. Several master plans were developed in FY 2013 for the water (WTP) and wastewater treatment plants (WWTP), solid waste management, and SCADA controls systems. These master plans provide information and analysis necessary for the Tribal Community's infrastructure long-term planning using a phased approach. This planning methodology ensures that operational and capital costs are commensurate with the forecasted Tribal growth and needs. The CIP and master plans will be regularly updated to reflect changes in service demands, infrastructure condition. emerging goals, and priorities. Several immediate action projects were initiated as part of the Infrastructure Program to address high priority operational needs, conduct a PWD -wide needs assessment of plants and facilities to develop a prioritized 5 -year capital improvement plan, identify the current and future funding needs to maintain the Tribe's infrastructure investment, and implement a delivery platform to manage the PWD Infrastructure Program to maintain a high level of water and sewer utility service for the Seminole Tribe of Florida. R CH2M Water and Wastewater Services Projects will be delivered under this CIP using design -bid -build, construction management at -risk (CMAR), progressive design build, and lump sump design build delivery models. Client relationship strengthened through collaborative innovation and creative deployment of CH2M Program Management Framework • Chartering outcomes were combined with maturity model assessment to create a plan to build an innovative Program Delivery Platform. We built the delivery platform around the stage -gate process to help the client's staff understand the phases of a project and the importance of developing plans and documenting decisions. In the standard Program Delivery Platform, stage gate processes are in the design and construction functions. Using this dynamic delivery model, PWD can deliver the projects and maintain a high level of infrastructure service for the STOF with a transparent, defensible, and prioritized plan focused on accountability. • Built into program delivery platform is the project execution plan (PXP), which is progressively developed over the course of a project. The PXP starts as the basis of design and project instructions document and ultimately becomes the project's record of decision. Project information and decisions are added to the document as they arise, which keeps instructions current, allows the project team to find everything Measures of Success they need in one place, and eliminates duplicate or redundant work. • Developed multiple master plans to assist in a phased -approach, long-term planning to assure that operational and capital costs are proportionate with the Tribal growth and needs. • Helped PWD win several industry awards and build relationships with other Tribal Departments. • Helped strengthen interfaces by working with the Transportation Department to build a relationship with the Miccosukee Tribe to secure a Transportation Infrastructure Finance and Innovation Act (TIFIA) loan from the federal government. We led a delegation to Washington DC to pave the way for STOF to receive the first- ever TIFIA loan to be given to a native tribe. • Helped PWD create a transparent contracting mechanism to further support their vision to be fiscally responsible and good stewards of the Tribe's resources. The stage -gate and progressive -build PXP platform was the first of its kind. but will become an industry-leading standard because of its utility and efficiency, and the multiple other benefits it provides to clients. 1 Keep Miami Beach Rising Above Cudjoe Regional Wastewater System CIP. Florida Keys Aqueduct Authority. Florida • RELEVANCE TO MIAMI BEACH ✓ South Florida CIP Development and Implementation ✓ Extensive Wastewater Collection and Transmission Improvements ✓ Implementation of Conveyance and Asset Management Best Practices A series of wastewater CIP projects was developed with FI<AA to improve the Florida I<ey's wastewater infrastructure, comply with regulatory compliance requirements, and meet the demands of a growing population and mandated water quality improvements. What We Do: CIP delivery, planning, design, and construction management for wastewater collection, conveyance, and treatment Contract Tenure: 2009 to 2012 Contract Value: $172.5 million (constructed value) Agency Contact: Tom Walker, contract included 4 master pump stations, a 7,100 foot directional drill of Niles Channel, and collection/transmission systems for four islands. Despite program changes implemented by the County, the project was completed within the time frame mandated by the state and federal governments. Deputy Executive Director; 305-295-2140; • 2013 to Present: Program manager for construction twalker@fl<aa.com of the advanced WWTP, including changes to the Project Profile design and all collection system and transmission system of inner and outer island projects As FKAA's general water resources consultant extended over 30 miles and 8 islands. Provided for the past 27 years. CH2M has successfully design management, full document control, provided responsive multi -disciplinary software programming, permitting, construction engineering and construction services. and has management, and website design/hosting (www. delivered more than 100 projects totaling $172.5 cudjoewastewater.com). million. Projects have involved master planning; civil, • 2009 to 2012: Preliminary planning and design of process, geotechnical, electrical, HVAC, and structural the Cudjoe Regional Collection and Transmission engineering; architectural; hydraulic modeling; Systems. Design and modeling of the backbone environmental/permitting; hydrogeological; cost of the collection/transmission system upon which estimating; public involvement; financial assistance; all the other design components were based. The economic; IT; and construction management and system incorporated features allowing the use administration. of individual grinder pumps for outlying areas to Recent design and construction experience with the function in conjunction with the more typical gravity FKAA's Cudjoe Regional Wastewater system include: collection and master pump stations. The project also developed the design for the master pump stations. • 2012: Design -build criteria package criteria for the Cudjoe Regional Outer Island Collection and Transmission System. This major, $100 -million CH2M Water and Wastewater Services 66 We have been pleased with the services provided by CH2M HILL. As a local full service firm, they have been responsive to our needs and have provided excellent design and construction management services. They are technically very competent and have effectively managed and delivered our projects." Tom Walker, PE, Deputy Executive Director. Florida Keys Aqueduct Authority For another major FKAA program, CH2M served as program manager for the Florida City WTP Reverse Osmosis (RO) Expansion Project, which included engineering and construction management and inspection services for three separate construction contracts. All projects were completed within budget and schedule. Components of this program included: • WTP electrical improvements • New 10-mgd RO WTP and wellfield addition to the existing plant • Deep injection well design, permitting, and construction management • Wellfield protection services to assist with potential encroachment activities and preserve the investment • New high -service pumping facility Other representative projects for this ongoing contract within the past 5 years include: • Ongoing improvements to the 120 -mile -long water transmission main from Florida City to Key West - Transmission Main Standard Operating Procedure Manual for Energy Conservation - Key Largo Booster Pump Station rehabilitation - Cathodic Protection System Improvements and Expansion • Extensive coordination with multiple regulatory agencies, including FDEP, ACOE, SFWMD, NOAA, FWC, NMS and Monroe County to secure environmental permits within an environmentally sensitive area for water transmission pipelines between Bahia Honda and Cudjoe Keys • Successful delivery of over 100 multi- disciplinary wastewater infrastructure improvement projects in South Florida worth $172.5 million t Cudjoe Regional Outer Island Collection and Transmission System involved four master pump stations and a 7,100 -foot directional drill under the Niles Chanel. C...icjoe Regional AWRF was built to address increased wastewater flows from the growing population. Measures of Success • Client -for -life" philosophy driven through nearly three decades partnering with FKAA • Improved understanding of the supply chain and regulatory process gained by wastewater portfolio in South Florida Keep Miami Beach Rising Above • City of Cocoa Water System Capital Improvement Program, Florida RELEVANCE TO MIAMI BEACH ✓ CIP Development and Implementation ✓ Extensive Regional Water Supply and Distribution System Improvements ✓ Implementation of Asset Management System • For the past nearly 50 years, CH2M has worked with the City of Cocoa to build a "future proof" water supply and distribution system. What We Do: Water CIP development and delivery, Water Engineer of Record, general engineering services Contract Tenure: 1968 to Present Contract Value: $100 million (constructed value) Agency Contact: Jack Walsh, P.E., Utilities Director, 321-433-8710, jwalsh@cocoafl.org Project Profile CH2M has worked with the City for nearly five decades to help develop this integrated wellfield and surface water supply system to meet growing water supply needs. Projects totaling more than $60 million have included major wellfield development, surface water supply development, construction and permitting of aquifer storage and recovery (ASR) wells, water conservation, water treatment, transmission and distribution system improvements, and associated measures to meet increasing water demands. Since 2008 we have served as the City's program manager on over 25 active projects. including the City's 5 -year $100 million CIP; we recently completed an overhaul of their water system SCADA; and are providing master planning and significant distribution system assessment and asset management services. Also, we designed a new clearwell and transfer pump station for the surface water treatment train, currently under construction. The City of Cocoa is a regional water supplier to approximately onethird of Brevard County, Florida, which includes Cape Canaveral and the Kennedy Space Center. CH2M Water and Wastewater Services Example projects completed and representative of CH2M's strength in providing utility engineering services include the following: • Construction and comprehensive field calibration of the water distribution system hydraulic and water quality models • Water/Wastewater Utility GIS Master Planning and Implementation Optimization of drinking water treatment processes for disinfection by-product management, nitrification minimization, and virus inactivation • Wewahootee Pump Station Improvements • Emergency structural repairs to the High Service Pump Station • Groundwater Chemical Building and Elevated Walkway Structural Improvements • Cross Connection Control Program Management • Valve Condition Assessment and Replacement Program • Flocculation/Sedimentation Basin Drain Valve Retrofit • Ground Storage Tank Mixing Optimization using Computational Fluid Dynamics • Taylor Creek Reservoir Water Supply, Treatment and ASR Program • Dyal WTP LOX conversion for the ozone generation system • Dyal WTP Surface Water Plant Clearwell Addition (under construction) and Reject Pond Rehabilitation • O&M staff recommendations and Dyal WTP operational assistance Capital Improvements Program As with municipalities all across the United States, the City of Cocoa is facing the need to make significant reinvestment in its aging drinking water infrastructure. While public health and safety is dependent upon the integrity of City's water treatment and distribution system, the cost for infrastructure renewal will be substantial. Consequently, the City's Utilities Department desired a deliberate and carefully structured approach to deliver immediate -need • Design, permitting, bidding, and SDC of the Dyal WTP groundwater treatment facility filter improvements • SCADA implementation and SDC • Environmental resource permitting assistance • Security vulnerability assessment • Risk Management Plans • ASR wellfield expansion and cycle testing • South Mainland 42 -inch -diameter pipeline design and construction • Switchgear and Generator Closed Loop Transition Upgrade • Water Utility -Energy Optimization Study • Emergency response plan assistance • Preliminary Design Report for the Saint Johns River/Taylor Creek Reservoir Water Supply Feasibility project Groundwater is treated at the Dyal WTP by lime softening in three reactor clarifiers. projects and to assess the current state of its drinking water system and develop a rigorous and reproducible methodology for making defensible capital and operational investment decisions. The City of Cocoa's CIP entails modernization and improvements to the potable water, wastewater, and reclaimed water infrastructure. Under a General Services Contract, the City of Cocoa contracted with CH2M to provide a program management approach and a dedicated team to deliver the CIP. Keep Miami Beach Rising Above The program management processes, tools, and skills developed during execution of the program are setting the stage for the City of Cocoa to continue with implementation of additional capital improvements and preventative maintenance programs that may be needed beyond the first 3 years of the program. • Fully automated and integratived technologies are boosting reliability, optimizing efficiency, cutting operating costs and greatly improving utility management and operations • Site safety improvements created substantially improved on -demand service for both City workers and citizens • Provided management and oversight for the City's Dyal Surface WTP, South Measures of Success Mainland Water Transmission Main. and the Groundwater Filter Upgrades projects, which collectively totaled approximately $44 million in constructed value and incurred only $633,000 (1.4%) in net change orders, which is well below industry average. GG The City of Cocoa has been working with CH2MHill since 2008. From the start of the program. CH2MHill has integrated seamlessly with our staff. They spend time with us on a daily and weekly basis; attend meetings with us; and essentially act as an additional resource when requested. They provide administrative program support for our capital programs and track the program each month and verify every dollar with our finance staff to ensure accuracy. In addition. they provide individual support to the various divisions for operations and maintenance in the field as well as support to the water plant. CH2MHill has employees who care about their clients and take pride in their work. We treat our consultant as a team member and we communicate often and ensure the staff vision is identifi - early in the project development phase, which ensures the project will meet our needs when it i completed. CH2MHill provides a broad range of support but no matter how technical the need, they always have a seasoned professional who can be a resource to solve problems and make recommendations or lead and implement a new design if necessary. CH2MHill has distinguis themselves as an outstanding consultant and I would strongly recommend them as a top professional in the industry" John "Jack" A. Walsh. P.E., Utilities Director. City of Cocoa. December 7, 2016 CH2M Water and Wastewater Services • Water and Wastewater Capital Improvement Plan, Seminole County, Florida RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Implementation ✓ Prioritization and Delivery of 200 Projects Valued at $300 Million • CH2M's delivery capabilities helped Seminole County address the significant backlog in all phases of their water and wastewater CIP. What We Do: Full range of delivery services for Seminole County's CIP Contract Tenure: 2006 to 2014 Contract Value: $690 million (constructed value) Agency Contact: Terrence McCue, Chief Engineer, 407-665-2040, TMcCue@seminolecountyfl.gov Project Profile The Seminole County CIP consisted of 200 projects more than $300 million entailing the modernization and expansion of potable water, sanitary and reclaimed water infrastructure using a program management approach implemented by a dedicated team led by CH2M. CIP delivery services provided included: master planning. permitting. design management. procurement CH2M's CIP delivery services have helped transform Seminole County from a medium-sized utility with aging infrastructure to a state-of-the-art regional utility poised for growth well int..) the future. support. construction management. schedule and cost control. document controls, asset management. funding strategy development. cost benefit analysis, cost estimating. public outreach. and data management systems. The program management processes, tools, and skills developed during execution of the program set the stage for Seminole County to continue with implementation of additional capital improvements beyond the first 8 years of the program. Water System Seminole County continues to upgrade, expand, and interconnect its water system. The CIP included numerous projects to increase system reliability, meet regulatory requirements, and provide system expansion to meet projected growth. Water projects include existing treatment plant improvements. CH2M assisted Seminole County with development of a Tong -term integrated water resource plan that includes future alternative water supply and implementation of recommended components of a water quality master plan. Wastewater and Reclaimed Water Seminole County's continued growth required expansion of the County's existing wastewater facilities that includes reclaimed water projects. A new surface water treatment plant drawing up to 45-mgd of water from the St. Johns River is initially being used to supply reclaimed water to Seminole County and has the capability to convert to a potable water plant in the future. This plant was planned, Keep Miami Beach Rising Above designed, and permitted by CH2M. Other projects managed and executed in the program included water reclamation facility improvements, wastewater collection and distribution projects. pump station replacements, and residential reclaimed retrofits. Asset Management Program Seminole County's asset management program is being implemented at the back -end of its major capital program to streamline business processes and develop proactive engineering and O&M approaches. CH2M has been responsible for a broad range of tasks, including asset management technology assessments, evaluation of current maintenance processes, providing maintenance and reliability best practices training, development of new facility maintenance plans, enterprise reevaluation of levels of service and performance measurements, development of a new CIP prioritization system, development of 20 -year asset renewal and replacement (R&R) model, business case evaluation program, and integrated financial plan. To sustain the asset management program, CH2M worked with the County to establish a culture of asset management within the organization. This included establishing a Maintenance Council, which involved management and non -management personnel, to develop, review, and improve the current maintenance strategy to be deployed throughout the organization. • CH2M implemented numerous best practices that were successful in reducing costs, saving time, and producing quality work. - Annual validation and reprioritization of the entire CIP prior to establishing the annual work plan - Third party construction management and inspection that provided consistent construction oversight, risk management for the County, and cost effective delivery - Change management that established a process to identify early risks and keep County leadership informed of pending changes, allowing the County to minimize impacts to scope, schedule, and budget - Design management approach using experienced staff dedicated to meet County needs and enhance delivery by Design Consultants. • The CIP included significant improvements: - A surface water treatment facility that provides an alternative water source for augmentation of the reclaimed water system. The facility design provided future expansion options to treat surface water to potable water standards. - An expanded reclaimed water conveyance system that provides reclaimed water for irrigation purpose to 1,800 additional users. - Extensive upgrade and state-of-the-art treatment processes to the four principle water treatment facilities. - Upgrades to the two wastewater treatment facilities. - Upgrades to 35 pump stations and renewal and rehabilitation of 30 wells. - In excess of 150 conveyance projects ranging from a few thousand dollars to several million; these projects have upgraded substandard and degrading pipelines across the County, providing a more secure conveyance system and allowing for future capacity increase. • More than 400,000 staff hours were successfully and safely completed under the program. CH2M provided annual revalidation of the 5 -year CIP program. CH2M Water and Wastewater Services • City of Tampa Utility Capital Improvement Program, Tampa, Florida RELEVANCE TO MIAMI BEACH ✓ Extensive Water and Wastewater Pipeline Rehabilitation in a Busy Metro Area ✓ Extensive Public Outreach Program to Mitigate Construction Impacts Tampa's UCAP program addressed water and wastewater conveyance and pumping issues in the busy downtown area using a unique three -tiered delivery approach. What We Do: Program management, design, design - build delivery Contract Tenure: 2007 to 2016 Contract Value: $250 million (constructed value) Agency Contact: Mike Chucran, Director of Contract Administration, 813-274-8568, Michael.Chucran@tampagov.net Project Profile The City of Tampa's UCAP $250M CIP program involves the management and coordination of multiple city-wide projects using the Primavera suite of tools to maximize efficiency, reduce cost, reduce construction time, and minimize neighborhood impacts. The UCAP projects are essential as the City strives to serve redevelopment; replace aging water, wastewater, and stormwater infrastructure; and expand its reclaimed water program. CH2M served in a unique position as the overall program manager (Tier 1 contract), designer (Tier 2 contract), and builder (Tier 3 contract). CH2M was responsible for the management, coordination, and delivery of multiple city-wide projects involving extensive water and sewer pipeline rehabilitation and replacement, much of it in downtown Tampa. Because timing was essential, the City elected to employ the design -build method of delivery for this program. 404; - has become the standard of excellence." CH2M served as the overall program manager, design manager, and construction manager at - risk. As each new project assignment was received, a separate scope of services and associated fees was negotiated with the City. Once design was complete, the team had the option to deliver the projects internally, or by subcontracting specific work packages to one of six pre -qualified local construction firms. A guaranteed maximum price for each project was negotiated with City for the construction phase of work. Early integration of construction staff in the design phase assure budget goals are met. CH2M's cost control approach is based on the most important budget impacts occurring prior to construction. Development of progressively refined estimates, early subcontractor and vendor procurement, and establishing an initial project schedule that accurately reflects the scope of work have the greatest impact in controlling project costs. To ensure the City of Tampa would have adequate funds at various times throughout the project, CH2M clearly identified Tier 1, 2, and 3 costs as a function of the project schedule. Single point of contact for Florida design -build program reinforces team continuity, reduces risk, and drives efficiency. • The success demonstrated with the completion of this project, and all of the UCAP projects to date, Steve Daignault, PE, Public Works Administrator Keep Miami Beach Rising Above 1-45 • Wet Weather Overflow Mitigation Program - Phase 1 and 11, City of St. Petersburg, Florida RELEVANCE TO MIAMI BEACH ✓ Evaluated Impacts of Sea Level Rise on Water and Wastewater Infrastructure ✓ Projected Future Rainfall Intensity Duration -Frequency Due to Climate Change • Climate change and sea level rise were major considerations when evaluating and addressing the capacity of the City of St. Petersburg's sewer system. What We Do: Development of improvements to address sewer system overflows, taking into account projected climate change impacts Contract Tenure: 2016 to 2018 Contract Value: $3.2 million Agency Contact: Carlos Frye, Project Manager, 727-892-5380, Carlos.frye@stpete.org Project Profile For many years, the City of St. Petersburg has been impacted by wet weather overflows in its sewer system, creating runoff that impacts local water bodies. The City's Wet Weather Overflow Program is being delivered in two phases, and CH2M has been responsible for managing both efforts: • Phase I. The Phase! study concluded that improvements to the wastewater reclamation facilities (WRFs) are the most cost-effective solution to mitigating potential future overflows and that collection system rehabilitation for infiltration/inflow (1/1)removal should be performed system -wide to reduce wet weather flows, ensuring wet weather flows do not increase over time. • Phase I1. Phase II, which is ongoing, includes a large- scale flow monitoring effort, update of the collection system model, a capacity analysis of the collection system using the updated model, and prioritization of sewer basins for elimination of 1/1. To date, CH2M has completed the following key services under the program: Preliminary I/I Characterization. Using available data, CH2M quantified the approximate amount of I/I entering the collection system and reaching each of the City's three WRFs. Based on these estimates, the cost of sewer rehabilitation work and a series of detailed assumptions developed through our project experience, CH2M developed budgetary cost curves for incremental removal of 1/1 from the collection system to lower peak flows at the WRFs. Model Assessment. During Phase II, CH2M reviewed the City's current wastewater collection system model for its accuracy in representing sewer response to wet weather events and updated the model to meet industry standards. Alternatives Analysis. Using hydraulic models developed for each WRF, CH2M developed options for incrementally increasing the treatment capacity at each WRF, which were plotted on their own cost curves. The WRF improvement cost curves and the cost curves generated for the I/1 reduction were then compared to identify the most cost effective solution or combination of solutions to mitigate potential future overflows. Flow Monitoring. During Phase II, CH2M's completed a large-scale flow monitoring program, which consisted of the deployment of 91 flow monitors throughout the City's service area to identify the primary sources of I/1 in the collection system and to update the collection system model. The monitoring program included evaluation of impacts of tide and sea level rise on groundwater levels. Phase II will also include developing climate change estimates of future rainfall. CH2M Water and Wastewater Services • Comprehensive Strategic Asset Management Program, Tampa Bay Water, Florida RELEVANCE TO MIAMI BEACH ✓ Comprehensive Asset Management Plan ✓ Evaluated Levels of Service, Risk Framework, Financial Models ✓ Best Management Practices for Managing Infrastructure A 10 -year CIP was developed for Tampa Bay Water to implement the measures outlined in its Strategic Asset Management Plan. What We Do: Developed a long-term asset management plan to reduce 0&M, including a 10 - year CIP that prioritizes the rehabilitation of high-risk facilities Contract Tenure: 2013 to ongoing Contract Value: $1 million Agency Contact: Matthew Jordan, General Manager, 727-796-2355, MJordan@tampabaywater.org Project Profile Tampa Bay Water (TBW) provides quality drinking water to its six member governments located in three major counties, with approximately 2.3 million residents in the Tampa Bay region.TBW operates a 120-mgd surface water plant, a 19-mgd desalination plant, 13 wellfields with groundwater treatment plants, approximately 200 miles of raw water collection mains and large -diameter potable water transmission mains, and a 1,100 -acre, 15.5 billion - gallon surface water reservoir. TBW's focus on renewal and replacement of its existing systems and less focus on capital expansion created the need for a comprehensive asset management (AM) program to better manage its assets. TBW implemented a major 10 - year CIP program and underwent significant reorganization to implement these measures. CH2M was selected to provide the following services for the program: • Develop a comprehensive AM plan and revise the enterprise strategic plan • Evaluate the computerized maintenance management system (CMMS) • Evaluate levels of service, risk framework, models, and technology integration • Formalize the employee communication plan • Develop a comprehensive training program, including health and safety The AM plan applied a reliability based focus, including integrating with complex water supply and water distribution models, an engineering analysis of systems using failure modes and effects analysis, reliability block diagrams, and fault tree analysis. CH2M used a structured approach that was consistent with water industry AM standards (including I50 55000), reliability and risk-based standards (ISO 31000), and Lean and Six Sigma. The intent of the AM program was to consolidate the organizational culture around AM and to simplify many of the internal business approaches. The TBW AM program has worked very successfully through its first 4 years. An evaluation of the program status in October 2016 concluded that exceptional results had been achieved. The process is currently underway to update the current plan for 3 to 5 more years. The same basic process and strategies will be used. financial Keep Miami Beach Rising Above • Total Water Management Plan, JEA, Jacksonville, Florida RELEVANCE TO MIAMI BEACH ✓ Design and Construction of Complex Water Distribution System ✓ Interconnection to an Existing Water Distribution System Using Design -Build Delivery • The Total Water Management Plan successfully linked JEA's North and South Water Grids, resulting in an integrated water distribution system. What We Do: Planning, design, and construction management of six pipeline segments Contract Tenure: 2011 to 2014 CH2M managed this program involving approximately Contract Value: $50.7 million (constructed value) 8 miles of potable water transmission pipeline, Agency Contact: Raynetta Curry Marshall, PE, including six segments of large -diameter pipe. Director, Water/Wastewater Project Engineering & Serving as an extension of JEA staff, CH2M led Construction, 904-665-7613, marsrc@jea.com coordination for design and construction delivery for the five pipeline segments using traditional design - Project Profile bid -build delivery, and assisted in the design -build JEA serves as the leading water, wastewater, and horizontal directional drilling (HDD) segment. electrical power utility provider for more than 30,000 An important interconnection between the North customers in Jacksonville and Duval County, Florida. and South Grids allowed JEA to better meet In an ongoing effort to continue to provide clean, safe, potable water demands through the formation and reliable drinking water supplies, JEA initiated the of a regional water supply system. The size and Total Water Management Plan (TWMP) Program. This length of this program and the HDD under the river effort resulted in a $50.7 million pipeline project that for Segment 2 makes this program unique and one of transferred water from the west to east side of the the largest in the country. The six projects included in river. the program had six different design consultants and The project included the design and installation four different installation contractors for the various of a finished water transmission piping system, segments. approximately 43,300 linear feet, consisting of 36-. 30-. and 24 -inch pipe connecting JEA's two- Serving as an extension of JEA main water service grids. JEA serves its customers staff, CH2M successfully managed from 136 active groundwater wells, 36 treatment multiple projects within this complex program. ``� One of the primary goals of this Program was the delivery of additional potable water supply to the central section of JEA's South Grid from the North Grid via transmission water mains and booster stations. Your team's ability to provide technical reviews of the various open cut and trenchless project's engineering design, coupled with your quality control/quality assurance during both the design and construction of these high-profile, critical schedule projects allowed us to meet our scheduled commitments.' plants, and 4,600 miles of pipeline. Average daily flow of 116 million gallons per day (mgd) is supplied by a gridded capacity of 287 mgd. James M. Connolly. PE. JEA TWMP Program Manager CH2M Water and Wastewater Services NATIONAL WATER AND WASTEWATER PROGRAMS • Wastewater Infrastructure Climate Change Evaluation. New York City Department of Environmental Protection, New York RELEVANCE TO MIAMI BEACH ✓ Adaptation and Optimization Strategy for Wastewater Collection Facilities ✓ Prioritized Portfolio of Strategies to be Implemented as Part of Future Capital Projects The findings of the New York Panel on Climate Change formed the basis for the adaptation and optimization strategy developed for NYCDEP's wastewater facilities city-wide. What We Did: Identified critical system thresholds, Hydrodynamic modeling of the East River with MIKE - vulnerabilities, and design standards for the 21 and InfoWorks modeling of the Tallman Island development of cost-effective and sustainable and Bowery Bay service areas under present day solutions and future conditions was used to identify potential Contract Tenure: 2011 to 2013 future impacts and to develop adaptation strategies Contract Value: $1.3 million designed to maintain levels of service. Critical system thresholds and vulnerabilities were identified with Agency Contact: Alan Cohn, cost-effective, environmentally sustainable solutions. NYCDEP Director, 718-595-4536, Options appraised include a full range of green and AIanC@dep.nyc.gov grey infrastructure options. Specific recommendations Project Profile were made to address local flooding and wet weather management, plus a framework for the development The New York City Department of Environmental and implementation of the findings citywide. This Protection (NYCDEP) selected CH2M in a joint provided the necessary information for the NYCDEP to venture to develop and execute a plan to study and incorporate future environmental considerations into address impacts on New York City's wastewater its decision-making processes. infrastructure, including population growth. global climate change. and SLR. The JV assisted NYCDEP in developing an adaptation and optimization strategy for development of a city-wide framework for climate change adaptation actions that may be vulnerable to flooding impacts under current and future conditions. Following Hurricane Sandy in 2012, the JV was tasked with performing an asset -by -asset analysis of wastewater collection and treatment infrastructure to identify those assets at -risk for flooding due to storm surge and SLR through the next 40 years. CH2M evaluated flooding risks for all 96 wastewater pump stations, with detailed analyses The JV used the work of the New York Panel on of 58 at -risk pump stations. Cost-effective protective Climate Change (NPCC) to formulate scenarios of measures. such as elevating equipment. water future sea level, storm surge, rainfall, and temperature proofing buildings. and replacing traditional to identify potential system vulnerabilities and to pumps with submersible pumps were then develop adaptation responses. CH2M conferred with selected based upon cost and level of risk members of the NPCC technical team at Columbia reduction. The result is a prioritized portfolio of University and other institutions to ensure the strategies that will be implemented as part of future appropriate use of the NPCC data. capital projects. Water and Wastewater Services Keep Miami Beach Rising Above • East Side Coastal Resiliency "Rebuild By Design," New York City, New York RELEVANCE TO MIAMI BEACH ✓ Evaluated Impacts of Climate Change and SLR on Water, Wastewater. and Transportation Infrastructure ✓ Integrated Climate Change Strategies with Other City Initiatives The East Side Coastal Resiliency plan addresses water, wastewater, transportation, and stormwater assets for a truly integrated solution. What We Did: Evaluated the feasibility of proposed flood protection system and developed alternative strategies Contract Tenure: 2015 to 2017 Contract Value: $6.7 million (planning and design) Agency Contact: Thomas Foley, PE, Associate Commissioner, 718-391-1636, foleyt@ddc.nyc.gov Project Profile This East Side Coastal Resiliency (ESCR) Feasibility Study and Conceptual Design is the first phase of the "Big U" implementation for reducing flood risk on the east side of Manhattan. This HUD -funded concept examined the vulnerability of Manhattan to coastal flooding as a result of extreme storm events inclusive of climate change and SLR. In addition to flood risk mitigation, one of the other primary goals of the project is to enhance access to the waterfront. CH2M is part of a small team of engineering firms led by AKRF working on the implementation of the first phase of the "Big U." The ESCR project covers approximately 2.4 miles along Manhattan's East River Waterfront, from Montgomery Street in the south to East 25th Street at the northern end. The feasibility and conceptual design study performed in 2015 were the first phase of the ESCR project and the first critical step in identifying the feasibility of the proposed flood protection system. the various possible alternatives, and the overall cost of implementation. Addressing feasibility as a first step allowed the stakeholders to better understand the project design needs, the supporting data required to implement the project, and the alternatives and their costs, and also helped guide the City in developing a program that would meet project milestones in an expedited timeline. Based on the feasibility study and a comprehensive evaluation of the alternatives, a concept design for the ESCR project was developed at the end of 2015. The currently ongoing second phase of the project comprises the preliminary and final detailed design of the integrated flood protection system, interior drainage management, and enhancements to the existing waterfront for improved connectivity with the rest of the City. CH2M is working with various City agencies to identify utilities and other infrastructure that will be impacted by the proposed work. One of the major stakeholders in the project is Con Edison, whose multiple high voltage transmission and distribution lines are buried along the flood protection alignment in East River Park. CH2M's team of ADC -certified engineer -divers performed underwater inspections of the bulkhead and platforms along the East River. Additional inspections of the existing manholes, regulators, and sewer lines that will need to be floodproofed will also be performed. The final design is expected to be substantially completed by the end of October 2017. CH2M Water and Wastewater Services Facilities and Climate Change Plan City of Boston Water and Sewer Commission. Massachusetts • RELEVANCE TO MIAMI BEACH ✓ Sustainable Planning for the City's Wastewater and Storm Drainage Assets ✓ Two -Tiered Condition Assessment Program Integrated with GIS and CMMS ✓ Risk -Based Prioritization of Capital and O&M Projects • Updated climate change projections were incorporated into a risk-based tool to prioritize Boston's wastewater system improvements. What We Did: Incorporated climate change adaptation strategies for changing SLR and storm surge scenarios into wastewater system planning and design Contract Tenure: 2011 to 2016 Contract Value: $6.9 million Agency Contact: John Sullivan, Chief Engineer, 617-989-7444, SullivanJP@BWSC.ORG • Improved workflows for preventive and corrective maintenance aligned to key performance indicators • Updated field inspection forms and matching computerized maintenance management system (CMMS) data fields for improved data management and decision making • Two-tiered condition assessment program integrated with GIS and CMMS • Risk-based prioritization of capital and maintenance activities Project Profile An early benefit of the program included the The City of Boston's wastewater collection system implementation of field tablets (50 iPads©) to consists of 1,500 miles of combined, sanitary, and streamline asset management workflows and storm sewers; approximately 40,000 manholes; regulatory compliance. eight pump stations; 175 regulators; 135 siphon The Commission's Wastewater and Storm Drainage chambers; 201 tidegates; 37 combined sewer Facilities Plan documents a sustainable framework for overflows (CSOs); and 204 separate storm drain planning and managing the next 25 years of capital outfalls. There are approximately 224 connections and operational improvements. The climate change to the Massachusetts Water Resources Authority's aspect of the project incorporated development and (MWRA) wastewater system. evaluation of climate change adaptation strategies The objective of this $6.9 million project was to for changing wet weather conditions, SLR, and develop a sustainable facility plan for the City's storm surge scenarios. A range of climate change wastewater and storm drain systems that projections up to 100 years were considered, aligned with the Commission's long-term service and recommendations focused on modifying and goals and was supported by effective 0&M and managing sewer and storm drain systems in response engineering practices. The Commission committed to to potential flooding from higher tides and higher implementing a sustainable facility planning process intensity rain events. with the following elements: • Climate change impact assessment and mitigation/ adaptation strategy development Keep Miami Beach Rising Above • • Wastewater Facilities Program. City/Parish of Baton Rouge. Louisana 1711111 '.. RELEVANCE TO MIAMI BEACH ✓ CIP Development and Implementation ✓ Extensive Hydraulic Modeling ✓ Extensive Wastewater Collection and Pumping Rehabilitation The City of Baton Rouge/East Baton Rouge Parish entered into a major wastewater system program to correct wastewater collection and conveyance system overflows and discharge permit violations, which were the result of aging infrastructure. • What we do: Planning and oversight of the design Sewer Overflow (SSO) Control and Wastewater and construction of hundreds of miles of sewer Improvements Program for the past 10 years. rehabilitation, capacity improvement, and wastewater As program manager, we have been providing treatment projects being delivered general civil engineering services to the City/ Contract Tenure: 2006 to 2018 Parish under a contract that is renewed annually. CH2M's responsibilities have included CIP planning Contract Value: $1.65 billion (constructed value) and prioritization, individual project management, Agency Contact: Adam Smith, PE, conceptual engineering and modeling, alternative Interim DPW Director, 225-389-3158, analyses, cost estimating, planning and feasibility AMSMITH@brgov.com studies, infiltration/inflow analysis, wastewater system Project Profile CH2M has been program manager for implementation of the City of Baton Rouge/ East Baton Rouge Parish's $1.65 billion Sanitary CH2M is providing all regulatory and technical assistance related to the City/Parish's activities in response to the Consent Decree, as well as any other regulatory matters related to the operation and maintenance of their facilities. design, construction management, value engineering, regulatory compliance reporting, assistance, and negotiation, and operations and maintenance support. CH2M developed and implemented program management tools, led quality assurance, and provided capacity building. As Program Manager. CH2M managed over 450 design consultants, contractors, suppliers, and subcontractors. CH2M also implemented the processes and procedures to effectively manage funds and meet funding requirements. Program Overview The system includes 10 watersheds, divided into three treatment districts served by the Central, North, and South Wastewater Treatment Plants (WWTPs), and served by more than 500 pump stations. Nearly 2,000 miles of separate gravity sewer force mains serve over 400,000 residents. The goals of the CH2M Water and Wastewater Services program are to rehabilitate the collection systems, increase the hydraulic capacity of the collection systems, to reduce excess wet weather flows that cause SSOs, to comply with the South WWTP National Pollutant Discharge Elimination System (NPDES) permit, and to comply with the terms of the Consent Decree. The improvements include 115 projects in three program types: sewer rehabilitation ($210 million); capacity improvements ($680 million); and wastewater treatment and flow equalization improvements ($370 million). Through 32 separate rehabilitation projects. approximately 1.200 miles of gravity sewer and over 28,000 manholes will be inspected and rehabilitated where needed. Defects such as collapsed pipe sections and leaking manholes will be corrected by local engineers and contractors hired to complete the work. The improvements will also reduce inflow and infiltration, limiting a source of wet weather SSOs. Sewer system modeling identified the area's most in need of rehabilitation due to excessive inflow and infiltration. Capacity improvements will be undertaken through 66 projects that will address lack of adequate capacity in existing sewers. Capacity upgrades will be undertaken in approximately 180 miles of force or gravity sewer and at 160 pumping stations. The capacity upgrades were determined utilizing the InfoWorksTM hydraulic model of the system, with the system modeled for future flows at the Consent Decree mandated 2 -year, 12 -hour storm event. As part of this program, the City/Parish is also consolidating two WWTPs (Central and South WWTPs) and implementing improvements at the remaining South WWTP, including a new influent iotk ;;'.1 I , .:_: .., pumping station, new equalization tanks, new headworks, new solids contact basins, and new outfall. A total of eleven projects are planned for wastewater treatment and equalization storage. The treatment projects include screening, primary treatment, trickling filter, effluent pumping and sludge improvements at the South WWTP and odor control improvements at the North WWTP. Four projects are being undertaken to equalize system flows and provide storage for over 120 MG of sewage, reducing the need for additional treatment and conveyance improvements. Two are buffer zone projects which create an environmental buffer between the treatment and residential areas. Other projects include the Supervisory Control and Data Acquisition (SCADA) Master Plan Project and the Standby Generator Installation for Sewer Lift Stations Project. The hydraulic modeling of the collection system was an important part of determining the wet weather conveyance and treatment approach. Because of the prevalence of storms, the Program is installing over 500 emergency generators at over 480 pump stations throughout the parish to keep wastewater moving to a treatment facility instead of flowing back into homes and businesses. The emergency generators will be managed by the SCADA system that remotely monitors and controls the collection the pump stations as well as the treatment plants. Extensive hydraulic modeling was performed to identify the problem areas in Baton Rouge's wastewater collection system before rehabilitation. Keep Miami Beach Rising Above Involving Local Contractors Early in the Process—Procurement and the Business Network Center Our procurement process includes outreach to local engineers and contractors to prepare them to respond to requests for engineering and construction solicitations. A project web site has been developed where prospective engineers and contractors can obtain guidelines for design, construction, standard plans, CADD, program environmental assessment process, survey, and subsurface investigations. The Program has also created a website registry to assist in the development and growth of local, minority, small, veteran, and woman -owned enterprises. It allows businesses to submit a profile that includes information about its specialties and capabilities. These business profiles are then periodically provided to contractors and design firms that bid on SSO Program projects. Launch Day! SSS; �,,.. .. .. -, ..� ....«w...... Program im 6 6) The City of Baton Rouge and Parish of East Baton Rouge has a strong partner in CH2M HILL in its commitment to diversity. CH2M HILL has demonstrated its ability to provide opportunities to minority and disadvantaged firms through mentor -protege programs, professional apprentice programs, and networking sessions matching major contractors with potential partners and sub -contractors. Their commitment is evident from the corporate level to the project manager level.' Melvin L. "Kip" Holden. Mayor -President, City of Baton Rouge/Parish of East Baton Rouge Public Outreach As part of this program, we prepare and manage educational material for public outreach efforts. Public Information Officers (PTOs) are the Program's first line of communication in responding to stakeholders. The PIO team has over 30 years of combined experience in case management, disaster assistance, issue resolution, and outreach. The Program introduced a new customized service request tracking system to streamline communication between the Program's Project Delivery Team and various project contractors. This system allows better connectivity between project teams, provides reminders on action items, links leadership members to high priority items, and provides statistical information on project service requests. CH2M Water and Wastewater Services Planning and Conceptual Design to Reduce Program Costs CH2M leveraged staff expertise in treatment and developed an innovative wet weather wastewater treatment approach in which the trickling filter/solids contact process operates in series during dry weather flow and in parallel during wet weather flow. Planning tools were used, including InfoWorksr"for extensive modeling on the sewer system and CH2M's proprietary Pro2D wastewater treatment plant process modeling. We maximized in -system storage to reduce the amount of the collection system being upsized and additional treatment capacity required during wet weather. And as result of modeling and master planning, we recommended consolidating two existing WWTPs for a net present worth savings of nearly $20 million. C 6 Technological achievements associated with the program are numerous. including an innovative wet weather wastewater treatment approach that has allowed the City/Parish to take one wastewater plant out of service. saving considerable operating costs in the future. The City/Parish of Baton Rouge is very satisfied with CH2M HILL's management of its SSO Control and Wastewater Facilities Program. l would highly recommend them for managing similar wet weather consent order programs. especially when innovative solutions backed by technical science are required and where local workforce development and diversity are critical to program success." William Daniel. IV. PE. Chief Administrative Officer. Office of the Mayor -President, Former Public Works Director • Delivery of 115 rehabilitation, capacity, and wastewater projects • Managing 450+ design consultants, contractors, suppliers, and subcontractors • Timely delivery of innovative engineering solutions helped alleviate SSOs and gain Program community support • Will last 50+ years and provide greater capacity to serve communities, state-of-the-art treatment plants to protect the environment, and backup power for all pump stations and treatment plants Measures of Success • Provided public information/ outreach assistance, successfully building goodwill by communicating the value of their investment in infrastructure • Implemented a program controls system to monitor capital improvements required for compliance with federal and state regulatory requirements, and to manage changes, costs, and schedule 111171!:' .TINESIVE1111411111=11. Keep Miami Beach Rising Above Capital Improvement Program Services, Orange County Sanitation District, California • RELEVANCE TO MIAMI BEACH ✓ CIP Development and Implementation ✓ Extensive Wastewater Conveyance System Improvements. including Pump Stations ✓ Asset Management System OCSD initiated a regulatory -based CIP to address projected hydraulic deficiencies in the conveyance system and to rehabilitate aging pumping and conveyance structures. What We Do: CIP delivery and engineering, including Program Management Consultants (IPMC), which planning, permitting, design, construction, and was selected to manage the planning. design. operations construction. and startup of projects. Over a Contract Tenure: 2002 to 2012 10 -year period, approximately 160 staff from OCSD and IPMC worked as a unified team along Contract Value: $2.8 billion (constructed value) with more than 30 consulting design engineers and 20 Agency Contact: Dean Fisher, contractors to complete the 140 projects estimated at Engineering Manager, 714-962-2411, $2.8 billion. dfisher@ocsd.com To manage all of the construction projects, many Project Profile occurring simultaneously, and to keep each project on budget and schedule, IPMC used a comprehensive OCSD operates the third largest wastewater system program control system developed and west of the Mississippi River. For more than 50 years, implemented by CH2M staff. CH2M also the utility has safely collected, treated, and reclaimed performed construction management. resident or disposed of the wastewater generated by 2.3 million engineering. inspection. cost estimating. people living and working in central and northwestern scheduling. program controls, and project Orange County, California. Each day they treat assistance. approximately 245 million gallons of wastewater from residential, commercial, and industrial sources— enough water to fill Anaheim stadium nearly three times daily. CH2M was a joint venture partner in the Integrated Among the completed construction projects managed by the IPMC was the P2-66 New Plant 2 Wastewater Treatment Facility Headworks, and the J-35-2 project, which involved the upgrade of two 100-mgd wastewater treatment plants. Other construction projects managed by CH2M included two sewer projects. The $32 million Ellis Avenue Trunk Sewer and Tunnel Construction project in Fountain Valley included construction of a 108 -inch -diameter tunnel, This award-winning program helped Orange County move from a project -driven environment with routine construction overruns, to a more efficient program management framework. CH2M Water and Wastewater Services placed 20 to 45 feet below land surface by using an earth pressure balance tunnel -boring machine for approximately 1 mile. A 66 -inch -diameter centrifugally cast fiberglass reinforced polymer mortar pipe was installed inside the tunnel for conveyance of wastewater. The $8 million Bushard Trunk Sewer Pipe in Huntington Beach involved the procurement of approximately 13,900 feet of 108 -inch- and 96 -inch - diameter reinforced concrete pipe for construction of the trunk sewer. CH2M staff also managed construction of the $45 million Plant No. 2 Effluent Pump Station Annex, which was constructed at a heavily congested treatment plant site. The work required demolishing an out -of -service standby pump station and maintenance building and constructing a new pump building housing three 2,500 -horsepower, 120-mgd, dry -pit pumps, and wet wells. During the program, the CH2M team achieved many program successes, including: • Full integration of the District and IPMC in a cohesive project and construction management team. • Effective, flexible supplementation of limited in- house District resources, with quick response to staffing needs. • Improved coordination between engineering, construction and 0&M. • Implementation of standardized program control processes and tools for a uniform approach to delivering and monitoring multiple projects. • On -schedule performance of projects to conform to EPA federal Consent Decrees. • Assured continued permit compliance with no disruption of service. • Developed a strong project management culture, providing PM training for PMP certification and improving skills in construction management. Measures of Success • Reduction of non -construction or "soft" costs (e.g., District and IPMC staff, design consultants) from more than 45 percent to approximately 32 percent of the constructed value. • Improved expenditure forecasting and schedule and budget control, as indicated by yearly expenditures increasing from 60 to 80 percent of forecast prior to the program to 95 to 105 percent of forecast. • Reduction of construction change order rates from more than 10 percent of the constructed value to less than 5 percent. • 900,000 man-hours safely worked by IPMC without an OSHA recordable or lost time incident. Keep Miami Beach Rising Above Team Integration CH2M staff worked onsite side-by-side with OCSD personnel to blend staff knowledge of OCSD's system with our knowledge and skills in program management. Together, we implemented project management process and systemic changes, with a "cradle to grave" focus, to strengthen collaboration throughout the organization and improve product quality. 66 No one anticipated that the integrated team approach would go as well as it did. Although apprehensive in the beginning, we quickly became a cohesive team, as co-workers and friends. With the professionalism and camaraderie that CH2M HILL team members brought. people quickly became enthusiastic to work together toward common goals. It was this that made us successful:' Dean Fisher, P5. PMP, PMO Division Manager. Orange County Sanitation District Mr— Effective Construction Oversight one senior construction scheduler to develop a strong process and standards. In time, with OCSD has always had strong abilities in construction up to seven construction schedulers, IPMC management. IPMC assisted in further developing enabled OCSD's success in construction those capabilities, but mainly we focused on providing schedule oversight and claims avoidance. This staff to handle construction oversight. Early on, was a significant success factor supporting on - the biggest challenge was related to construction time completion and cost control. schedule oversight, as the District lacked an effective process. CH2M solved the problem by bringing 66 CH2M HILL has provided the Orange County Sanitation District with exceptional service and a wealth of technical expertise that minimized overall long-term cost to projects for the planning. design, construction. and start-up of our $2.9 -billion Capital Improvement Program.... In working with CH2M HILL, I have been impressed with the capabilities to perform jobs on time. within budget, and sometimes under severe schedule constraints. CH2M HILL has been under contract with OCSD since September 2002 and has delivered the highest quality of services in the areas of wastewater collections. pumping, and treatment." Matt Smith. PE. PMP. Program Management Office Manager. Orange County Sanitation District CH2M Water and Wastewater Services Long -Term Control Plan and Wastewater Program, Omaha, Nebraska • RELEVANCE TO MIAMI BEACH ✓ CIP Development and Implementation That Considered Affordability Constraints ✓ Cost -Saving Ideas Saved the City $15 Million • The City of Omaha's CIP involves extensive wastewater system improvements that will reduce local flooding and improve the quality of life. What we do: Capital program management Contract Tenure: 2006 to 2027 Contract Value: $2.2 billion (constructed value) Agency Contact: Jim Theiler, Environmental Engineer, 402-444-5225, James.Theiler@cityofomaha.org. Project Profile The City was required to submit a substantially complete LTCP to the Nebraska Department Environmental Quality (NDEQ) by October 2007 and a final LTCP with a construction schedule by October 2009—both dates were met. The City may take up to 15 years to implement identified control projects; however, that time period was increased to 18 years in 2012 as a result of impacts of the 2011 Missouri River Flood. In January 2006, CH2M was hired as the Program Manager for the Omaha Combined Sewer Overflow Long Term Control Plan. This included managing nine basin study teams led by City -selected consultants, and we initiated an accelerated study of the northern downtown area. The planning phase was successfully delivered ahead of schedule and under budget. In 2009 with approval of the LTCP, the role changed to managing and the implementation of the $2.2B capital program. CIP Development During the development of the 2009 LTCP, CH2M worked with the City to coordinate the plan so that it met the needs outlined in an affordability analysis developed by a local University. In 2013, the City worked with the University of Cincinnati to develop a more refined affordability analysis. The analysis suggested that the plan developed in 2009 and the anticipated user fees may be too high. As part of this, CH2M led the development of an updated LTCP in 2014. This plan resulted in significant savings; however, it was recognized that the additional work would be required to further reduce costs. As a result, in early 2016, CH2M led a workshop with the City to develop further modifications to the plan. It is believed that we will be able to reduce the cost of the program through modifications to the regulatory strategy and revision of controls by 15 to 25 percent of the $2 billion program. In addition, CH2M will be working with the City, and its affordability consultant, on an Integrated Plan, which will allow projects to be scheduled to meet the City's levels of affordability. Ultimately, successful regulatory negotiations achieved a highly flexible and favorable consent order that only mandated final LTCP submission and a date for completion of the program; no project specific dates are included. The LTCP included assessments of drainage basins and examination of specific problems and solutions in each basin. Uniform criteria have been used to assess solutions, benefits, drawbacks, timeframes, and cost. In 2014, CH2M led the update. Program planning (Phase 1) was successfully delivered ahead of schedule and under budget. and program implementation (Phase 2) is currently on schedule with the original plan. Keep Miami Beach Rising Above CH2M helps Omaha avoid a court -mandated consent decree, instead negotiating administrative order with liberal "off ramps" In only 9 months, CH2M helped the City avoid a consent decree and negotiate liberal "off ramps" into the sewer administrative order. CH2M helped the City: • Avoid a court -mandated order • Negotiate no interim project dates and reopeners for program changes, such as in water quality standards, costs, inability to obtain contractors, and impacts on the public • Gain approval with no changes, no citations for violations, no penalty payments, and no inclusion of stipulated penalties for possible future violations Omaha's groundbreaking administrative order is being studied extensively and its results presented at conferences around the U.S. Approximately 92 projects were planned for the CSO control program up through 2027; however, as a result of the 2014 LTCP Update, the number of projects was reduced to 74. Total capital cost was at $2.2 billion; however, the CH2M Team has gone through various evaluations that have resulted in a reduction to the program costs of nearly $200 million to a new cost of $2.02 billion. At this point, $117 million in construction has been completed, $274 million in construction is being bid or is in construction, and $95.8 million is in construction. The City has another $295 million of projects that are being reevaluated. Program Update (2016 - 2017) Currently, CH2M is getting started on a new technical evaluation. The objective of this evaluation is to focus on alternatives to adapt LTCP projects to meet regulatory requirements, the City's goals, and community expectations while targeting an overall program cost reduction of 15 to 25 percent. This effort will include feasibility and alternative evaluations primarily within the Minne Lusa and Saddle Creek Basins, but also including other portions of the Missouri River and Papillion Creek Watersheds in Omaha. Planned projects in other basins will also be evaluated to ensure that cost reductions are realized. Over the next 18 months, CH2M will be providing assistance in the development, implementation, and documentation of Omahas Green Infrastructure Prograrn. Incorporation of an incentive program will he included. The CH2M Team is providing a range of alternatives that could reduce the cost of the Program, along with a list of benefits for each of the alternatives evaluated. The end result will be updated budgetary construction cost estimates with life -cycle costs. This evaluation is anticipated to done in late 2017. Green Infrastructure Solutions CH2M has been providing assistance in the development of a robust Green Infrastructure CH2M Water and Wastewater Services program to improve water quality, reduce stormwater flows in the CSS, and ultimately reduce overall costs for the CSO Program. As part of the development of the Long Term Control Plan (LTCP) in 2006 to 2009, CH2M developed a process to identify potential Green Infrastructure sites within the combined area for inclusion into the LTCP. The Basin Consultants implemented the process and developed possible Green Infrastructure Projects for each Basin. CH2M, working with the City, evaluated the results and developed a list of sites that were included in the LTCP as recommendations to evaluate in greater detail. In addition, CH2M worked with the City to develop a process where each sewer separation project team is required to perform Grey to Green Infrastructure evaluations for the project area to identify potential Green Infrastructure elements that can be incorporated cost effectively. The approach for inclusion of Green Infrastructure in sewer separation projects is documented in a guidance document titled "Omaha Green Solutions Site Suitability Assessment and BMP Selection Process Guidance". The process was developed such that a good faith effort to incorporate Green Infrastructure is a part of every sewer separation project and is considered from the outset of the project. The process requires that the designer show that there The City has been able to reduce costs by approximately $15 million. are physical, engineering, or financial justifications for non-inclusion of Green Infrastructure. The elements of the evaluation include local site assessment, review of runoff sources, identify potential BMP controls, technical analysis to quantify the hydrologic and hydraulic impacts of implementation, and an economic analysis to show that it is cost effective. Special Regulatory Requirements Since implementation of the Program, CH2M developed an Environmental Plan, the purpose of which is to ensure compliance with the City's Consent Order and combined sewer overflow permit and to ensure that the projects themselves comply with applicable federal, state, and local regulatory requirements. The Plan lays out a program for addressing interactions with various agency stakeholders. The plan calls for close coordination with agencies to ensure that permits are addressed in timely fashion. It deals with all aspects including impacts on regulatory agencies such as the USACE (208/408 and 404), USFWS, USEPA, Nebraska Department of Environmental Quality (NPDES, RCRA, CERCLA, AIR) as well as working with railroads and others. • Co -located with City staff in addition to providing staff augmentation services, to enhance communication and productivity, and facilitate expedited schedule delivery • Simultaneously, we developed program controls and Web sites to facilitate project tracking and communications. • Working closely with the City, we launched early action projects and integrated a sustainability strategy into the $1.7 billion capital program, which included measures such as green roofs, bioswales, stormwater reuse, and rain gardens. • Analyzed the existing City of Omaha guidance documents and specifications for performing design and construction activities, and supplemented these Measures of Success documents with new protocols and workflows to clearly document the process and expectations for consultants and City personnel in executing program activities, and a revision of the program Web site. • Upgrading the InfoWorks model to incorporate more detail into the program so that it can better model simulate larger storm events • Assisted the City in conducting a series of stakeholder workshops and public meetings to foster public support and understanding, which contributed to the success of the program Keep Miami Beach Rising Above • Southern Delivery Water System, Colorado Springs Utilities, Colorado RELEVANCE TO MIAMI BEACH ✓ Evaluation of Pipeline Route Alternatives using a Multi -Attribute Decision Process ✓ Comprehensive Pipeline and Pump Station Design ✓ Delivered $160 Million under the Original $1 Billion Budget • The $840 million Southern Delivery System is a complex conveyance system that provides the region with a "drought proof" water supply. What We Do: Provided planning, preliminary, schematic, and final design for conveyance facilities. Contract Tenure: 2002 to2016 Contract Value: $840 million (constructed value) Agency Contact: Joseph Rasmussen, Project Manager, 719/668-4173, jrasmussen@csu.org Project Profile The Southern Delivery System (SDS) is an $840 million water delivery program that can deliver up to 78 mgd of raw water from Pueblo Reservoir located in Pueblo, Colorado, to a water treatment plant located in the City of Colorado Springs for the cities of Colorado Springs, Fountain, Security, and Pueblo West. The SDS is designed to meet the needs of these communities through 2046. Beginning in 2002, CH2M served as the prime consultant for the program, providing planning, preliminary, and schematic design services for all elements of the SDS. City of Miami Beach SBEs Phil Ryan, Tony Naimey. and Jerry Duppong played key roles on the program. The program elements include the following: • 50 miles of welded -steel transmission pipeline designed to convey raw water ranging in diameter from 66 to 90 inches • River outlet works, including connection to existing outlet control gates at the raw water supply source at Pueblo Dam • Project involved the design of three in-line raw water pump stations, a water treatment plant and treated water pump station, valve and metering stations, and trenchless crossings and pipeline connections. In collaboration with the client, CH2M conducted comprehensive route analyses of the raw water pipeline by developing hundreds of alternative alignments and implementing a multi -attribute decision process that led to selection of the preferred alternative alignment. In addition, CH2M provided construction oversight and services during construction throughout the duration of the raw water pipeline construction. CH2M was also the prime consultant responsible for the final design and services during construction for the Pueblo Dam Connection, the source water supply connection at the Pueblo Reservoir through Pueblo Dam. Final design of the 50 -mile raw water pipeline was separated into ten work packages, all of which were awarded to CH2M. As prime consultant on the raw water pipeline, CH2M developed final design packages that included plan and profile drawings, technical specifications, tunnel design, hydraulic and transient analysis, valve station and appurtenance designs, easement acquisition assistance, permitting documents, and erosion control design. CH2M Water and Wastewater Services Freeport Regional Water Project, City of Sacramento, California • RELEVANCE TO MIAMI BEACH ✓ Evaluation of Pipeline Route Alternatives using a Multi -Attribute Decision Process ✓ Comprehensive Pipeline and Pump Station Design The award-winning Freeport Regional Water Project involved extensive construction in a heavily urban area. What We Do: Provided planning, preliminary, schematic, and final design for conveyance facilities. Contract Tenure: 2005 to 2008 Contract Value: $8.2 million (study and design) Agency Contact: Forest Williams, Program Manager, 916/337-4793, williamsf@SacCounty.NET Project Profile CH2M provided planning, predesign, final design, construction, and commissioning services for this regional project. which included an intake and pump station facilities along the Sacramento River, as well as the first reach of a transmission pipeline and a system- wide communications system. City of Miami Beach SBEs Phil Ryan and Tony Naimey played key roles on the project. The pipeline route study involved extensive analyses for 18 miles of 60- through 84 -inch - diameter pipeline that extended through both heavily urban and rural residential areas. CH2M developed a detailed pipeline alignment along the route that was ultimately used as the basis for detailed environmental analyses and final pipeline design. While the final design of most of the transmission main was conducted by others, the pipeline location ended up almost precisely where CH2M had initially located it. The discharge piping system extends through a regulated flood control levee and connects to the overall transmission pipeline system. The first reach of the overall transmission pipeline includes an 84 -inch - diameter welded steel pipe with two tunneled undercrossings—one beneath Interstate 5 and a flood control channel, and one beneath a railroad, a flood control channel, and Freeport Boulevard. The pipeline design also included a variety of complex large - diameter reinforced fittings to manifold the pumps and surge tanks into the first tunneled undercrossing and to allow for future pipeline pigging. The new Sacramento River intake facility has a firm capacity of 185 mgd and includes a state-of-the-art screened fish intake and a 16.000 -hp pumping plant (eight 2.000 -hp vertical line shaft pumps). Five hydropneumatic surge tanks are provided to mitigate hydraulic transients in the event of a power failure. The facility also includes a new 12 -MVA electrical substation. Special support services included land acquisition, permitting, reliability centered maintenance (RCM), vulnerability assessment, community involvement, and a variety of other related services. The project won the 2009 ASCE Water Project and Geotechnical Project of the Year. Keep Miami Beach Rising Above Section 2 EXPERIENCE AND QUALIFICATIONS All the required resources and capabilities— which are core CH2M competencies— are located minutes from the City's facilities, ensuring quick response and local technical expertise whenever needed. Qualifications of Proposing Firm CH2M is a global leader in full-service consulting, design, design -build, operations, and program management services for government, civil, industrial, and energy clients. Established in 1946 by three engineers and a professor from Oregon State University, CH2M has operated from the beginning on four values: take care of clients, deliver great work, do right by employees, and stay true to our integrity and honesty. These values have served CH2M well. Today, CH2M has the talent, depth and breadth of expertise, and global reach to assist clients large or small with a full suite of safe, sustainable, and innovative solutions. CH2M has managed some of the world's most complex and significant programs, including the Panama Canal Expansion Program, infrastructure and facilities for the London 2012 Olympic and Paralympic Games, and the Abu Dhabi Strategic Tunnel Enhancement Program. In addition, we support projects in our local communities, including the City of North Miami Beach. Miami -Dade County, and the City of Ft. Lauderdale, providing clean drinking water and reliable wastewater collection and treatment in a holistic and cost-effective manner. CH2M's broad experience and qualifications allow us to provide the needed resources, with a quick response WHAT THE CITY OF MIAMI BEACH ASKED FOR IN THIS SECTION AND WHERE TO FIND IT • Qualifications of Proposing Firm, p 2-1 • Experience with Public Sector Agencies, p 2-9 • Qualifications of Proposer Team, p 2-10 • Financial Capacity, p 2-16 • Projects Performed for Public Sector Agencies, p 2-17 • Team Member Resumes, p 2-61 time, to any requirement that might arise under the City of Miami Beach's program, including planning, design, and construction management expertise in the areas of: • Water and wastewater collection system CIPs ® Water and wastewater system master planning - Water and wastewater system hydraulic modeling • Water and wastewater system improvements • Additional services, such as value engineering (VE), studies and reports, and supervisory control and data acquisition (SCADA) systems CH2M attracts and retains the best talent to provide the City of Miami Beach with industry best expertise. • Named one of the 50 Best Companies to Work for by Business Insider • Named one of the Most Attractive Employers in the U.S. by Universum 2015 Talent Survey - Top 100 in Engineering • Received the Catalyst honor for the recruitment, development, and advancement of women • CH2M is consistently ranked as a best place to work in the U.S. (2003, 2006, 2008, 2009, 2011, and 2013) Water and Wastewater Services Keep Miami Beach Rising Above • Industry Leading Engineering Qualifications CH2M is the industry leader in developing and implementing integrated water and wastewater CIPs and brings this unparalleled expertise to the City. In fact, in 2016, Engineering News -Record (ENR) recognized CH2M as the No.1 Construction Management/Program Management Company, and the No.1 Sewer/ Wastewater Company (a designation we have held for 11 consecutive years). CH2M is also designated the No. 1 Trenchless Engineering Design Firm by Trenchless Technology magazine. CH2M has successfully managed iconic international water and wastewater programs, as well as local programs in Miami -Dade, Broward, and Monroe counties, as highlighted below: • $11B 2012 London Olympics • $5.5B Panama Canal Expansion • $5.7B Miami -Dade County OOL Program • $690M Ft. Lauderdale Waterworks Program • $172.5M Florida Keys Aqueduct Program • $150M Seminole Tribe Program • $30.8M Miami -Dade County South District Wastewater Treatment Plant (WWTP) Repair and Replacement (R&R) Program Miami -Dade WASD $30.8M SDWWTP R&R Program • 22 projects either completed or underway, including the 54 -inch wastewater force main to improve system redundancy • Of the 8 completed and reviewed projects, all 8 received a "perfect" 4.0 rating • MbW-IU/ VI These programs, as well as and many others, can be found in Exhibit2-1, which highlights our industry leading water and wastewater CIP management expertise across the globe and as well as in Florida. Our extensive CIP management expertise provides the following distinct benefits for the City's of Miami Beach: • The proven and most used project management tools and processes in the industry • Benefit of bringing lessons learned from these similar CIP programs • Provision of staff with the most CIP management experience in Florida ENR has Ranked CH2M as a Top Program Management and Top Engineering Firm for Over a Decade. Top Firms By Type of Work: • Construction Management/ Program Management Consulting Studies Engineering/Design Top 500 Design Firms: Sewer/Wastewater "Pure Designers" Water Top 100 Project Delivery Firms: 47 • Program Managers #3 • Construction Management - for -Fee Firms Top Environmental Firms: #1 • Sewerage and Solid Waste • Wastewater Treatment Plants • Site Assessment and Compliance • Water Treatment and Desalination Plants • Water Supply On 2016j ENR publications thou August 8, 2016 M8W_112_v1 • Integration of our global CIP delivery platform with our proven local delivery team CH2M also has the expertise that is critical for for addressing the technical challenges associated with the City's water and wastewater systems, as described below. Water and Wastewater CIPs To help the City of Miami Beach address the financial challenges associated with rehabilitating and maintaining its water and wastewater infrastructure to the desired level of service, CH2M will apply utility management principles and tools to optimize project prioritization and the associated capital investment. This approach integrates master planning for CIP development and CH2M Water and Wastewater Services CH2M Water and Wastewater CIP Programs Worldwide 1. $100M Wastewater Lag -Term Plan and CSO Program, Honolulu, HI 2. $38 Galeway Multimodal Infrastructure Program 3. 5801A Wastewater Long -Term Pion, Seattle, WA 4. $2.4M WWTP Program Management Portland, OR 5. $190M Sand Valley Construction Services, San Francisco, CA 6. $20M On -Call Construction Management Services, Los Angeles, CA 7. 52.88 CIP Program, Orange Canty Sadaticn District CA 8. $41M Alvarado Treatment Pam Upgrade, San Diego, CA 9. SIB Connecting Idzho-GARVEE, ID 10. $28 Program Management Services, Omaha, NE 11. $2.38 Mihvakee Water Pollution Aatement Program, WI 12. $20M Wastewater Services, Johnson County, KS 13.515 Wastewater Regulatory Support Independence, MO 14. $1.38 Wastewater Rehabilitation Program, Baton Rouge CItylParlsIL LA 15. SIM Wastewater System Regulatory Support, City of Tuscaloosa, AL 16.S300M Wastewater Program, Louisville and Jefferson County, KY 17. 572M Wastewater System Improvements, Cincinnati MSDGC, 011 18.560M 105 Street SDC, City of Jeffersonville IN 19.5100M Southport AWT Expansion, ON, Toronto, ON, Canada 20.5165 WWTP Services, City of Bangor, ME 21. $20M WPCF UV System Design, Hartford, CT 22 $515 Wasawats System Improvements, New Haven, CT 23. $10M Wastewater Master Plan, Boston Water and Sewer Comndsswn, MA 24.51.48, CaUDed UV Disnfecbon Facility Construction Program NY 25. $431M Solids Facilities Program, Blue Plains AW$ DC Water 26. $150M WWTP Program, ALCOSAN, Pittsburgh, PA 27. $875 Sustainable CSO Progrank Onondaga Canty, NY 28, 51.38 CIP Prioritization, Hampton Roads, VA 29. $3.98 Clean Water Program, City of Atlanta, GA 30. $30.8M SDWWTP Improvements, Miami -Dade, FL 31. $3.78 Mami-Dada Ocean Outfall Program 32 5691M Waterworks 2011 Program, Ft Lauderdale, FL 33.54.68 Water and Wastewater Program, Puerta Rico 34. $5.258 Panama Canal E pension 35. $11B London 2012 Olympic and Pamtympic Games 36.85.28 London Tdeway Tunnels 37. $24.48 London CrossraS 38. $2.48 Iraq Water Utilities Reconstruction 39 $228 Abu DhablMasdar City 40. $18 Abu Dhat WasiewaarTunnel Enhancement 41.55.88 NOVA Mega Prgec8t 42. $5.8B Sas Afg adstan LOGCAP IV Water Supply 43.53.658 Deep linnet and Chan¢ WRP, Singapore 44. 512.68 Korea Base Relocation Water and Wastewater Services Keep Miami Beach Rising Above San Mateo (CA) CIP Program r,..trent Aid Baia F1ll! gate „ rnlttmrease t'nplct Mod Buell=FC 5936 14% 167.5% 1 $1,075 Mod Baseline IFS CAS AltemdYve MBR Mtamatie $862 10% 12Z25i347 51.20ar . ! x' -2^ 51350 ne FC Mod Bawbne ISA ASAI MB0 2 10 Yr Rate at 20 Yr Rat, SI(, Yr%c.t X10 r. is ursl $911 $805 13% 105.4% 13% 99.555 I $886 10% 130.5% ,ortpas,rcJ ae 5330 14,100, CH2M's strategic financial planning tools reduced San Mateo's CIP by $250M by considering long-term investment requirements. our proprietary Tailored Analytics and Comparative Techniques (TACT) Strategic Platform to optimize current performance with long-term investment requirements. CH2M has also developed a special tool for CIP scheduling optimization—called The Scheduler—which optimizes project timing and sequencing based on funding options to minimize total debt service. Application of the TACT Platform and The Scheduler are saving the City of San Mateo, California, 10 years and $250M during CIP implementation. Water and Wastewater System Rehabilitation CH2M is an industry leader in conveyance system condition assessments and master planning for capital improvement planning. We provide the full range of planning and condition assessment services for large municipal water, sewerage, and storm drain systems throughout the U.S. and abroad. Our experience encompasses: • System inventories • Condition assessment and field inspection, including closed-circuit television (CCTV) inspection • Geographic information system (GIS) development and database management • Hydraulic modeling • Rehabilitation master planning • Sewer and storm drain design, construction management and inspection CH2M has evaluated the condition of hundreds of treated water pipelines, stormwater sewers, and sanitary sewer systems for municipalities and utility districts throughout the country. Often, condition assessments are undertaken in conjunction with system inventories, saving the utility time and money. Our state-of-the- art capabilities incorporate condition assessment and system inventory data into GIS databases using both commercially available applications and proprietary GIS and database software developed in-house. Condition assessment data that we develop are used by CH2M on behalf of our clients to develop pipeline rehabilitation, maintenance, and master plans and CIP programs. This information is augmented with flow monitoring programs to gather and analyze dry and wet weather flow data, providing essential information regarding infiltration and inflow (1/1). Highlights of our conveyance system services are as follows: • Underground asset condition assessment. CH2M's condition assessment and rehabilitation services (CARS) will help the City of Miami Beach maintain the desired level of service at the lowest life -cycle cost. Our CARS team helps utilities like the City of Miami Beach minimize risk and move more efficiently through the different stages of facility evaluation, rehabilitation, and maintenance. Our CARS capabilities will promote efficient project delivery with a single service provider for everything from field inspection to capital improvement planning. With state-of-the-art tools, we also have a proven track record in helping utilities make informed decisions to avoid costly emergency repairs and realize long-term 0&M cost savings. • Collection system evaluation. CH2M has completed condition assessment projects for more than 500 collection systems consisting of more than 9,500 miles of sanitary sewer and more than 200,000 manholes for municipalities and sewer districts across North America. We have a thorough understanding of how the City of Miami Beach's collection system operates and will leverage this knowledge to design and construct cost-effective improvements to your wastewater collection system. • Water distribution system evaluation. Water loss can occur at several places in the distribution system, such as undetected leaks, inaccurate water meters, water theft, and the occasional major main breaks. Keep Miami Beach Rising Above • CH2M uses a systematic approach for conducting non - revenue water programs, beginning with a thorough and well documented water audit. This comprehensive audit will cover aspects of the water system, including water supply, treatment, storage, pumping, distribution assets, and information technology IT and business systems that support the water system, such as billing and customer information system. CH2M's CIP implementation platform includes real- time monitoring of budget and schedule, providing the highest level of transparency for decision making and financial tracking. Thus, CIP delivery and our team's performance will be defensible and readily auditable for all projects, regardless of type. Water and Wastewater Master Planning To help the City of Miami Beach plan wisely, our engineers, hydrologists, planners, and economists can analyze current conditions of your water and wastewater systems, predict future growth and needs, and help the City make wise decisions about existing and new facilities. CH2M HILL has developed water and wastewater master plans for more than 3.000 clients nationwide, including North Miami Beach, the City of Ft. Lauderdale, Broward County, the Florida Keys Aqueduct Authority, and Monroe County. Nearly 70 Years of Experience Working Throughout Florida Provides Deep Local Knowledge and Extensive Capability Mary Esther Crestview DeFunok -pcngs ® Okaloosa County Quincy Lake City Havana Live Oak 0 0 Ocala The villaces City of Orlando Orlando Utilities Commission City of Tampa Tampa Bay Water Hillsborough County St. Petersburg Sarasota County Venice Englewood Gasparilla Island US_ Army Corps of Engineers A St. John's River Water Management District Gainesville Regional Utilities Lee County Fort Meyers Bonita Springs Ave Maria Utility LLLP r waters Cocoa Orange County Melbourne West Melbourne City of Kissimmee —Port St. Lucie — Ft. Pierce — West Palm Beach —Boynton Beach —Highland Beach — Boca Raton —Pembroke Pines —North Miami Beach '— Miami Beach Miami -Dade Water and Sewer FKAA,.S Department Monroe C77 .0, ...- Key Key West South Florida Water Management District MBw.309_vl' CH2M Asset Management Leadership Not only is CH2M a leader in the development and implementation of asset management practices, we authored several leading publications on best -prac- tices, including: Water Infrastructure Asset Management: Adopting Best Practices to Enable Better Investments. In collaboration with others, CH2M 's industry experts also published Implement- ing Asset Management: A Practical Guide and other publications. The Practical Guide is published by NACWA, WEF, and AMWA, and set the foundation for risk-based asset management for the water/wastewater sector. ANAGING PUBLIC ASTRUCTURE ETsY .,-....... Asset Management Services CH2M has been helping clients plan for and effectively maintain their water and wastewater assets for six decades. In 1980, we created a specialized practice to help optimize day-to-day 0&M of our clients' infrastructure. In 2001, we authored the first asset management guidance document for U.S. water utilities, Managing Public Infrastructure Assets to Minimize Cost and Maximize Performance, published by the National Association of Clean Water Agencies, Association of Metropolitan Water Agencies American Water Works Association (AWWA), and Water Environment Federation, with funding by the U.S. Environmental Protection Agency (USEPA). CH2M applies the industry best practices contained in this manual to every asset management project that we perform, including the City's program. CH2M has also used this guidance document to conduct formal asset management training of more than 2.000 water and wastewater professionals across the country. CH2M Water and Wastewater Services CH2M—Rethinking the Way the World is Designed, Built. and Operated CH2M's long-standing commitment to environmental stewardship has earned us a reputation for responsible and savvy responses to climate change resiliency. Whether performing vulnerability assessments, designing buildings and infrastructure, or rebuilding hurricane - ravaged neighborhoods and cities, we apply integrated solutions to address our clients' unique climate change challenges. Several attributes differentiate us from our peers: 4 Changing the game. As one of the first in our industry to publish a sustainability report in 2005, we "wall< the talk" by reporting our own sustainability performance and supporting the United Nations Global Compact principles. Our ISO -14000 -compliant Environmental Management System and award- winning sustainability report enable us to apply the lessons learned and business gains from our own improvements to solutions we create for our clients. Dedicated to the well-being of people and the planet. Not only do we create a great workplace for our employees (we've consistently been ranked a top workplace in the United States), but we also create positive impacts in the communities where we live and work. For example: - Acting as founding sponsor of Engineers Without Borders and providing financial, in-kind, and leadership support (more than US$1 million since 2003), helping to implement water, sanitation, energy, transportation, and other engineering projects throughout the world. 2015 Recognized by EPA for Leadership in Addressing Climate Change during 4th Annual Climate Leaders Awards DEMONSTRATES INDUSTRY LEADERSHIP Environmental Excellence Award Presented by Climate Change Business Journal p - Supporting Water for People since its founding in 1991. Our annual workplace giving campaign has raised over $1.5 million since 2003, helping improve the quality of lives through sustainable drinking water, sanitation, and health and hygiene projects. Promoting science, technology, engineering, and math education (STEM) by partnering with primary and secondary schools and universities to foster interest in engineering careers and promote sustainability by addressing critical issues like access to clean, safe drinking water. a Recognized by respected third parties as sustainability thought leaders. For example: Verdantix, an independent analyst firm focused on sustainable business issues, named CH2M a leader in environmental services in 2016, 2015, and 2012; in sustainability consulting in 2013; in sustainable engineering in 2010; and in climate change consulting in 2009. Integrating sustainability world-wide. CH2M has managed sustainability on some of the world's largest programs such as London's 2012 Olympics, Masdar City (a clean technology cluster development in the United Arab Emirates), and Singapore's ABC Waters, along with many smaller projects. We also work with organizations such as the U.S. Green Building Council and the Institute for Sustainable Infrastructure to develop and improve sustainability rating systems like LEED and Envision. 2016 Verdantix Selects CH2M as U.S. Leader In Sustainability DEMONSTRATES DEMONSTRATES CLIMATE CHANGE COMMITMENT TO INNOVATION SUSTAINABILITY Consulting Studies Engineering News -Record DEMONSTRATES TECHNICAL EXCELLENCE Keep Miami Beach Rising Above Critical Infrastructure and. Climate Change Services 3.!4;rAiirVIMIlf _AP ( rrt: La i i Jiil9L 17.41e6gP iit`Mli4ilsgrs.Yl•9 N->._1.1,itIpMM9iltiiiiN91Mitillai MMiMMHMMUMMMCIZEI UT,KI rMiiS�� t !•iCanniamma ammtwollir - J22MMMMMMIMMM ILMANiMANMSM Mgt---•. i�mamt ornt9MMMM■MMM -ME.E. MMMMMOR3:31MMM..14FAI `.a!QMMMEMO9d0 11 fl7MMMMMMMMMMw rtm a&MMMPFAAMMMMMIUMMMMMMlSMMERUMMi( wn..s,- -,wfnumem Mur.P �4.12mim ili en r,14sdo ignmsMMSMP.sramasMMMMMMm :3rmir4MMiwMt mpripmenomi M■MMmMMMM Si:...- •• _ Y vssimmMMMMMMMgMMMMIummilm os """iENE *mums• .- . ■EEEEEIi■EE�' r-.6411 4 E■lt ■EEEI1 -- v nuu 11.11111•150•11 � SEE --Iv-An -•� =II!: r1.1NC f___J Infrastructure Resiliency Services • Climate analysis • Compliance with Southeast Florida Climate Compact guidelines • Vulnerability assessments • Facility hardening • Natural and green infrastructure • Asset management • Coastal, estuarine and fluvial flood and erosion risk management • Capital planning and prioritization 0 Confronting Climate Change Effects on NYC Sewer and Wastewater Systems, NYCDEP, NY Developed and executed a plan to study and address impacts on NYC's wastewater infrastructure, including global climate change and sea level rise. Assisted in development of an adaptation and optimization strategy. Storm Sewer Capacity Analysis, Jefferson County MSD, Louisville, KY Evaluated local and regional climate data and summarized available climate change projections to assist in wet weather facilities planning. In today's world, all sectors of the global economy are facing the impacts of climate change. And, there is significant evidence that climate variability will continue to increase, resulting in even more severe impacts to the infrastructure that makes modern day life possible. These impacts include higher intensity rainfalls, coastal land loss, extreme drought, increased energy demand and impacts on biodiversity. Integrated Services and Approach CH2M is uniquely qualified to position governmental agencies, utilities, and industries for an uncertain climate future, including the City of Miami Beach. We provide planning, design, construction, and operations services for water and wastewater facilities, as well as the planning, design and construction of highways, bridges and 'smart' cities. The breadth and depth of our experience allows us to provide an integrated approach to infrastructure resiliency, harnessing advances in science and technology with solid engineering experience. Broad Portfolio of Experience With a portfolio that includes more than 100 projects focused on climate change assessment, mitigation and adaptation, CH2M is the leading full-service engineering firm focused on developing and implementing climate change resiliency solutions. Wastewater Facilities Plan, Boston Water and Sewer Commission, MA Developed facility plans for the City's sewer and storm drain systems that included climate change adaptation strategies for changing wet weather conditions, sea level rise, and storm surge scenarios. Colorado River Basin Study, U.S. Department of the Interior & Bureau of Reclamation Led consultant team to support supply and demand assessments, including climate change, and prepared a strategic roadmap for the management of basin resources. Ocean Outfall Legislation Program, Miami - Dade County Water & Sewer Dept, FL Serving as program manager overseeing infrastructure design, construction, and commissioning to protect facilities from sea level rise and storm surge. Climate Assessment Workplan, Sonoma County Water Agency, CA Evaluated climate science and projections to identify potential threats to water supply, flood control, and sanitation infrastructure. Strategic System - Wide Vulnerability Assessment, City of Los Angeles Bureau of Sanitation Performed a strategic system -wide vulnerability assessment to prioritize critical systems and infrastructure that are at greatest risk to climate variability and based on a risk- based screening level approach. 4ftMission Support Contracts, USEPA, Water Security Division, Washington, - DC Developed climate change related tools, documentation, and training materials for EPA's Climate Ready Water Utilities initiative. CH2M Water and Wastewater Services Similar Experience with Public Sector Agencies As an industry leader in water and wastewater engineering and climate resiliency, CH2M far exceeds the City's requirement of providing no Tess than five similar projects performed for public sector agencies in the past 10 years. In Section 1, Cover Letter and Minimum Qualifications, CH2M provided 20 similar CIP projects, far exceeding your qualifications. For the City's ease in evaluating CH2M's experience delivering water and wastewater for public sector clients, we have again included our 20 similar projects at the end of this section. The table below summarizes the relevant features of these projects. CH2M exceeds your minimum qualifications with 20 similar projects performed for public sector agencies Similarities to the Miami Beach's Water and Wastewater Projects Climate Change/ SLR Client/Project CIP Development and/or Condition Implementation Assessment Water Wastewater Distribution Collection System System Rehabilitation Rehabilitation Miami -Dade County WASD Ocean Outfall Program, Florida ✓ ✓ ✓ Miami -Dade County WASD SDWWTP R&R Program, Florida ✓ ✓ ✓ ✓ Puerto Rico Water and Wastewater Infrastructure Rehabilitation ✓ ✓ ✓ ✓ City of Ft. Lauderdale WaterWorks Program ✓ ✓ Seminole Tribe of Florida Water and Wastewater Utility Program, Hollywood, Florida ✓ ✓ ✓ ✓ Cudjoe Regional Wastewater System CIP, Florida Keys Aqueduct Authority, Florida ✓ ✓ City of Cocoa Regional Water System, Florida ✓ ✓ ✓ Water and Wastewater Capital Improvement Plan, Seminole County, Florida ✓ ✓ ✓ ✓ City of Tampa Utility Capital Improvement Program, Tampa, Florida ✓ ✓ ✓ ✓ Wet Weather Overflow Mitigation Program - Phase 1 and II, City of St. Petersburg, Florida ✓ ✓ ✓ ✓ Comprehensive Strategic Asset Management Program, Tampa Bay Water, Florida ✓ ✓ ✓ Total Water Management Plan, JEA, Jacksonville, Florida ✓ ✓ ✓ Wastewater Infrastructure Climate Change Evaluation, New York City Department of Environmental Protection, New York ✓ ✓ ✓ ✓ East Side Coastal Resiliency "Rebuild By Design," New York City, New York ✓ ✓ ✓ ✓ Facilities and Climate Change Plan City of Boston Water and Sewer Commission, Massachusetts ✓ ✓ ✓ ✓ Wastewater Facilities Program, City/Parish of Baton Rouge, Louisana ✓ ✓ ✓ Capital Improvement Program Services, Orange County Sanitation District, California ✓ ✓ ✓ Long -Terre Control Plan and Wastewater Program, Omaha, Nebraska ✓ ✓ ✓ Southern Delivery System, Colorado Springs, CO ✓ ✓ Freeport Regional Water Project, Sacramento, CO ✓ ✓ CH2M's selected experience demonstrates our ability to deliver projects for public sector ogencies with challenges similar to the City of Miami Beach. Keep Miami Beach Rising Above Qualifications of Proposer Team The CH2M team is organized to leverage the knowledge of our key South Florida staff and the expertise of CH2M's water distribution and wastewater collection Subject Matter Experts (SMEs), providing the City with the optimal combination of local and national credentials. As shown in the organizational chart below, your water and wastewater projects will be managed by Project Manager Juan Aceituno, one of our most experienced local project managers. Juan will be your primary point of contact during the project and he will coordinate and organize the efforts of our project team. Also essential to our team's leadership, Principal -in -Charge Matt Alvarez will ensure that Juan has all the required resources for the contract and he will communicate periodically with City management to ensure your projects are proceeding as anticipated. Also supporting Juan are SBEs in key water distribution and wastewater collection disciplines, which are indicated by the "key icons"in the organizational chart below. Scott Williams and Susan Moisio will lead the Water Distribution and Wastewater Collection tasks, respectively, coordinating and overseeing the condition assessments, hydraulic modeling, and other analyses Principal -in -Charge Matt Alvarez required to determine the condition of the City's water and wastewater assets. Scott and Susan are both uniquely well qualified to serve in these roles as they are both leaders in CH2M's Conveyance Practice. Task leaders have also been identified for the Planning/ CIP Development and Construction Management tasks— Jaason Englesmith and Randy Houston, respectively— who will coordinate and manage these important aspects of project delivery. Jaason leads CH2M's Management Science Practice, which provides innovative analytical frameworks for strategic CIP planning and implementation, while Randy is a senior project manager in CH2M HILL Constructors, Inc., bringing a contractor's perspective when overseeing construction of your projects. Also important to project planning and design, Climate Change/SLR Lead Laurens van der Tak will work closely with our other climate resiliency experts and water and wastewater SBEs in evaluating the vulnerability of the City's assets to SLR and other impacts of extreme weather. This information will inform the project designs prepared for rehabilitation of the City's infrastructure. m MIAMI BEACH Project Manager Technical Consultants Water/Wastewater Master Planning Steve Lavinder PE Pipelines trit Walt Sch rrYta Syst, ll Juan F. Aceituno s, PE Planning/CIP Development Jaason Englesmith ...1 Climate Change/SLR Laurens Van der Tak, PE,D.WRE Water Distribution System ScottaliTimritUmem Water PumpingSystems Tony Naimey, PE 111.4 Design Engineer Diana Merisier, PE •-q Hydraulic Engineer Helen Lu CH2M has all the technical expertise in house that might be needed to address your water and wastewater system needs. Susan Moisio P Wastewater Pumping/Lift Stations Phil Ryan, PE Design Engineer Jennifer Baldwin, PhD, PE 0-q Hydraulic Engineer Suibing Liu, PhD, PES Randy HoustonPSE, DD Scheduling Cindy Wong Cost Estimating Ralph Myers, CGC Condition Assessment Dan Hegwald, PE Risk Analysis Yakir Hasit, PhD, PE Additional Resources* Corrosion Control/ Climate Resilience Remediation Jason Bird Jerry Duppong, PE S -u Asset Management JD Solomon, PE GIS Tool Development Andrew Hu SCADA Seawalls Bemie Jacobsen, PE, PMP Antonio Arthay, PE Brian Stark Procurement/ Design -Build Katus Watson, PE, DBIA Stakeholder Outreach Value Engineering Design Disciplines Didier Menard Dave Schoster, PE Florida Design Center S-uI Subject Matter Experts (SMEs) identified in the RFP • 'All additional resources are CI -12M SMEs CH2M Water and Wastewater Services Matt Alvarez, PE Principal -in -Charge Years of Experience: 25 Professional Engineer: Florida Matt's Key Qualifications • Corporate vice president and client account manager for the City of Miami Beach • Served as principal -in -charge or project director for over $5B of infrastructure in Florida • Principal -in -charge of Miami -Dade County's Ocean Outfall Legislation Program Matt's Responsibilities • Understand the City's near- and long-term vision, resource allocation, delivery goals, and community needs • Ensure the required resources are available to the contract Juan's experience includes the permitting, planning, analysis, and design of water distribution and wastewater collection systems, including pumping facilities. During the past 9 years, has successfully managed Miami - Dade County's R&R contract for the South District WWTP, which has involved critical upgrades and close coordination with OOL Program projects, such as the new 54 -inch wastewater force main. Juan has also played a key role in North Miami Beach Water's improvement of its water and wastewater systems. He was program manager for CH2M's provision of engineering and operational technical assistance for the Norwood WTP, and he also assisted with development of its Water and Wastewater Master Plan. In addition, Juan managed North Miami Beach Water's first evaluation of providing sanitary sewer service to unsewered areas. Juan's extensive experience with wastewater collection systems throughout Miami -Dade County makes him familiar with current conditions and WASD's future plans for rerouting wastewater flows, facilitating CH2M's ability to protect the City of Miami Beach's interests. As the City of Miami Beach's principal -in -charge, Matt will ensure that all the resources needed for successful project delivery are provided to our team and the City. Matt will provide strategic advice during CIP development and will always be available to the City for strategic discussions and to receive feedback on our performance. In the rare event our project manager is unavailable, such as vacations, Matt will act as the project manager to provide continuous coverage and high-level access for the City of Miami Beach. With 25 years of relevant program and project delivery experience across Florida and in particular South Florida, Matt has served in leadership positions for multi -billion - dollar infrastructure and operational improvements, including serving as Program Director for Miami -Dade County's Water and Sewer Department's $5.7 billion OOL Program and principal -in charge of its South District WWTP R&R Program. Matt is also the past president of the Florida Section American Water Works Association, which gives him a unique knowledge of regulatory challenges for Florida utilities. Juan F. Aceituno, PE Project Manager Years of Experience: 20 Professional Engineer: Florida Juan's Key Qualifications • Located in CH2M's Miami -Dade County Office • Managed 23 upgrade projects at Miami -Dade County's South District WWTP • Managed CH2M's provision of engineering and operational technical assistance for the City of North Miami Beach's Norwood WTP Juan's Responsibilities • Coordinate and manage the work of our multi- disciplinary team during delivery of the City's projects • Ensure the City's projects are delivered within schedule and budget and according to your standards for quality • Work with the City and other key team members to develop the water and wastewater CIPs • Communicate regularly with the City regarding project progress Keep Miami Beach Rising Above Scott Williams, PE Water Distribution System SBE Years of Experience: 22 Professional Engineer: Georgia, Virginia Scott's Key Qualifications • Principal Conveyance Technologist with 22 years of experience • CH2M's Regional Service Leader for Conveyance Technology • Committee Chairman of the ASCE Transient Analysis Task Committee Scott's Responsibilities • Coordinate the efforts of the water distribution team in evaluating the water distribution system • Work with our Planning/CIP Development Lead, the City, and other key team members to develop the water CIP • Support the project manager in implementation of the water CIP Susan Moisio is CH2M's Global Practice Director for Conveyance and Storage and a Principal Conveyance Technologist with 30 years of experience. Her experience in wastewater planning and capital project planning and delivery includes 16 years in the the City of Cincinnati's Wastewater Collection Division, where she was responsible for hydraulic modeling, facility rehabilitation, and utility operation and management. Susan is the Wastewater Collection Task Lead for Miami -Dade County's $5.7 billion OOL Program. To support the rerouting of wastewater flows, she manages the efforts of the team responsible for validating the hydraulic model inputs and the pump station and force main projects. Susan also worked with team member Laurens van der Tal< to evaluate the impact of climate change on the selected design storm and SLR on groundwater infiltration to ensure the flows being used to design the projects meet OOL Compliance Plan goals. The validation process also determined that the sequencing of conveyance projects to move peak flow from the east coast to a new inland treatment plant (the West WWTP) is essential to meeting the intent of the OOL. • Scott is a Principal Conveyance Technologist and CH2M's Regional Practice Leader for Conveyance Technology. His 22 -year career has been focused exclusively on the analysis, design, and construction of water and wastewater conveyance projects, including pipeline condition assessment and rehabilitation, conveyance design, distribution system modeling, hydraulic transient modeling, and pump station design. Scott's experience includes Senior Technical Consultant for WASD's 54 -inch force main project. The project was delivered in two phases, with Phase 1 involving the design of 21,000 linear feet of prestressed concrete cylinder pipe (PCCP) and Phase 2 involving the rehabilitation of 13,200 linear feet of pipe. Scott also was the Senior Technical Consultant for JEA's Total Water Management Plan program. JEA's project involved the design and installation of a finished water transmission piping system, approximately 43,300 linear feet long and consisting of 36-, 30-, and 24 -inch pipe connecting JEA's two main water service grids Susan Moisio, PE Wastewater Collection System SBE Years of Experience: 30 Professional Engineer: Ohio Susan's Key Qualifications • CH2M's Global Practice Director for Conveyance and Storage • Wastewater Collection Task Lead, Miami -Dade OOL Program • Wastewater Collection Conveyance Technical Lead, City of St. Petersburg Wet Weather Overflow Mitigation, Program - Phases I and II Susan's Responsibilities • Coordinate the efforts of the wastewater collection team in evaluating the wastewater collection system • Work with our Planning/CIP Development Lead, the City, and other key team members to develop the wastewater CIP • Support the project manager in implementation of the wastewater CIP CH2M Water and Wastewater Services Phil Ryan, PE Wastewater Pumping Lift Stations SBE Years of Experience: >30 Professional Engineer: California, Nevada Phil's Key Qualifications • Leader, CH2M's Global Conveyance Design Practice • Senior Technical Consultant, Miami -Dade WASD 54 -inch transmission main • Senior Technical Consultant, $840 million Colorado Springs Utilities' Southern Delivery System Phil's Responsibilities • Work with the wastewater collection team to identify the City's pump stations at the greatest risk of failure • Lead the design of wastewater pump station rehabilitation Phil is CH2M's preeminent conveyance expert and leader of the Global Conveyance Design Practice. He is a recognized international expert with experience on some of the largest pipeline and pump station projects in the world, such as the 45 -mile -long Southern Delivery System in Colorado Springs, which included three pump stations ranging from about 14,000 hp to about 21,000 hp. He brings experience in all phases of project development, including planning, permitting, design, construction, and commissioning. Phil has extensive experience in the design and construction of complex pumping and conveyance systems. He was Senior Technical Consultant for Miami -Dade County's 54 -inch -diameter forcemain replacement project, which involved a field condition assessment and immediate rehabilitation as the transmission force main had no redundancy. Phil was also the Senior Technical Consultant/Project Engineer for the Southern Nevada Water Authority's (SNWA) Low Lake Level Pump Station Discharge Aqueducts, which will help ensure a "future proof" water supply for the Las Vegas valley. Tony is CH2M's Global Technology Leader for the Mechanical Design Practice, making him responsible for firm -wide leadership in mechanical design best practices and tools. He has more than 28 years of experience that includes preliminary and detailed design of water pumping stations, flow control facilities, pressure -reducing facilities, Targe -diameter pipelines, and water treatment facilities. Tony regularly serves as a senior consultant and QC reviewer on CH2M's largest projects involving process mechanical and pump station design, and brings a long resume of experience to this role on the City's project. He was Lead Mechanical Engineer for SNWA s Raw Water Pumping Station, which involved the design of three 33,000 -hp (66,000 ultimate hp) complex pumping stations and approximately 5 miles of 144 -inch to 72 -inch -diameter welded steel pipelines. Tony also was Lead Mechanical Engineer for Colorado Springs' $840 million Southern Delivery System, which involved three in -series booster pumping stations equipped with twenty-one 2,000 -hp pumps (seven vertical turbine pumps and 14 horizontal split case centrifugal pumps). Tony Naimey, PE Water Pumping Systems SBE i Years of Experience: >28 Professional Engineer: California, Nevada Tony's Key Qualifications • CH2M's Global Technology Leader for the Mechanical Design Practice • Lead Mechanical Engineer, Southern Nevada Water Authority Raw Water Pumping Facility, Las Vegas • Lead Mechanical Engineer, $840 million Colorado Springs Utilities' Southern Delivery System Tony's Responsibilities • Work with the water distribution team to identify the City's pump stations at the greatest risk of failure • Lead design of water pump station rehabilitation Keep Miami Beach Rising Above Jaason Englesmith Planning/CIP Development Years of Experience: 21 Jaason's Key Qualifications • Leads CH2M's Management Science Practice, which provides clients with innovative analytical frameworks that improve strategic planning and business performance • Skilled in developing and applying advanced modeling tools to optimize CIP development and implementation Jaason's Responsibilities • Coordinate development of the water and wastewater CIPs, working with our project manager, the City, and our water distribution and wastewater collection leads • Work with our Climate Change/SLR Lead and other key team members to incorporate valid climate change criteria into project planning and design Laurens' is Climate Change Task Order Manager for the Ocean Outfall Program, which involves assessing the vulnerability of WASD's wastewater infrastructure to projected changes in precipitation intensity, duration and frequency (IDF); SLR; and storm surge. Based on discussions with WASD and the Southeast Florida Climate Compact, climate scenarios were selected for various scenarios of storm surge, SLR, and extreme rainfall. Flood hardening options were evaluated in a workshop to establish target design elevations, which were used to establish design guidelines for facilities throughout the County. Laurens was also the Senior Technical Consultant for the New York City DEP's Wastewater Infrastructure Climate Change Evaluation. He evaluated the application of changing rainfall characteristics in the planning and development of an adaptation and optimization strategy for addressing increased wastewater demand and minimizing global climate change risks to New York City's wastewater management systems city-wide. Jaason applies principles of management science and structured decision making to provide public sector and federal clients with innovative analytical frameworks to improve their strategic CIP planning and implementation performance. He is also skilled in developing advanced modeling tools, such as the TACT Strategic CIP Modeling Platform and The Scheduler, which improve an organization's ability to enact rational and meaningful management decisions by arriving at optimal or near optimal solutions to complex decision problems. Jaason has provided economic analysis services for the implementation of the City of North Miami Beach's water and wastewater CIP, which involves extensive rehabilitation of its water distribution and wastewater collection systems. Jaason is also working with the City of San Mateo, CA, to design and implement their Clean Water Program. The initial cost estimate for the program was over $1 billion. However, with the support of the TACT modeling platform, Jaason demonstrated a savings of $250 million using an optimization algorithm for project sequencing and program duration, while achieving recycled water goals 10 years sooner and reducing rates by an average of 30 percent. Laurens van der Tak, PE Climate Change/ Sea Level Rise Years of Experience: 29 Professional Engineer: Maryland, Virgina, District of Columbia Lauren's Key Qualifications • CH2M's Technology Lead, Climate Change Adaptation Services • Climate Change Task Lead, Miami -Dade WASD Ocean Outfall Program • Senior Technical Consultant, Wastewater Infrastructure Climate Change Evaluation, New York City DEP Lauren's Responsibilities • Work with our Project Manager and water and wastewater SBEs to assess the vulnerability of the City's infrastructure to climate change impacts • Work with our Planning/CIP Development Lead and other key team members to incorporate valid climate change criteria into project planning and design CH2M Water and Wastewater Services Randy Houston, PE, DBIA, ENV SP Construction Management Lead Years of Experience: 39 Professional Engineer: Florida Randy's Key Qualifications • Senior Project Manager for CH2M HILL Constructors, Inc., with 39 years of experience • Successful delivery of more than $650 million in utilities infrastructure improvements, including pipelines, tunnels, and microtunnels • Program Director for the $250 million City of Tampa UCAP program Randy's Responsibilities • Oversee the construction of all City projects, ensuring the design intent is met • Work with our project manager, the City, and our alternative delivery lead to evaluate projects that our feasible for design -build delivery Proximity of Resources Quick response to the City's water and wastewater CIP needs is essential for a successful contract. CH2M has nine area offices and 820 staff in Florida, including nearly 100 people in our Miami -Dade and Ft. Lauderdale offices. The staff located in our South Florida offices can provide support in a wide range of planning, engineering, and construction services. This extensive footprint allows us to quickly and efficiently tackle any challenge that might be encountered during your projects and to cost-effectively deliver reliable service throughout the duration of the contract. With more than 70 years in Florida, CH2M is the engineer of choice for solving complex technical and environmental issues and integrating engineering and CIP management services to improve project delivery. Also, our strong Florida experience provides an in-depth understanding of regulatory and permitting issues and strong working relationships with the Florida Department of Environmental Protection (FDEP) and the U.S. Environmental Protection Agency (USEPA), allowing us to proactively address new regulations impacting the City's facilities in an efficient and cost-effective manner. Randy is a senior project manager with heavy civil project experience in open cut construction pipelines, CIPP pipe and cementitious and epoxy manhole rehabilitation, and tunneling projects. He is experienced in both conventional design -bid - build construction delivery methods and fast-track design - build contracting delivery. As a Senior Project Manager for CH2M HILL Constructors, Inc., Randy currently serves as the Design -Build Manager for utilities infrastructure projects. His expertise was critical to successful delivery of the City of Tampa's $250 million UCAP capital design -build program, which involved extensive water and wastewater pipeline construction in downtown Tampa. Similar to the City of Miami Beach's projects, UCAP also involved pipeline design, permitting, regulatory agency coordination, and public outreach and communications. During the UCAP Program, Randy managed the analysis and design of two pump stations and 212,000 linear feet of conveyance pipelines, roadways, tunnels, microtunnels, structures, utility coordination, railroad coordination, and route studies. CH2M Offices and Staff in Florida * Area offices illp PENSACOLA 33 STAFF prat ORLANDO 81 STAFF JACKSONVILLE 41 STAFF GAINESVILLE 141 STAFF TAMPA11, 84STAFF p Toe zmi a FT. LAUDERDALE 7 68 STAFF NAPLES 11 STAFF 114rA3W_v1 MIAMI 30 STAFF Our long-term presence and considerable resources in South Florida ensure a quick, comprehensive response to your water and wastewater needs. Keep Miami Beach Rising Above Financial Capacity CH2M's corporate strategy focuses on building successful long-term client relationships and a commitment to service and innovation to meet their evolving needs. This philosophy has proven highly effective and has propelled CH2M to a position as one of the largest and most respected water and wastewater companies in the world. As a result, our clients have access to a leading service provider capable of delivering a wide range of services in-house. With a global workforce of 20,000 people in 695 locations, CH2M has a stable employee base with a low turnover rate thanks to our keen focus on attracting and retaining a highly qualified, trained, and motivated workforce. To that end, our firm is consistently recognized as one of the most ethical and best companies to work for. As a result of our success, CH2M has enjoyed consistent financial growth over the years. From our humble beginnings in 1946 as a startup firm, to a global environmental organization with more than $5.4B in revenue last year, our financial strength is substantial as measured by: Stable revenue and backlog, based on exceptional client satisfaction. Our revenue has been steady over our history, based on successful project delivery and sound risk management strategies. • Strong retained earnings and reasonable debt -to - capital ratio that leads to financial stability. • Good credit ratings and banking relationships ensure financial flexibility. CH2M holds a 5A3 rating with Dun & Bradstreet. We have a longstanding banking relationship with Wells Fargo for more than 60 years. ▪ Effective risk management program that will protect both the City's and CH2M's interests and that reduces cost. An active risk -management approach is a key component of our project delivery program. Because of our ability to effectively manage risk, we have some of the broadest insurance coverage terms in the industry. CH2M's strong and diverse service delivery capability has allowed us to grow our business significantly over the past 70 years from a four -person startup to a global delivery leader. We have been able to accomplish this primarily using the cash flow generated from our operations, with some use of outside capital to support our growth. Ethics and Business Conduct We know how important our core values of respect and integrity are to the City of Miami Beach, and they are the minimum requirement, not a value-added service. AH CH2M employees must be committed to complying with our Employee Ethics & Business Conduct Principles policy, and we expect ou entities) who work with this commitment. An Ethical Partner CH2M's The Little Yellow Book is a guide for business conduct written by founder, Jim Howland, provides guidance to all employees around the world. r-- • Safety, honesty, integrity, and trust • Attract, motivate and retain outstanding people • Responsive client focus Quality is of paramount importance Open communications Collaborative and enjoyable work environment • • • CD WORLD'S MOST pETHICAL RankedbyEthi- c COMPANIES' sphere as one of W W W.ETHISPHERECOM the World's Most Ethical Companies for 8 consecutive years (2009-2016) recognizing CH2M's advancement of best practices in busi- ness ethics, compliance practices, and corporate social responsibility 2009, 2010, 2011, 2012, Q 2013. 2014, 2015, 2016. MBW_II 5_,I r employees and any persons (or or on behalf of CH2M to share Dun & Bradstreet Supplier Qualification Report CH2M has contacted Dun & Bradstreet to request they submit a Supplier Qualification Report (SQR) directly to the City of Miami Beach's Procurement contact I<risty Bada. CH2M Water and Wastewater Services SIMILAR EXPERIENCE WITH PUBLIC SECTOR AGENCIES Ocean Outfall Legislation Program, Miami -Dade County Water and Sewer Department, Florida RELEVANCE TO MIAMI BEACH ✓ Extensive CIP Delivery Experience in Miami -Dade County ✓ Extensive Climate Resiliency and Infrastructure Hardening Services O The Ocean Outfall Legislation (OOL) Program is critical for the County to meet the regional service needs of its customers, accommodate future growth, address climate uncertainty, and comply with federal, state, and local regulations. What We Do: Wastewater system master planning and managing overall delivery of long-term program that encompasses the design, procurement, construction, and commissioning of more than 60 major capital projects Contract Tenure: 2014 to 2026 Contract Value: $5.7 billion (constructed value) Agency Contact: Jim Ferguson, Senior Program Manager, 786-268-5250, James.Ferguson@miamidade.gov Project Profile The Miami -Dade Water and Sewer Department is the largest water and sewer utility in the southeastern United States and serves nearly 2.3 million residents and thousands of visitors on a daily basis. Staff works 24/7 providing high- quality water and wastewater services, protecting public health, and acting in the best interest of the environment. In 2008, the Florida Legislature approved and the Governor signed a law requiring all wastewater utilities 66 Extensive planning and hydraulic modeling is required to reverse current west -to -east wastewater flows in the County to east -to -west. in southeast Florida that use ocean outfalls to dispose of treated wastewater to reduce nutrient discharges by 2018, cease the use of outfalls by 2025, and reuse 60 percent of the wastewater flows by 2025. As a result of this mandate, WASD is implementing system- wide wastewater facility upgrades through the OOL program. CH2M HILL has a long history of working with Miami -Dade County, and has successfully delivered many important water and wastewater projects over the years. We are delighted to continue working with CH2M HILL on this important regulatory program. which will yield significant benefits to the environment and County infrastructure. as well as benefit the local economy by creating thousands of direct jobs." Bill Johnson. Miami -Dade County Water and Sewer Department Director during Program Startup and Initiation Water and Wastewater Services Keep Miami Beach Rising Above • This $5.7 billion program involves wastewater system master planning and the design, procurement, construction, and commissioning of more than 60 major capital projects. These projects comprise the activities necessary to re- distribute the County's wastewater system flows, which currently travel from west to east (to the ocean). The wastewater will be rerouted west to a new membrane bioreactor treatment plant, which when complete, will be one of the largest in the world. After treatment, more than 450 mgd of treated effluent will be injected into deep wells for both reuse and disposal. As Owner's Representative, CH2M is responsible for system master planning, as well as managing the overall delivery of a comprehensive, technically sound, long-term program that encompasses the design, procurement, construction, and commissioning of an estimated 60 major capital projects. System Master Planning In preparation for this effort, the CH2M team gathered available information for the existing wastewater treatment plants (North District WWTP, South District WWTP, Central District WWTP), including record drawings, operational data, and site visits. The team also performed field inspections and assessments by multiple engineering disciplines at each of the facilities to update previously prepared condition assessment reports. providing a firm foundation on which to base evaluations and make planning decisions. A Preliminary Engineering Report (PER) was prepared for a baseline approach to fulfilling OOL requirements, which encompassed improvements at all three WWTPs (alternative was selected as part of the original OOL Compliance Plan). In parallel with this effort, flow projections were validated and updated Pump Station Feld Report :maw, Qaartpttm En99,3 F912 aziar.vi 1 41211,6VA' UrE1121912,12261 i 92,9E961, Fergtaai 'TdsaiLL s a gra' e1FK3fe.Sg.'o alae Imp- 9/222,2 'Fa 21292: -aa r9141122,laW "amass: NG IaasTistsarg ass maIa,e 3192,M,95'_ Lana 1'919 99r9 aweysam3 s@69192 a8'a3,Te929912n 916 pilin tor a's 999161,9 411 to Gm: ffieTi sax FLha'Ira Yns/drrPatuacofl^ 9111911. 79,2 2,1192ares 1,117'L autrt7tml sae ales a3ia ed3t Cetie and owe xe.Ar 299.9.1 999,11,9 Ex19 2x'.:d61.:.,Y-i'ae:stm(i,:,'4 af oYttaitt92 ab 912111 dY1R 2,2119R8%s, 9a29:9 p'sI4tt sl; sirs. Mass reams are =Sat s^e2u.?ssr� -119 3 9f 99929int 111tIImr5249 d$1far1 heals n,y. . ws1,1R:ma.+•uert,wi raaeirg 499192119aaes 991221 999 99999 FS 4199 2991e Assn "am rcinci MEI Aa 2,299099 9103:3Cp 169122 999. sa alMlarasstja@o Ps:. ml6ega3 is =saes saaNlirssiss +ed C,952121121212 is arpla�:�L14Y1644C»pruea.rtsVas F4 zed pee nog. Fv;T3 egaevsrt Lara The tablet -bused inspection program greatly increased inspection efficiency by reducing down time' required to fitl out, scan, and upload paper reports at the end of each workday Horne office time required for data entry of paper forms onto database was almost eliminated. • CH2M Water and Wastewater Services Miami-Dade's OOL program will nearly eliminate wastewater flows to ocean outfalls through a combination of new WWTP and deep well injection considering the impacts of climate change and sea level rise. Using this updated information, alternative peak flow management strategies were evaluated to maximize the use of existing assets and to simplify future operation when compared to the baseline solution. This evaluation became the basis for project planning at the existing WWTPs. Conveyance System Rerouting Conveyance tasks to support the rerouting of wastewater flows include the validation of the hydraulic model inputs and validation of the pump station and force main projects. CH2M used WASD's InfoWorks hydraulic model to plan and design the conveyance rerouting projects. First, we validated the inputs into the model, which was achieved by development of a template to plot the system response to multiple storms. The results of the validation of these flows found that the process for developing the inputs was sound, but the data itself was not reliable. The CH2M team also evaluated the impact of climate change on the selected design storm and SLR on groundwater infiltration. The result of this analysis is more confidence in the flows that will be used to design the projects that will meet the goals of the OOL. CH2M's conveyance team also validated the sizing, route, configuration, and impacts to the conveyance system of the planned new West District WWTP and other OOL projects. Validation of these projects found that, overall, the sizing of the pipes in the OOL Compliance Plan were conservative and that the impacts of these projects on the existing sewer system required more evaluation. As a result, it was determined that a key force main that conveys flow from Pump Station (P5) 187 to the North District WWTP does not have the ability to convey the required flow. The CH2M team worked with WASD to determine the local pump stations that should be disconnected, allowing the force main to act as an express sewer. The validation process also determined that the sequencing of conveyance projects to move peak flow from the east coast to an inland treatment plant is key to meeting the intent of the OOL. Climate Change/SLR Services To meet the guidelines of the Southeast Florida Climate Change Compact, the CH2M team evaluated the impacts of extreme weather and sea level rise (SLR) on its wastewater assets and. In support of this task, CH2M provided the following services: crl H2Ms flow analysis tool validates Miami -trade`s hydraulic model based upon spatially varied rainfall and the projection of flows, producing mare refined flow projects and greater confidence in the model. Keep Miami Beach Rising Above • Assessed projected climate change for key climate variables, including SLR, precipitation, and wind. • Modeled the increase in storm surge at the coast with SLR in 2040, 2075, and 2100 using MIKE21 calibrated to Hurricane Andrew and FEMA 100 -year stillwater elevations. • Modeled the extent of inland inundation caused SLR, storm surge, and extreme rainfall using Flood Modeler Pro for a range of scenarios based on the service life of the wastewater facilities. • Evaluated risk to those facilities from various climate change scenarios as well as the associated costs of protecting the facilities. Based on the results of these efforts, design criteria that specified flood control elevations and facility hardening options were developed and documented in the Design Guide for Hardening Wastewater Facilities against Flooding from Surge, Sea Level Rise, and Extreme Rainfall. CH2M then prioritized WASD's 1,069 pump stations on their risk of flooding from SLR alone, and SLR coupled with storm surge and increased rainfall, for two future planning horizons: 2040 and 2075. Approximately 252 pump stations were identified as being high priority based on criticality, based on flow, critical facilities served, and function for OOL compliance. All of the 252 Priority 1 pump stations are being further analyzed to quantify flood risk by comparison of elevation of critical assets to flood elevations. Those stations at risk of flooding will be further analyzed to refine facility hardening approaches and cost estimates, and to refine the design guidelines based on criticality and cost/benefit metrics. Decision Support Tools CH2M has worked with WASD staff to create data flow diagrams to help the team members crystallize their plans. Ideally, the goal is to leverage WASD's existing source systems for data collection, quality control. and storage, while extracting only the data needed for the program's analytic and reporting needs. The data flow diagrams are reviewed by all the team members so everyone understands how information will be integrated during and after the project. CH2M has experience creating system architecture and data flow diagrams to thoroughly map projects and add to their success. Along with the system diagram, CH2M staff typically develops lists of available data, data gaps, historic data, data management, and collection / QC standards. Key data systems include: • Mapping: ArcGIS • Document and Cost Management: Proliance / SharePoint • Maintenance Management: Infor EAMS • Financial Systems: PeopleSoft • Customer Information System: Oracle.CC&B • SCADA and Modeling One example of the innovation we have brought to this program is the use of mobile field devices for data collection. • Using mobile technology along with ESRI ArcGIS Online software, the field has replaced existing paper based inspection protocols, resulting in higher quality, more timely data, increasing productivity and lowering costs—overall inspection process production rates increased by 65 percent. • Evaluated the impact of climate change on the selected design storm and sea level rise on groundwater infiltration, resulting in higher confidence in the flows that will be used to design the projects. Measures of Success • CH2M's flow analysis tool validates Miami-Dade's hydraulic model based on spatially varied rainfall and the projection of flows, producing more refined flow projects and greater confidence in the model. CH2M Water and Wastewater Services • South District WWTP Renewal and Replacement Upgrades, Miami, Florida RELEVANCE TO MIAMI BEACH ✓ Extensive CIP Delivery Experience in Miami -Dade County ✓ Wastewater Force Main Improvements for Greater Redundancy and Increased Flows ✓ Condition Assessment Integration with Existing Processes and Equipment • Improvements at the South District WWTP are rehabilitating treatment and collection infrastructure while helping the County meet OOL requirements and continuously operate the facility. What We Do: Wastewater planning, design, permitting, engineering support during construction; construction management; 0&M services; wastewater treatment, collection, and disposal; and Florida hydrogeology Contract Tenure: 2007 to 2022 Contract Value: $30.8 million (constructed value) Agency Contact: Humberto Codispoti, Senior Professional Engineer, Miami -Dade Water and Sewer Department, 305-790-0235, HCP@ miamidade.gov Project Profile Since 2007 CH2M has partnered with WASD to deliver 26 renewal and replacement (R&R) projects for the existing facilities valued at WASD Prioritization Criteria Financial Considerations CapitalCost • Funding Attractiveness: Environmental Considerations Behab tty of System: Manage Environmental Footprint QmentPermit Compliance Fkzibilityfor Yariablehfiuent Conditions: WASO %staantie Community linage: Princmtes: Commwiityhnpact (vauaLareseakc ¢aerWan): Flexibilityfor ReChanging ij{{ guWti• CH2M prioritized more than 125 potential rehabilitation and repair projects, to optimize CIP delivery $30.8 million at the SDWWTP. We have provided project management services; engineering; permitting; cost estimating; financial analysis; and construction management services. Representative projects include: • Identification and prioritization of rehabilitation and repair projects • Delivery of Consent Decree projects for fats, oil, and grease and oxygen production facilities • Developed design -build criteria for cogeneration facility improvements • Design of SDWWTP screening improvements • Design of facility -wide fire alarm system upgrades • Expedited SDWWTP condition assessments Of the 26 projects that CH2M has undertaken at the SDWWTP, the project below is most relevant to Keep Miami Beach Rising Above • the City of Miami and demonstrates the wastewater collection experience we bring to your contract. 54 -inch Force Main Rehabilitation Most relevant to the City of Miami Beach's contract, as part of WASD's Environmental Protection Agency (USEPA) Consent Decree, a wastewater transmission improvement project was required to convey flows from South Dade County, the City of Homestead, and Florida City to the South District Wastewater Treatment Plant (SDWWTP). A field condition assessment of the existing 54 -inch -diameter force main by others recommended immediate rehabilitation of the pipeline. CH2M assisted WASD with preliminary planning and engineering for this critical transmission force main, which had no redundancy. CH2M provided engineering design services for the new pipeline and criteria for rehabilitation of the existing force main. Before beginning the design, our first priority was to conduct an analysis of the force main's current route, working closely with WASD. A full geotechnical analysis and topographical survey along the project routes was an important part of this analysis. Using our proven, successful route analysis approach, CH2M identified four new potential routes before selecting the final route for the new force main. After completion of the route evaluation and preliminary design, CH2M provided complete engineering design services for the preparation of contract documents for construction of approximately 4 miles of a new 54 -inch -diameter PCCP force main from SW 280th Street and SW 127th Avenue to SW 248th Street and 107th Avenue. Our work included preparing materials prepurchase documents for the 54 -inch -diameter PCCP pipe materials, as well as installation documents for construction. As part of preparing the prepurchase documents, CH2M helped WASD update its PCCP specification for use on the large amount of new pipelines expected to be required as part of the program work. CH2M also developed the 60 -percent design for rehabilitation of the existing 54 -inch -diameter force main serving the SDWWTP for approximately 2.5 miles. The new PCCP pipeline is currently under construction. The rehabilitation project is currently on -hold as WASD confirms its overall implementation schedule. • Seamless execution of 26 projects while the plant is in continuous operation • Client satisfaction as evidenced by award of follow on contract • Integrated 3D visualization to expedite concept development, promote early and continuous Measures of Success coordination with operations staff, and minimize changes later in the design and construction • Full integration with client project team to address and resolve technical challenges Computotional fluid dynamic modeling was used to ovoid unintended consequences upstream and downstream, reduce design uncertainty and faalitote permitting. • CH2M Water and Wastewater Services Puerto Rico Aqueduct and Sewer Authority Water and Wastewater System Improvements. Puerto Rico • RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Development and Implementation ✓ Utility -wide Asset Management ✓ Extensive Water and Wastewater Pipeline and Pump Station Improvements Extensive water and wastewater system improvements island -wide, including metro San Juan, are transforming Puerto Rico's quality of life. What We Do: CIP development, implementation, and management and wastewater engineering, including design, permitting, construction, improved O&M of wastewater and water treatment facilities, transmission, and disposal systems. Contract Tenure: 1997 to present Contract Value: $4.6 billion (constructed value) Agency Contact: Lynnette M. Ramirez, Executive Director for Infrastructure, 787-999-1717 (ext. 1119), lynnette.ramirez@acueductospr.com Project Profile For over two decades, CH2M has supported the government of Puerto Rico with its $4.6 billion Wastewater Rehabilitation Program, including two major programs: 1) $2.1 billion Program 1— Implementing the Most Strategic Projects and Urgently Needed Repairs and Improvements, and 2) $2.5 billion Capital Improvements to the San Juan Metro Region Water and Wastewater Infrastructure. This multi -billion -dollar wastewater CIP is driven by ocean outfall issues. The simultaneous need to comply with an EPA consent decree for infrastructure improvements required consistent compliance with environmental criteria. The programs included regulatory planning and negotiation, outfall operation optimization, and discharge monitoring/mixing zone development components needed to comply with NPDES requirements for these outfalls. Program 1—Implementing the Most Strategic Projects and Urgently Needed Repairs and Improvements Under Program 1, CH2M managed extensive master planning to identify, prioritize, and implement the most urgently needed repairs. Using best management practices, CH2M put a new project in service every 5 days. delivering the program 6 months ahead of schedule. We managed more than 500 projects and more than 100 consultants and completed more than 150 Immediate Action Projects within one year. Under Program 2, CH2M provided another 8 years of service as the Program Manager for CIP for the San Juan metro region. This program aimed to resolve capacity deficiencies and to bring all facilities into compliance with current federal and Commonwealth regulations. Keep Miami Beach Rising Above • Program 2—Capital Improvements to the San Juan Metro Region Water and Wastewater Infrastructure After successful delivery of the previous program, PRASA selected CH2M in 2005 to lead program management for capital improvement projects in the San Juan metro region, serving approximately 1.5 million residents at the time. Similar to Miami Beach, PRASA's program objective was to resolve capacity deficiencies and to bring all facilities into compliance with current federal and Commonwealth regulations. Critical success factors needed to meet that objective included: • Providing efficient design, construction and startup/ commissioning of high-quality facilities • Conducting a comprehensive condition assessment to identify deficiencies and prioritize investments • Reducing capital and operating costs • Simplifying and streamlining contracting procedures • Enhancing PRASA's image with the regulatory community • Employing innovative technological and financing approaches, including partnering with the private sector • Providing technology transfer and creating a learning program for PRASA staff CH2M managed more than 189 projects (completed and active) and 42 consultants, with a construction cost of more than $2.5 billion. Projects include significant improvements to three WWTPs and four WTPs serving the San Juan metropolitan area, as well as a variety of pipeline and pump station modifications. Highlights of some of these individual projects follow: Puerto Nuevo Regional (RWWTP) Upgrade. The objective of the Puerto Nuevo RWWTP projects was to achieve regulatory compliance and improved plant 0&M of the 72-mgd facility. CH2M completed five immediate action projects that optimized operation of the facility, two of which also reduced existing safety concerns. Bayam�n RWWTP Improvements. The Bayam�n RWWTP is an advanced primary treatment facility rated for a monthly average flow of 40 mgd and a maximum day flow of 68 mgd. In the past, the plant had surpassed its permitted flow capacity in various instances. Flow to the plant will be increased because of planned projects for new connections to the collection system. The CH2M team assisted PRASA in developing a strategy to actively manage wastewater flows to the Bayam�n RWWTP to avoid large capital expenditures for new facilities. Martin Pena Pump Station. CH2M conducted maintenance and repair activities and minor modifications at the 30-mgd Martin Pena Pump Station and also commissioned the pump station. Services involved maintenance and repair activities for functional testing of the new pump station, startup services and extended commissioning of the new pump station, and drawings and specifications for demolition and a new 38 -kV line. Island -Wide Solids Management Plan. PRASA and CH2M also developed an Island -Wide Solids Management Plan that uses stabilization technologies that reduce the amount of water in the residuals at the source and expansion or the upgrade of regional processing facilities to support beneficial reuses and the land application of Class B biosolids. Ocean Outfall Work. Early in Puerto Rico's program, the primary focus was on monitoring and mixing zone modeling and validation to maintain 301(h) waivers of secondary treatment requirements for biochemical oxygen demand (BOD) and total suspended solids CH2M Water and Wastewater Services (TSS). This work involved effluent sampling for 150 chemical compounds; receiving water, sediment, and fish tissue sampling for the same compounds; benthic invertebrate community, fish community, and coral community analyses; physical oceanographic parameter analysis and mixing zone modeling; and inspecting ocean outfall/diffuser systems. The result of this work was an emerging focus SSO and CSO conditions within the sewage collection systems, with ancillary issues on air quality, water and • Under Program 1, CH2M has successfully managed all phases of wastewater engineering. including master planning, design, permitting, construction, and O&M of its wastewater collection, transmission. treatment. and disposal systems. • As a single -entity under Program 2, CH2M managed more than 189 projects and 42 consultants. Projects include significant improvements to three WWTPs and four WTPs serving the San Juan metropolitan area. • The longevity of this contract has allowed CH2M to work in close partnership with wastewater treatment plant residuals management, potable water quality, and 1/1 studies. A key reason for this success was that CH2M staff have been fully integrated with client staff through co -location, which has streamlined the extensive required interagency coordination with local government officials. stakeholders, and plant O&M personnel. Also, our abilities in negotiations and change control have reduced construction change orders from 8 percent to less than 3 percent. Measures of Success PRASA to refine best practices gained by lessons learned throughout the program tenure. Using best program management practices, CH2M has successfully delivered nearly 600 total projects under both programs more cost-effectively and efficiently than if PRASA had continued to develop its CIP without program management support. In fact, PRASA estimated it would have taken them an estimated 11 years to implement what CH2M implemented during the first 5 years. 66 We have entrusted our two most complex programs, the Metro Region CIP and the Non -Revenue Water Reduction Program, to CH2M HILL and have received excellent results to date. The positive results of both programs are helping us achieve the long-term sustainable changes that we have been striving for to be a world-class agency." Jafeth Baez. Metro Region Director of Infrastructure, PRASA 66 CH2M is the benchmark for other firms working in Puerto Rico." Ruben Vega, PRASA, January 2008 Keep Miami Beach Rising Above s WaterWorks 2011 Water and Wastewater Improvements Program, Ft. Lauderdale. Florida RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Development and Implementation ✓ Extensive Water and Wastewater Conveyance System Improvements ✓ Asset Management System After programming the City's ambitious water and wastewater CIP, CH2M developed an aggressive schedule to compress the 20 -year CIP into a 10 -year program to meet the City's centennial birthday. What We Do: CIP development, implementation, and management; planning, permitting, design and construction. Contract Tenure: 2001 to 2010 (delivered 1 year ahead of schedule) Contract Value: $690 million (constructed value) Agency Contact: Jorge Holguin, Senior Project Manager, 954-828-5675,jholguin@fortlauderdale.gov Project Profile The City of Ft. Lauderdale selected CH2M as its water and wastewater CIP and construction management delivery partner and developed an innovative delivery process to compress the 20 -year CIP into the 10 -year, $690 million WaterWorks 2011 program—with the bulk TER 4 RKS irDg_ CITYOF T AU ERDAALLE WaterWorks 2011 was one of the largest public works program undertaken in the City's history and affected nearly every community within the City This highly visible program faced enormous challenges dere to the scale, complexity, number; and jiiversrty of projects. Selecting the right delivery partner was • critical for on-time delivery of the work scheduled for completion by the City's centennial birthday in 2011. The program included $212 million in improvements to the water system and $354 million for improvements to the wastewater system. As a result of the magnitude of the work to be accomplished under the program— including being fiscally responsible, adhering to scheduling commitments, and ensuring adequate community involvement and coordination—the City partnered with CH2M for program management and construction management services for various finished water, wastewater transmission, and treatment projects. Within the first 60 days, the CH2M-led team mobilized and had more than 50 active members working aggressively to meet immediate and critical program milestones. The team was fully co -located in the program management office, functioning as a fully integrated team of City, CH2M, and subconsultant staff. CH2M Water and Wastewater Services After contract award, CH2M integrated approximately 30 employees with City staff to create a unified team. Our team initiated the program by developing a proactive public information strategy, a comprehensive program procedure manual, a document management plan, and a program controls system. The program controls system provided an integrated approach to cost control and scheduling. allowing our team to prepare monthly cash projections, monitor monthly construction expenditures, and provide coordination between active construction projects in the same areas. With an economy heavily reliant on tourism, the City of Fort Lauderdale plays an important role in maintaining the viability of the city's quality of life and destination appeal. To address its aging infrastructure and the environmental hazards associated with the widespread use of septic systems, in 2001 the City's Public Works Department, with the help of CH2M, published its 20 -year Water and Wastewater Master Plan, which concluded the city must immediately bring sanitary sewer service to communities still relying on septic systems and it must overhaul and upgrade its existing water and wastewater systems to meet the needs of the fast-growing City. Project Highlights Representative wastewater collection system projects include: • 4th Avenue Force Main (Sub -Aqueous Crossing) - This $4,291,000 wastewater force main project included the planning, design, and construction management for a 2,200 -linear -foot, directionally drilled crossing of the New River and a 700 linear foot crossing of the Tarpon River with a 24 -inch force main. • A1A Force Main (Sub -Aqueous Crossing) - This $3,347,000 wastewater force main project included the planning, design, and construction management for 3,600 linear feet of a 24 - inch force main, including directionally drilled crossings of the Mercedes River and Las Olas Boulevard. CH2M led more than 780 local firms working on the program, demonstrating the program's focus on keeping spending in the community. A contractor outreach program was implemented early in the program to maximize local business participation and to help spur economic development. Strong contractor management and prequalifrcation strategies minimized disruption to residents. improved schedule per formance, and reduced the overall cost of schedule delays. In addition, per formance-based contracts were tised acid high performing contractors were rewarded with additional work. At the end of the program, nearly 14,000 properties, or more than 55,000 residents, were able to connect to the City's upgraded sewer system because of the following accomplishments: • 41 new sewer basins • 90 new and rehabilitated pump stations • More than 104 miles of new gravity sewers • More than 60 miles of rehabilitated gravity sewers, including 5,442 sewer connections Keeping the Dollars Local Keep Miami Beach Rising Above Overcoming Complex Construction Challenges Managing a program that spans almost a decade created a host of challenges. The past decade, in particular, presented enormous challenges that could have easily delayed program completion and create significant cost overruns: • The Construction Cost Index rose from 6 percent to 35 percent during peak construction • Severe shortages in construction materials significantly increased material costs • The energy shortage doubled fuel prices • 10 hurricanes between 2004 and 2008 drained local resources • The economic downturn and water use restrictions reduced City revenues • Water use restrictions limited dewatering methods and reduced productivity Superior Financial Performance CH2M was committed to managing to budget and schedule and to protecting the City's and tax payers' investment and implemented the following innovative cost-saving and containment strategies to respond to changing construction environment : • Rigorous budget and scope management practices— ensuring design and construction service fees remained constant over the course of the program 66 • Re -prioritization of program spending to maintain an optimized program cost of $690 million—well below the 2001 program -level planning estimate when translated into 2009 dollars • Stringent cost control strategies—achieving a 2.5 percent change order rate, which is drastically below the 6 percent industry average • Aggressive cost-saving strategies—saving the City more than $92.5 million and yielding a 150 -percent return on its program management investment Robust Cost Control Measures Saved Fort Lauderdale $92.5 Million on WaterWorks 2011 Program 530M 53M 534.6M 7M ® Fiveash Projects Consolidation Lime Sludge Disposal Davie Forcemain Value Engineering Study • SRF Interest Savings ▪ Zero Net Change and Claims Negotiation Connection Process Improvements ($0.2M) 104_MBW_v1 Innovative cost-saving and containment strategies yielded a 150 percent return on program management investment. Much of WaterWorks 2011's success to -date has been due to CH2M HILL's ability to quickly mobilize competent and motivated personnel, and to overcome challenges with innovative solutions. CH2M HILL worked with us to provide training and tools to assure a seamless transition as the program began to ramp down—and as we began our return to a much -improved, all City employee utility engineering operation." Paul Bohlander. Retired Assistant Utility Services Director/Engineering CH2M Water and Wastewater Services Education PhD, Civil (Environmental) Engineering, Purdue University BS, Chemical Engineering, Purdue University Registrations/Certifications Professional Engineer: IN, TN, TX Distinguishing Qualifications • Serves in a senior advisory capacity on large and complex wastewater infrastructure improvement programs, specializing in pump station hydraulic and design quality assurance. • Extensive water and wastewater engineering experience including expertise in pump station and force main hydraulic modeling and analysis Jennifer Baldwin, PhD, PE Wastewater Collection Design Engineer SME Qualifications Dr. Jennifer Baldwin is currently involved in projects with the SDWWTP Upgrade projects and Ocean Outfall Legislation programs for Miami -Dade WASD. Jennifer is a senior engineer specializing in assembling and leading large program teams and planning and implementing comprehensive rehabilitation and capacity improvement programs. Jennifer has been involved in the planning of Miami -Dade WASD conveyance projects necessary to meet 2035 conditions, including the impacts of sea level rise and climate change on flood elevations and groundwater elevations. Active in professional organizations, she has served in leadership positions with the American Water Works Association (AWWA), most recently completing chairmanship of the Inorganic Contaminants Committee and participating on several local AWWA committees. For Miami -Dade Ocean Outfall Legislation program, managed a modeling task to update flood inundation and wave height analysis modeling to better determine the impact of sea level rise and climate change. Information and planning tools from the SE Florida Climate Change Compact was utilized in this updated modeling, which looked at the 25 -year and 100 -year flood conditions. Similar/Qualifying Experience Conveyance Technical Team Member, Miami Dade Water and Sewer Department Ocean Outfall Legislation (001) Program, FL. The OOL program includes revising the conveyance of flow between the existing wastewater treatment plants and a proposed new wastewater treatment plant. Assisted with planning of conveyance improvements needed to meet the OOL, including the impact of sea level rise and climate change on the future wastewater flows. Performed an analysis of existing pump stations in the conveyance system that could become under capacity following implementation of the 00L. Provided reviews of the conveyance -related conceptual design reports. Also, the equalization lead for new equalization tanks at the Water and Sewer Department's South District Wastewater Treatment Plant. Managed a task to update sea level rise and climate change modeling with a new wave height analysis to predict storm surge and a Flood Modeller Pro analysis to better predict flood inundation levels at the 25 -year and 100 -year flood at the wastewater treatment plants and pump stations. The task resulted in new predicted flood elevations for the Miami Dade WASD to use for facility hardening measures. Assistant Project Manager, Miami Dade Water and Sewer South District Wastewater Treatment Plant Oxygen Production, FL. Role on this project is assisting the Project Manager with managing the team to meet the scope, schedule, and budget of the project. As part of a Consent Decree program, the Miami Dade Water and Sewer Department is making upgrades to the oxygen production at the South District Wastewater Treatment Plant, including addition of one compressor, upgrading of an existing compressor, and decommissioning of two existing compressors. A new electrical building was designed, with the finished floor elevation taking into account predicted flood elevations for sea level rise and climate change. Keep Miami Beach Rising Above • JENNIFER BALQWlN, PHQ, PE Assistant Project Manager, Miami Dade Water and Sewer Department PS 691 and PS 692 Basis of Design Reports, FL. This project includes preparation of Basis of Design Report for both PS 691 and PS 692, which are existing pump stations in the Miami Dade Water and Sewer Department collection system. These pump stations are being rehabilitated to meet the requirements of a Consent Decree. Role on the project involved managing the preparation of Basis of Design Reports (BODRs) for two pump stations within the South District wastewater collection and transmission system, PS 691 and PS 692, to outline necessary rehabilitation and replacements to meet the intent of the Consent Decree. Predicted flood elevations for sea level rise and climate change were utilized to protect new electrical equipment. Force Main Validation Task Lead, Miami Dade Water and Sewer Department Ocean Outfall Legislation (000 Program, FL. Performed the validation of the force main projects that were included in the 2013 OOL Compliance Plan. Also, assisted with the validation of the pump station projects included in the 2013 OOL Compliance Plan. The Miami Dade Water and Sewer Department is undergoing a program to reduce outfalls to the Atlantic Ocean. The OOL program includes revising the conveyance of flow between the existing wastewater treatment plants and a proposed new wastewater treatment plant. Project Manager, North Miami Beach Water (NMB Water) Norwood Water Treatment Plant Condition Assessment, North Miami Beach, FL. Project involved performing a site visit to assess the condition of the equipment and structures at the Norwood Water Treatment Plant. Following the site visit, a condition assessment report with prioritization of projects and scopes of work for selected projects was completed. Role as project manager was to arrange the site visit, manage the budget, and coordinate report preparation and presentation to NMB Water. Also, performed condition assessment for some process -mechanical facilities. Chief Engineer and QC Manager, Baton Rouge Sanitary Sewer Overflow Abatement Program, Baton Rouge, LA. Responsible for assisting Program staff in resolving technical issues, reviewing pump station design project submittals and calculations, scheduling and planning level cost estimating for the projects, and developing design guidelines for design consultants. Produces the Program Delivery Plan, including the cost loaded schedule for the delivery of the Program, on an annual basis. The City of Baton Rouge, East Baton Rouge Parish is rehabilitating the existing sewer system, upsizing sewer and forcemain pipes to increase the capacity for wet - weather flows, and increasing the capacity of approximately 150 pump stations as part of their Program to eliminate SSOs, with over 100 projects to be completed by 2018. Process/Mechanical Engineer and Project Manager, Lenoir City Utilities Board Wastewater Treatment Plant Expansion, Lenoir City, TN. The project involved updating an existing trickling filter plant to allow the plant to meet their NPDES effluent limits. The expanded plant (from 2 MGD to 3 MGD maximum month flow) uses the trickling filter as a roughing filter and adds an oxidation ditch for activated sludge treatment. Role as Process/ Mechanical Engineer involved design of treatment processes, including four pumping stations, as well as engineering services during construction, including answering requests for information (RFIs) and reviewing submittals with respect to process/ mechanical equipment. Role as Project Manager during construction involved coordinating submittal reviews and RFIs between disciplines as well as attending construction progress meetings. CH2M Water and Wastewater Services Education PhD, Environmental Engineering, University of Central Florida MS, Pvlunicipal Engineering, Tongji University, Shanghai, China BE, Water Treatment and Sewage Disposal Engineering, ChonggingJianzhu University, China Registrations/Certifications Professional Engineer: FL Distinguishing Qualifications • Specializes in wastewater collection system modeling, storm water modelling, and BIOWIN wastewater process modelling • Experienced with EPA SWlv1M, PCSWMM, 1nfoSWMPv1, InfoSewer, InfoWorks CS, InfoWorks ICM, DHI Mike Urban wastewater collection system, stormwater and watershed modelling software Suibing Liu, PhD, PE Wastewater Hydraulic Modeling SME Qualifications Dr. Suibing Liu is a Water Engineer with more than 16 years of experiences on wastewater collection system modeling, storm water modeling, watershed modeling, wastewater process modeling, water distribution system water quality and modeling, water master planning, wastewater master planning, water processes and wastewater processes. He is experienced with climate change and sea level rise impact on wastewater collection systems. Similar/Qualifying Experience Conveyance Lead, Miami Dade Ocean Outfall Legislation Program, Miami -Dade Water and Sewer Department, Miami, FL. Applied climate change impact on future rainfalls and WWFs increase, and sea level rise impact on the groundwater infiltration flow increase to the wastewater collection system. Performed existing DWF/WWF/ AADF flow validation, future DWF/WWF/AADF flow projection, alternative improvement evaluation, pump station capacity analysis, gravity system and force main system capacity evaluation, tunnel alternative, and feasibility analysis using InfoWorks CS/ICM model to support $5.6 Billion of conveyance, wastewater treatment plant, and injection wells projects to plan, design, and construct projects to meet the legislation. Task Lead, Bowery Bay H&H Modeling of Adaptation Strategies for Climate Change, the New York City Department of Environmental Protection (NYCDEP), New York, NY. Performed Bowery Bay H&H wastewater collection system modeling using InfoWorks CS to evaluate the climate change adaptation strategies. The adaptation strategies include green infrastructure, treatment plant capacity increase, storage, conveyance capacity increase, storm sewer separation, sediment removal, CSO structure improvement, operation optimization, and passive flood storage. Senior H&H Modeling Consultant, Drainage Investigation and Flood Analysis Wellington Avenue and Bridge Street, Department of Utilities, City of Newport, RI. Oversaw the junior engineers to build a hydraulic and hydrology 2-dimensional mod& to investigate the localized street flooding/ponding due to rainfall, tides, climate change, and sea level rise and provide improvement alternative analysis. Senior Reviewer, Wastewater Master Plan, North Miami Beach, FL. Responsible for hydraulic modeling QC of the wastewater collection system. Project Engineer, Golden Gate Wastewater Treatment Plant, the City of Key West Richard A. Heyman Environmental Protection Facility, The Great Outdoors RV and Golf Resorts Wastewater Treatment Plant, and Gretna Wastewater Treatment Plant, FL. Responsible for process evaluation using BIOWIN, Capacity Analysis Report, Operation and Maintenance Performance Report, and permit renewal application. Project Engineer, Hydraulic and Hydrology Modeling for City of Jacksonville Master Stormwater Management Plan, Jacksonville, FL. Responsible for hydraulic and hydrology modeling for several subbasins. Keep Miami Beach Rising Above SUIBING LIU, PHD, PE Project Engineer, Hydraulic Modeling for Lake of Okeechobee Fast Track Project, Preliminary Design, Intermediate Design and Final Design, South Florida Water Management District, FL. Responsible for various hydrologic and hydraulic modeling to aid the civil design and operation and maintenance strategies. Task Lead, Wastewater Collection System Sea Water and Groundwater Infiltration Investigation, Pasco County, FL. Investigated seawater and groundwater infiltration into the wastewater collection system under a seawater tidal effect and sea level rise. Project Engineer, Tampa Bay Water Surface Water Treatment Plant Expansion, Tampa, FL. Responsible for the Operation and Maintenance Plan, Facility Acceptance Test Plan, and Transition Plan preparation for the surface water treatment plant. Project Engineer, Indian River County Membrane Water Plant Expansion, FL. Responsible for the shop drawing review, evaluation of the membrane performance and various important issues for the reverse osmosis drinking water treatment plant expansion project. Environmental Engineer, Wastewater Plant Process Evaluation, Orange County, FL. For Orange County Utilities' Countywide Water Reclamation Facilities Capital Improvement and Facilities Plan, responsible for unit process evaluation as part of the South Water Reclamation Facility process evaluation. Research Assistant, Treatment Requirements for Distribution System Blending, Tampa Bay, FL. Major investigator for a tailored project for Tampa Bay Water and AWWRAF through the University of Central Florida (UCF), the required treatment and water quality criteria for distribution system blending of treated surface, ground and saline sources. Task Lead, Hydrologic and Hydraulic (H&H) Coarse Level Modeling of Sustainable Watershed Evaluation and Planning Process (SWEPP) for the Upper South Branch Mill Creek Watershed, MSDGC, Cincinnati, OH. Responsible for verifying/refining the hydraulic network, model updates, typical year and design storm event dynamic H&H model simulation, green infrastructure evaluation using EPA SWMM and PCSWMM, and CSO, SSO and PSO performance evaluation. Task Lead, H&H Wastewater Collection System Modeling, Lynn Water and Sewer Commission, Boston, MA. Responsible for dry weather flow (DWF) and wet weather flow (WWF) calibration using SSOAP, PCSWMM SRTC tool, and green infrastructure evaluation. Task Lead, Hillside Lower Muddy Creek SSO Modeling for Performance, MSDGC, Cincinnati, OH. Responsible for Addyston area DWF and WWF calibration using SSOAP, model updates with proposed improvement projects, 5 -year dynamic H&H model simulation using EPA SWMM and PCSWMM, and CSO, SSO and PSO performance evaluation. Task Lead, Model Conversion and Verification from DHI Mike Urban to InfoWorks ICM, Northeast Ohio Regional Sewer District (NEORSD), Cleveland, OH. Responsible for hydrologic conversion and verification from SWMM 4/DHI Mike Urban to InfoWorks ICM and RTC logic conversion from DHI Mike Urban to InfoWorks ICM. Task Lead, West Combined Sanitary Sewer System Model Updates and Calibration, City of Evansville, IN. Responsible for the dynamic H&H model review, modification, update and calibration of the west combined sanitary sewer system using EPA SWMM and PCSWMM. CH2M Water and Wastewater Services Education BS, Civil Engineering Mastery Certificate, Design -Build, Design - Build Institute of America (DBIA) Registrations/Certifications Professional Engineer: FL General Contractor: FL DBIA Designation; Sustainability Professional STSC Safety Trained Supervisor of Construction Certification Envision Certified Professional Distinguishing Qualifications • More than 43 years of experience delivering large design -build programs and projects, including progressive design -build • Experience combing programs with progressive design -build delivery including the $140 -million Tampa Utility Capital Improvement Program (UCAP) • Experience with sustainable construction management practices and Envision Certification Process Randy Houston, PE, DBIA, ENV SP Construction Management Qualifications Randy Houston has more than 42 years of engineering and construction management experience with a focus on sustainable management practices. He specializes in managing fast track, critical schedule, complex, urban area environmental programs and projects with high profile stakeholder public outreach. He brings experience in conventional hard bid, negotiated, cost plus fee, and fast-track design -build contracting. His core competencies include maintaining customer focus and delivering projects on budget and on schedule. Similar/Qualifying Experience Program Manager, UCAP, City of Tampa, FL. Responsible for the design, permitting, public and stakeholder involvement, safety, and construction of the $140 -million UCAP for the City of Tampa. The UCAP delivers high-profile critical infrastructure projects located in difficult construction environments. Pipeline construction ranges from 12 inch to 48 -inch water lines and 48 -inch to 24 -inch force mains to 20 foot by 9 -foot stormwater box culverts in downtown urban areas and the Port of Tampa. Eight projects were under design and construction simultaneously, emphasizing the critical importance of program management skills, tools, and processes. To ensure the coordination and schedule compliance of projects, and minimize the construction impacts while meeting the city's permit and schedule requirements, the team developed a public outreach involvement program that is yielding a 92 percent reduction of calls from a similar program performed 3 years prior to the UCAP. We returned savings to the City of Tampa of $4 million of • Co -hosted the "Florida Critical UCAP construction project underruns from the GMPs established, and identified $2.5 million of construction cost savings in constructability reviews and $540,000 in sustainability savings. The City of Tampa has recently added three additional projects with a construction value of $15 million. To meet the challenges faced on all projects related to Tampa's utility capital improvements, Randy's program management staff acts as an extension of the City of Tampa staff. This approach allows a faster and more flexible response to client needs. Tampa's city leadership has expressed pleasure with this collaborative approach, as well as with our resources and commitment to minimize impact to the community. All projects are on time and on budget. The Cass Tyler project was awarded the Planning and Design Award for Transportation projects. The $31M downtown water, storm water and transportation project was awarded the Florida APWA 2017 Project of the Year and is currently nominated for the APWA 2017 National Project of the Year award. InfrastructureSymposium" in 2016 Project Manager, Wet Weather Overflow Mitigation Program — Phases I & II, St. Petersburg, FL. Phase I: Project Manager. Project manager managing our engineering team in this project that included determining a minimum budgetary construction cost of mitigating infiltration and inflow (I&I) in St. Petersburg's wastewater Keep Miami Beach Rising Above RANDY HOUSTON, PE, DBIA, ENV SP collection system versus improving hydraulic liquids processing, storage, and'disposal capacity at the corresponding water reclamation facility. To do this, the City's 1/1 was characterized using available flow, rainfall, and groundwater data, the current collection system model was reviewed and validated, and budgetary costs for I/1 mitigation projects were estimated. Within the WRF boundary, a hydraulic model of the liquids processing facilities was generated, and installed pumping, storage, and disposal capacity was also evaluated. From this analysis, hydraulic restrictions were determined, and improvement projects were identified. Phase I1: Project Manager. Project manager managing our engineering team of the project that included review and analysis of sewer flow, rainfall, and groundwater monitoring is being performed to more accurately characterize 1/1 in the City's sewer collection system and updating the City's collection system hydraulic model to be used for future collection system repairs and development planning. In addition, the capacity stress test will incorporate the effects of climate change and sea level rise. Protect Manager, Liquids Processing and Emergency Operation Peer Review, St. Petersburg, FL. Project manager managing our engineering team in the review and analysis of flow data to perform an objective peer review. This project involved reviewing recent dry weather flow projections for the City's water reclamation facilities, performing 20 -year dry and wet weather flow projections for the City's three active WRFs, identifying hydraulic restrictions in the Southwest WRF. To do this, Targe amounts of flow data, reports, and drawings were reviewed and organized. Flow projections were updated, and a hydraulic model was developed for Southwest WRF. The hydraulic model was run for the newly projected flows, hydraulic restrictions were identified, and results were summarized on a report. Construction Manager, Demonbreun Combined Sewer Separation Project, Metropolitan Development and Housing Agency, Nashville, TN. Responsible for the client coordination, contract administration, cost management forecasting and construction management supervision of the urban renewal infrastructure improvement project. This 30 -month, $25 -million progressive design -build project was completed in Nashville's historic downtown neighborhoods. The project schedule was shortened from 15 months to 10 months and Phase two produced an additional time savings of 7 months over the traditional design -bid -build method. The utility construction renovated 125 blocks of downtown area involving sanitary, storm, and water pipelines and 1.5 million square feet of pavement restoration, along with extensive traffic control planning and weekly meetings with emergency management personnel, utility agencies, and subcontractors. Construction Manager, Second Avenue and Lewis Street Tunnels, Metropolitan Government of Nashville and Davidson County, Nashville, TN. Responsible for the client coordination, contract administration, cost management forecasting and construction management supervision of the project. This $28 -million combined sewer overflow construction involved 14- and 11 -foot -diameter tunnel boring machine tunnels, shafts, cast -in- place concrete structures, and diversion structures working around and tying into Nashville's 100 -year-old combined brick sewer. Construction included shaft sinking, steel sheeting, deep excavations, handling live sewer flows, concrete structures, and cofferdam construction. This work was in a heavily traveled urban and neighborhood environment requiring significant traffic control planning and community outreach. Construction Manager, Shoal Creek Raw Water Intake, Gwinnett County Public Works, Lawrenceville, GA. Responsible for the client coordination, contract administration, cost management forecasting, and construction management supervision of the project. Pump station intake with 110 -foot -deep, 75 -foot -diameter shaft in soft ground, mixed face, and rock conditions, 900 feet of 14 -foot -diameter tunnel with concrete cast -in-place lining and lake tap with 10 -foot -diameter steel casing drilled shaft intercepting the tunnel beneath Lake Lanier, and 2,100 feet of twin 72 -inch steel raw water intake pipelines. C H2 M Water and Wastewater Services Education BS, Chemistry, College of Idaho Distinguishing Qualifications • 40 years of experience providing corrosion analysis and recommendations for corrosion protection, as well as working on coating system design for wastewater treatment and conveyance works • CH2M Global Practice Lead for Corrosion Control • National Association of Corrosion Engineers (NACE)-certified Corrosion and Cathodic Protection Specialist • Expertise in corrosion analysis and recommendations, design, and services during construction for corrosion protection on and and pump.sta Jerry Duppong Corrosion Control/Remediation SME Qualifications Jerry Duppong is a NACE-certified Corrosion Specialist and project manager and principal technologist with 40 years of experience in public- and private -sector engineering projects. He provides corrosion analysis and recommendations for corrosion protection on many municipal and industrial design projects, including condition assessment of underground pipelines, water and wastewater treatment plants and pump stations, and storage tanks. His project experience includes preparing studies to identify corrosive conditions, selecting corrosion -resistant materials, preparing specifications and drawings for protective coatings and cathodic protection systems, and providing technical services during construction. Similar/Qualifying Experience Corrosion Specialist, 54 -inch Force Main Project, Miami -Dade Water and Sewer Department, Miami, FL. Evaluated soil corrosivity and stray current conditions along the alignment of a new 4 -mile, 54 -inch diameter prestressed concrete cylinder pipe force main. Recommended and designed corrosion protection coatings for external corrosion control and PVC ("T -Lock") liner for internal corrosion control. Corrosion Specialist, Assessment of Water Pipeline Aerial Crossings, City of Cocoa, FL. Developed condition assessment plan and senior review of test results and recommendations for nine above -ground (aerial) water transmission and distribution pipelines. Pipeline construction materials included prestressed concrete cylinder pipe, welded steel, and cast/ductile iron. Recommendations included additional testing of concrete cylinder pipe, repainting of steel pipe and cast/ductile iron pipe, and re-routing of one pipeline. Corrosion Specialist, Force Main Condition Assessment, City of Tuscaloosa, AL. Provided senior review of a 13 mile, 16 -inch diameter ductile iron force main. The force main had experienced multiple leaks due to interior corrosion, and recommendations were provided for replacement of sections of pipe that were identified to be at high risk of corrosion. Work included review of internal corrosion due to hydrogen sulfide, locations of high risk, risk of external corrosion, and material recommendations for new air release valves. Senior Corrosion Technologist, Tier 1 Condition Assessment Project, City of El Paso, TX. Senior corrosion technologist responsible for developing and implementing a corrosion survey on twin welded steel force mains. The force mains were 23 to 24 years old, 3.5 miles long, with pipe diameters from 30 to 42 -inch. The corrosion protection system included cement mortar lining for internal corrosion protection and a protective coating and impressed current cathodic protection system for external corrosion protection. Provided oversight of field testing to evaluate performance of cathodic protection system, identify corrosion conditions, and locate sections of pipe with a high risk of corrosion. The pipe sections identified for high risk of corrosion were excavated as part of the "Tier 2" work, which included visual observations and physical testing (wall thickness, pit depths, coating condition). Made recommendations for improvements to the cathodic protection system. Keep Miami Beach Rising Above • JERRY DUPPONG Corrosion Specialist, Condition Assessment of Large Diameter Cast Iron Fire Protection Pipelines, Private Industry, NJ. Assisted with development of condition assessment strategy for three 70 -year old, 54 -inch and 60 -inch diameter cast iron fire protection pipelines at an industrial facility. Also, assisted with field implementation. Work included abrasive blasting previously removed pipe sections and measuring wall thickness reduction and corrosion pitting; identification of corrosive conditions; removal pipe sections for metallurgical analysis; evaluation of acoustic wave technology for this specific project. A metallurgical laboratory was retained to develop ultrasonic thickness testing procedures specifically for this cast iron pipe. Task Manager and Senior Technologist, Raw Water Pipeline Condition Assessment, City of Atlanta, GA. Developed condition assessment procedures for evaluating 70- to 100 -year old cast iron water supply pipelines, 30 -inch to 48 -inch diameter, and a 30 -year old, 78 -inch diameter cement mortar lined, coal tar enamel coated steel pipeline. Work included evaluation of corrosive conditions, review of leak history, and pipe excavations to determine the condition of exterior surfaces. Pipeline modifications were made to allow introduction of a CCTV camera inside the pipe, which was used to locate leaking joints at a railroad undercrossing. Project Manager, Corrosion Protection On-call Services, City of Tacoma, WA. Project manager and lead corrosion specialist providing on-call corrosion protection services, on an annual basis since 1999. Performs field tests associated with cathodic protection systems, stray current, and provides cathodic protection design services. Has performed failure analysis on several water system components, including cast iron hydrants, steel transmission pipelines, and buried copper piping. Evaluated steel water storage tank condition, including protective coatings, and preformed a condition assessment of a critical 90 -year old, 39 -inch diameter riveted steel pipelines. For the pipeline condition assessment, reviewed leak history, performed interior inspection and exterior inspection/testing where the pipe was excavated. Recommended pipe replacement. Task Manager, Evaluation of Ductile Iron and Cement Mortar -Coated Steel Force Mains, Maui, HI. Responsible for evaluating existing information, developing a field testing program, analyzing the field data, and providing a preliminary evaluation of the condition of each force main. He supervised the collection of field data (soil resistivity, soil sampling, and soil -to -soil, or "side drain," potential measurements). Also, supervised the excavation of the force mains that were exposed at nine locations, collected information to verify the condition of the pipelines, and analyzed the data to estimate the remaining service life of the structures. Jerry has conducted many other condition assessment projects for buried metal pipelines, wastewater treatment plants, and water storage tanks. These condition assessment projects have included indirect analysis methods (review of leak history, soil corrosivity testing, potential profiles, internal corrosion etc.), direct analysis methods (pipe excavation, visual inspection, non-destructive testing, pipe coupons), and, where practical, the use of specialized inspection tools/techniques. Example projects include: • City of Seattle, Washington. Evaluated the condition of a 78 -inch diameter welded steel pipeline to be repurposed from a raw water supply pipe to an ozone contactor. • Cities of Bremerton, Everett, and Bellevue, Washington. Evaluated the condition of 4 -inch diameter to 20 -inch diameter cast iron, ductile iron and AC wastewater force mains located on tidal and fresh -water lake beaches. CH2M Water and Wastewater Services Education MS, Civil Engineering, San Jose State University BS, Chemical Engineering, San Jose State University Distinguishing Qualifications • Create and manage internal task authorization schedules for the Miami - Dade Water and Sewer Department (WASD) Ocean Outfall Legislation (OOL) Program. Current estimated value of program is $5.7 Billion • Managed earned value program for a full workstream totaling $100 million. • Extensive experience with Primavera P6, Cobra Earned Value Software, SAP: Business Warehouse and Microso Office ap Cindy Wong Scheduling Qualifications Cindy Wong has 9 years of experience as a project controls specialist with experience in project controls, planning, and scheduling set up. Her project controls responsibilities generally include planning/ scheduling, coordination/communication, estimating, budget/cost controls, risk management, progress analysis/reporting, supporting bid preparation/evaluation, supporting project integration and managing stake holders. She has a proven track record of keeping large, multimillion dollar projects on budget and on schedule while working with multiple stakeholders. Cindy has extensive experience in coordinating and integrating regulatory and inspection activities with construction activities in project scheduling exercises. Similar/Qualifying Experience Project Control Specialist, Miami -Dade 001 Program, FL. Coordinates with project managers to create and maintain internal task authorization schedules and supports the monthly progress report by providing earned value metrics for all current internal task authorizations. Updates and produces resource allocation report based on actual hours and PMs forecast. Also, updates schedule and cost in P6 monthly. Prepares weekly task authorization status reports to upper management to ensure all deliverables are being submitted in a timely manner. Prepares matrix to identify any delays in the contract deliverables for the internal task authorizations and works closely with program and technical managers to create and maintain program management estimate for the next 10 years. Project Controls Specialist, Pacific Gas & Electric — Pipeline Safety Enhancement Plan, CA. Managed earned value reports for 200+ projects and over 15 project managers as a part of $100 million portfolio of projects on a weekly basis. Aided PMs on financial health of projects by analyzing the Earned Value metrics and cost trends for each project. Routinely worked with PMs on forecasted cost vs. schedule characteristics. Analyzed project budgets and schedules to ensure a meaningful earned value budget is applied to each project. Conducted regular quality control on project codes from Primavera P6, Business Finance and local data bases to ensure report information is current Provided weekly scheduling support to Project Management in P6 to ensure proper schedule quality, while communicating to organizational managers the current state of projects. Project Controls Specialist, US Peroxide, Various Locations in Northern CA. Primary duties were to provide service and technical support by monitoring, testing, optimizing and reporting. Compiled monthly municipal activity reports which included data summaries, feed profiles, cost breakdown, and recommendations. Supported developmental work for odor and corrosion control of wastewater systems in the cities of Stockton and Modesto, California. Responsibilities included planning a city wide technical survey, test plan execution, project reporting, sampling and monitoring. Keep Miami Beach Rising Above ees Ralph Myers, CGC Cost Estimating Education Allstate Construction College- Florida Union Carpenter Apprenticeship/ Journeyman Training- Local Union #1250 - Miami Registrations/Certifications State Certified General Contractor- Florida Distinguishing Qualifications • More than 30 years of experience of managing delivery and estimating the construction of water, wastewater treatment and conveyance systems in the U.S. • Specializes in hard bid and design -build management, estimate preparation, budgeting, purchasing, planning, scheduling, subcontract management and close out of construction projects. • Former Owner/General Contractor who has delivered successful projects for over 30 years in ..d + ;tid_desi build in Flori Qualifications Ralph Myers has more than 30 years of experience in managing delivery and estimating the construction of water, wastewater treatment and conveyance systems. He specializes in hard bid and design -build management, estimate preparation, budgeting, purchasing, planning, scheduling, subcontract management and close out of construction projects. As a former Owner/General Contractor, Ralph has delivered successful projects in hard bid and design -build in Florida and is highly proficient in equipment, material and subcontract procurement. Similar/Qualifying Experience Lead Estimator/Assistant Project Manager, Utility Capital Improvements (UCAP) Program, City of Tampa, FL. Responsible for developing timely and accurate estimating and Guaranteed Maximum Price (GMP) contracting as well as subcontractor bid packages and solicitation for this $250 -million, 5+ -year design -build contract to resolve historical drainage, stormwater, and municipal pipeline problems for the City of Tampa. The project consists of over 12 miles of potable water transmission mains from the David L. Tippin Water Treatment Plant (WTP), as well as numerous other water force main, wastewater force main, stormwater drainage, river microtunelling and traffic signalization projects for the City of Tampa. Lead Estimator, JEA Utility Service, JEA Total Water Management Plan (TWMP) Design -Build, Jacksonville, FL. Led estimating effort and assisted the Owner with review of the Design -Builder progressive estimates and GMP for the river crossing segment as well as established baseline budgets for traditional Design -Bid -Build projects. The program included 43,000 linear feet (LF) of potable water transmission pipeline including six projects or segments of large diameter pipe (36 -inch, 30 -inch, and 24 -inch). The $23.3 million design -build project (Segment 2) involved 7,800 LF of pipe, including approximately 6,700 LF of 36 -inch steel pipe under the St. Johns River. This pipe was installed using horizontal directional drilling (HDD) methods. The project also included another 1,100 LF of 36 -inch pipe. Lead Estimator, South County Regional RO WTP, City of Naples, FL. Developed firm fixed price and managed delivery of facility expansion to add 8 mgd of RO water treatment process in a separate process building. Led self -performing general contractor in concrete work supporting construction of new RO trains, high -service pump station, new electrical building, degasifier structure, and expansion to existing overflow ponds. Lead Estimator, Bonita Springs East WRF Expansion, Bonita Springs Utilities, FL. Developed firm fixed price proposal and managed delivery for concrete, masonry, and metals fabrication associated with the new dewatering and drying facility. 1 CH2M Water and Wastewater Servlces Education BS, Civil Engineering, Kansas State University Registrations/Certifications Professional Engineer: AZ, CO, KS, MO, OK Distinguishing Qualifications • More than 26 years of experience as a Principal Project Manager in the firm's Conveyance Condition Assessment Group; his experience will help in selecting monitoring sites where accurate monitoring data can be collected • Specializes in I/1 investigations and wastewater conveyance system issues associated with SSOs and CSOs Extensive experience in hydraulic modeling and computer -simulated analysis stud, --...1111111111 Dan Hegwald, PE Condition Assessment Qualifications Dan Hegwald is a Principal Project Manager in the Conveyance Condition Assessment Group. He has extensive experience in conducting sanitary sewer evaluation surveys (SSES), inflow and infiltration (1/I) investigations, wastewater collection system master planning, and in wastewater conveyance system issues associated with SSOs and CSOs. His professional expertise also includes sewer system hydraulic modeling and computer -simulated analysis studies using several hydraulic modeling software packages including Pipedream°. His background includes SSES projects conducted across the U.S. Similar/Qualifying Experience Condition Assessment Lead, Inflow and Infiltration (18t1)Study, Hur!hurt Field, FL. Condition assessment lead for sanitary sewer evaluation. Project includes manhole inspection, smoke testing, GPS, GIS update, flow and rainfall monitoring, and pipe cleaning and CCTV inspection for 100,000 If of sanitary sewer. The evaluation will include defect repair cost-effectiveness analysis and preparation of rehabilitation program recommendations. Condition Assessment Lead, Pilot Sanitary Sewer Evaluation, Fort Walton Beach, FL. Condition assessment lead for sanitary sewer evaluation. Project included flow and rainfall monitoring, manhole inspection, smoke testing, and pipe cleaning and CCTV inspection for 56,000 If of sanitary sewer. The evaluation included defect repair cost-effectiveness analysis and preparation of rehabilitation program recommendations and reporting. Project Manager, I/1 Study, Arcadia, FL. Conducted a sanitary sewer evaluation survey intended to assist the City with disaster recovery required resulting from a hurricane. Project scope included identification of I/1 sources entering the City's wastewater system from deficiencies and damage that could be attributed to the hurricane. Field services included approximately 200,000 linear feet of smoke testing, approximately 160 manhole and visual pipe inspections, CCTV inspections review, and data analysis to determine cost-effective I/1 rehabilitation necessary to restore the collection system to pre -hurricane condition. Project Manager, Comprehensive Flow Monitoring Program, Clearwater, FL. Led comprehensive flow monitoring and the development of an updated sanitary sewer hydraulic model for the City of Clearwater. Responsible for oversight of a large-scale, short-term flow monitoring program (47 monitoring points during a 30 -day continuous period), flow data analysis, NEXRAD° rainfall data analysis, hydraulic model calibration using InfoWorks©, and coordination with the project principal consultant, TBE. The final calibrated -model included all sanitary sewers 8 -inch and larger, numerous city -owned lift stations, and all force mains. Future models were also developed from population projections through 2020 as provided by the Pinellas County Planning Department. Task Lead, RCP Storm Water Condition Assessment, Aurora, CO. Task Lead for RCP storm sewer evaluation. Project includes, manhole, inlet, and outfall inspections, pipe cleaning, and CCTV inspection, GIS update, and structural condition assessment of 150,000 If of storm sewer. Responsible for management of field inspection and data collection. Keep Miami Beach Rising Above • Education PhD, Civil/Environmental Engineering, Duke University MS, Civil/Environmental Engineering, Duke University BS, Civil Engineering, Robert College Registrations/Certifications Professional Engineer: NJ Distinguishing Qualifications • More than 33 years of experience in consulting, teaching and research in water supply, utility infrastructure and mathematical modelling. • Extensive experience identifying best practices used by water and wastewater utilities to support the attributes of effectively manage• 7a Yakir Hasit, PhD, PE Risk Analysis Qualifications Dr. Hasit is a Senior Principal Technologist with 33 years of experience in consulting, teaching, and research in water supply, utility infrastructure, environmental engineering, and decision support tools. His specific expertise includes Asset Management Plan development, water distribution system rehabilitation and replacement planning, Water Research Foundation (WRF) water distribution system infrastructure and water quality research, and non -revenue water reduction and water audit studies. He also has extensive water system security experience, including water system Contamination Warning System (CWS) development and implementation, water system vulnerability assessments (VAs), and emergency response plans (ERPs) Similar/Qualifying Experience Project Consultant, Condition Assessment of Water Distribution System, Cocoa, FL. Developed methodology for the short- and long- term condition assessment and monitoring of the City of Cocoa's -.+.. -• --me water distribution system. Provided master planning and significant distribution system assessment and asset management services. Performed a security vulnerability assessment and developed Risk Management Plans for the City's water and wastewater systems. Project Consultant, Asset Management Planning and Implementation Program, Pinellas County, FL. Led the risk-based renewal prioritization of potable and reclaimed water distribution systems for Pinellas County Utilities. The task included the condition assessment of water and sewer pipelines at sub aqueous crossings. Participated in the evaluation of various asset management software packages and interviews of software vendors. Deputy Program Manager, Asset Management Program, DC Water, Washington, DC. Developed an enterprise wide asset management program for DC Water's water and wastewater authority that also serves adjoining Virginia and Maryland counties. The program covered both strategic and operational aspects of asset management. These include alignment with ISO 55000 (the international asset management standard), organizational structures, staff competencies, business processes, asset hierarchies, asset management databases, risk of failure assessments, business case evaluations, and CIP prioritization. Senior Reviewer, Water, Wastewater, Solid Waste and IT System Vulnerability Assessments (VAs), Oklahoma City, OK. Provided direction and performed QA for four separate VAs conducted for the water, wastewater, solid waste and IT systems using the RAMCAP® VA [AWWA1100-10, Risk Analysis and Management for Critical Asset Protection (RAMCAPt) Standard for Risk and Resilience Management of Water and Wastewater Systems (2010)] methodology. This VA standard adds resilience and the multi hazard approach to RAM -W based VAs. Project Manager, Water Vulnerability Assessments (WVAs) and Emergency Contingency Plans (ECPs) for Air National Guard (ANG) Installations, Air Force Institute of Operational Health, TX. Developed WVAs and ECPs for 25 ANG installations nationwide. This project was CH2M's first large program for the Air Force dealing with vulnerability assessments. The deliverables of the project consisted of WVA and ECP reports for each installation. The WVA reports had two separate parts, unclassified and classified. 410 CH2M Water and Wastewater Services Education MBA, Business Administration, University of South Carolina BS, Civil Engineering, North Carolina State University Registrations/Certifications Professional Engineer: NC, SC, VA Certified Reliability Engineer (CRE); Certified Maintenance and Reliability Professional (CMRP); Certified Six Sigma Greenbelt; Certified Lean Management, Certified Planner: American Institute of Certified Planners Professional Certificate, Strategic Decisions and Risk Management, Stanford University Distinguishing Qualifications • More than 36 years of experience in civil infrastructure engineering; environmental engineering and permitting; land use planning; NEPA/SEPA doc decision_ consul JD Solomon, PE Asset Management Qualifications JD Solomon has 36 years of experience in executive administration, and project levels consulting to client organizations. He is regarded as a multi -discipline project/program manager with strong planning, organization, and facilitation skills. Similar/Qualifying Experience Project Director and Lead Technical Consultant, Tampa Bay Water (TBW) Comprehensive Asset Management Program, Tampa, FL. Led this unique program that includes a wide range of improvement initiatives including: evaluation of existing computerized maintenance management system (CMMS); advertising, negotiation, award and implementation of new CMMS; evaluation of current maintenance practices and maintenance organization; performing a series of maintenance and reliability workshops. Developed a comprehensive asset management plan and asset management plan that included evaluation of levels of service, risk framework, financial models, internal communication, staff re -organization, and developinga new preventative maintenance program. The program also required a reliability -based focus, including integrating with water supply and water distribution models utilizing probabilistic methodologies, engineering analysis of systems using Failure modes and effects analysis (FMEAs) and cut sets, and maintenance analysis using FMEAs and Root Cause Analysis. Project Director and Lead Technical Consultant, Seminole County Performance Improvement (Asset Management) Program, Sanford, FL. Implemented this program at the back -end of a major 7 -year capital improvement program (CIP) in order to streamline business processes and develop proactive engineering, operations, and maintenance approaches. Specific tasks include: evaluation of current maintenance processes; providing maintenance and reliability best practices training; development of new facility maintenance plans; enterprise re-evaluation of levels of service and performance measurement; asset management technology assessments and programming; CMMS improvements; and planner training. Senior Technical Consultant, Asset Management Program Evaluation and Implementation, Oakland County, MI. Lead consultant for "all in one" asset management program that includes the implementation of 14 state asset management grants involving Oakland County staff and four regional consultants for 13 jurisdictions. Project Director and Lead Technical Consultant, Orange Water & Sewer Authority (OWASA) Comprehensive Asset Management Program, Carrboro, NC. The multi -phase, multi-year program included an assessment phase followed by several implementation phases. The assessment phase included an educational workshop, overview of values and vision, asset management practice assessments, and an implementation framework. The first phase of implementation focused on business process mapping, development of standard operating procedures, and an evaluation of the vertical assets CMMS system. Other phases included risk framework development, field condition assessments, renewal and replacement schedule development, CIP prioritization, establishing Business Case Evaluation frameworks, evaluation of levels of service, revising and improving performance measurement systems and reporting, and maintenance system improvements. Keep Miami Beach Rising Above Education AA, Engineering, Central Florida Community College Course work in Civil Engineering with Construction Management focus, University of Central Florida Distinguishing Qualifications • Specializes in water resources, water conservation, infrastructure assessment and sustainability, green infrastructure (low impact development [LID]), water balance modeling, and a variety of sustainability evaluations for municipalities, federal facilities, and master planned communities • Applies award-winning project management, civil infrastructure, climate science, and risk and vulnerability of infrastructure experience to develop mitigation measures and adaptive strategies to inform, protect, and enhance capital investments and the overall resilience of built assetsfor :be clients Jason Bird Senior Reviewer — Climate Resilience Qualifications Jason Bird is an experienced civil engineering professional with a focus on sustainable infrastructure. His areas of expertise include water resources, water conservation, infrastructure assessment and sustainability, green infrastructure (LID), water balance modeling, and LEED, Green Mark, and GBES (Green Building Education Services) sustainability evaluations for municipalities, federal facilities, and master planned communities. Jason has applied his knowledge of infrastructure and climate science to risk and vulnerability evaluations of infrastructure to develop mitigation measures and adaptive capacity to protect and enhance capital investment and the overall resilience of built assets. Similar/Qualifying Experience Resiliency Task Lead, Flood Mitigation and Resiliency Study, City of Miami Beach, FL. In response to sea level rise and increasing flooding, developed city-wide strategies to mitigate flooding of public and private property. These included policy changes for new construction and major renovation, specifically the minimum building finish floor (FF) elevations. As task lead, performed data collection, case study review and evaluation, and preparation of a White Paper focused on Unintended Consequences of raising the minimum FF elevation. Provided in-depth zoning code and public works manual review for integration of resilience for buildings and critical infrastructure, performed asset evaluation and risk and vulnerability assessment, and developed a framework for integration of a future tool box of adaptive mitigation strategies and implementation guide to inform capital improvement projects and policy for future conditions on this award-winning project. Project won the 2016 Climate Change Business Journal Award. Resiliency Task Lead, Parks System Masterplan, Fort Lauderdale FL. Performed evaluation of sustainable parks operations and assets at risk to inform enhancement of sustainability and integration of adaptive strategies to protect assets from sea level rise and flooding. Focused on identification of opportunities to incorporate storm water quality and quantity features including LID BMPs in parks as multi -functional features that enhance bio -diversity and aesthetics. Resiliency Technical Lead, Downtown Waterfront Masterplan, St. Petersburg, FL. Project included over 7 miles of waterfront in urban setting including downtown, airport, seaport, industrial and residential areas. As technical lead for sustainable infrastructure, provided infrastructure and asset review and high level impact analysis for sea level rise and storm surge to inform adaptive strategies for integration into masterplan. Resiliency Technical Lead, Reclaimed Water Feasibility Study, City of Leesburg, FL. Evaluated existing wastewater flows, potable demand, irrigation demand, consumptive use permits, and existing reclaimed piplines. Performed water balance and non -potable demand ranking based on a series of spatial and cost related metrics to inform proposed system CIP improvements to utilize available flow and maintain surface discharges within permitted volumes. • CH2M Water and Wastewater Services Education MS, Ecology and Geographic Information System University of Tennessee BS, Ecology and Environmental Sciences, Lanzhou University Distinguishing Qualifications • Subject matter expert and skilled analyst in GIS software/platforms, vector and raster data analysis, using many leading GIS vendor's products and public source geospatial tools. • Extensive experience with workstation and large system GIS modeling and cor�1L Andrew Hu GIS Tool Development Qualifications Andrew Hu has 25 years of experience in GIS system analysis and software application development and he is a principal GIS expert in system architecture, data analysis, database and software design, and application development. He is a subject matter expert and skilled analyst in GIS software/platforms, vector and raster data analysis, using many leading GIS vendor's products and public source geospatial tools, such as ESRI ArcGIS Desktop, Server, Spatial Analyst, Image Analyst, and Web suite of tools, Google Maps and Google Earth Enterprise(GEE), MicroStation, FME, BASINS, and HAZUS-MH. Deeply rooted in workstation and large system GIS modeling and computation, he is a frequent user of satellite imagery, aerial photographs, LIDAR, as well as complex vector data sources from various formats. Similar/Qualifying Experience Principal GIS Developer /Solution Architect and System Integration Team Lead - Philadelphia Water Department (PWD), AQUA America, and DC Water. Responsible for leading GIS system design and integrations with Water utility asset management, IT security, customer relations, and capital planning applications on multiple client projects. Responsible for providing IT/GIS strategic and capacity planning consultation to our key water utility and GIS clients. Senior GIS Developer/Solution Architect and Development Lead; Boston Water and Sewer Commission (BWSC), Boston, MA. Led the technical design and development of an enhanced risk assessment GIS tool (RECIPE) to analyze BWSC sanitary and storm assets individually using a weighted average approach developed by CH2M to assess the likelihood of failure, consequences of failure, and overall risk of failure for each pipe in the two systems. Responsible for requirement gathering, analysis, system design, overseeing software implementation, and user training. Senior GIS Developer/Solution Architect and System Engineering Technical Lead; Philadelphia Water Department (PWD), Philadelphia, PA. Led the GIS technical design and development task coordination of online -water quality data management and GIS based system integration among all components of the large scale PWD Water Contamination Warning System (CWS) implementation effort. Also, responsible in working with PWD clients to identify their IT/information system needs and assist the client to procure, install, and manage the systems, and working with other component leaders to providing system integration implementation support on the project. Principal GIS Developer/Solution Architect and Development Team Lead, USDA, Washington DC. Responsible for leading a large GIS development team of 12 GIS developers and QA staff in SAP -GIS application development and system integration effort in supporting USDA's agricultural service modernization program, Modernize and Innovate the Delivery of Agricultural Systems (MIDAS). Responsible for coordinating with SAP solution architects and development team in the system integration, and providing support to business process analysis team working with USDA clients to develop requirement documents and software technical specification documents (TSD). Led various workshops and meetings on software requirement and implementation, and provided daily GIS status updates and briefing USDA and SAP MIDAS program managers. Also, served as the principal GIS developer and solution architect responsible for the design and implementation of the first ever ArcGIS Server Portal and Web Application for the USDA Foreign Agricultural Service. Keep Miami Beach Rising Above • Education ME, Structural Engineering, University of Flo rida BS, Civil Engineering, University of Cincinnati Registrations/Certifications Professional Engineer: FL, GA Distinguishing Qualifications • Held the role of preconstruction and scope manager during the design and guaranteed maximum price (GMP) development phase on several design - build projects. • Has extensive experience leading value engineering efforts for projects to design and c, Dave Schoster, PE Value Engineering Qualifications Dave Schoster has more than 17 years of experience in structural design, project management, and design management on conventional and design -build projects, including water and wastewater treatment and reclamation facilities, commercial and industrial buildings, and medical facilities. As an at -risk design and project manager, he has been responsible for managing the design process, design budgets, construction budgets, onsite staff and subcontractors, project schedule, procurement of materials, quality management plans, and health and safety plans. He leads value engineering sessions in many of his projects to design and construct within the owner's budget. Similar/Qualifying Experience Project Manager and Scope Manager, Tradeport East WRF, Liberty County Development Authority, Midway, GA. Provided design, permitting, GMP development, and construction services for the progressive design -build delivery of this state-of-the-art S28.2 million, 2-mgd membrane WRF. Major responsibilities included overseeing the design, constructability, and value engineering reviews, developing the GMP and general oversight and managing the construction budget, onsite staff and subcontractors, project schedule, procurement of subcontracts, equipment and materials, quality management plan, and ensuring the health and safety plan was properly implemented and followed. Project GMP submitted was under the Authority's budget. Surface Membrane Water Treatment Plant (WTP) Construction Manager at Risk (CMAR), City of Sugar Land, TX. Provided value engineering and scope management assistance. Led efforts to identify value engineering and other cost savings opportunities and developed many of the scopes of work for subcontractors that helped mitigate the use of contingency on the project. Design, Scope, and Project Manager, Utility Capital Improvement (UCAP) — Sulphur Springs Upper Weir and Pump Station Progressive Design -Build, City of Tampa, FL. Provided design, permitting, GMP development, and construction services for the design -build delivery of a 27-mgd raw water pump station expansion. Major responsibilities included providing general oversight, managing the design, design budgets, subconsultants, project schedule, value engineering, and project quality, selecting subcontractors and equipment providers, and leading the estimating and procurement efforts. Project GM P submitted was under the City's budget and the project was completed on time and under the GMP, which resulted in savings returned to the City. Successfully constructed without interrupting operations Design, Scope and Project Manager, RO WTP Energy Recovery, BSU, Bonita Springs, FL. Provided design, permitting, GMP development, and construction services for the replacement of membranes and addition of an energy recovery system at this state-of-the-art, 6-mgd RO membrane water treatment facility. Major responsibilities included providing general oversight, leading value engineering sessions, managing the design, design budgets, subconsultants, project schedule, and project quality, selecting subcontractors and equipment providers, and leading the estimating and procurement efforts. Project GMP submitted was under BSU's budget and the project was completed on time and under the GMP, which resulted in savings returned to BSU. es CH2M Water and Wastewater Services Education ME, Environmental, Engineering, Howard University BS, Civil Engineering, Howard University Advanced Academic Diploma in Structural Engineering and Certificate in Construction Technology, University of Technology, Jamaica Registrations/Certifications Professional Engineer: FL DBIA Designation, Design -Build Institute of America Distinguishing Qualifications • As CH2M's Eastern Design -Build Operations Manager, oversees all aspects of at -risk project delivery, including traditional design -build, CMAR, and progressive design -build projects • Extensive experience in engineering and construction ford wastewater p significa Katus Watson, PE, DBIA+ Design -Build Qualifications Katus Watson offers 20 years of experience managing all aspects of project management and project delivery of design -build projects and cost-plus guaranteed maximum price (GMP) contracts. He brings a hands-on quality approach to DB projects and is a strong advocate of collaborative work. He is committed to quality project delivery and implements formal QA/QC procedures on all design -build projects in which he is involved. He has been directly responsible for cost control, schedule control, subcontract negotiations, risk management, and quality control, while providing valuable interface between the designers, client representatives, subcontractors, suppliers, and permitting agencies. Similar/Qualifying Experience Design -Build Consultant, SDWWTP Cogeneration Facility Improvements, Miami -Dade WASD, Miami, FL. Served as the design -build consultant for this project. The existing cogeneration facility has three 900 kW units and its ancillary equipment are undersized and past its useful life (over 25 years). The existing cogeneration units were replaced with four new units each rated at higher electrical output rating (2.0 MW). Procurement/Delivery Evaluation Advisor, Ocean Outfall Legislation (001) Program, Miami -Dade County WASD, FL. The $5.2 Billion, 11 -year 001 Program is driven by a regulatory mandate from the Florida Legislature to eliminate all wastewater discharge to the Atlantic Ocean by 2025. As program manager, CH2M is providing system master planning and managing overall delivery of a comprehensive, long-term program that encompasses the design, procurement, construction, and commissioning of an estimated 28 major capital projects. Procurement/Delivery Evaluation Advisor, Tampa Utility Capital Improvements Program (UCAP), Tampa, FL. Responsible for providing oversight of the design and construction phases of the project's quality management program. Responsible for maintaining consistent use of the various tools and processes throughout each project and for ensuring that the correct procedure is being followed during the design, estimating, procurement, and construction phases of the projects. The capital projects involve upgrading, expanding, and interconnecting the City's phase water system, wastewater, reclaimed water, stormwater facilities to increase system reliability, meet regulatory requirements, and provide system expansion to meet projected growth. The City initially anticipated the program would include projects with a cumulative value of $250 million, but with the economic downturn and the flexibility within the program structure, that estimate was reduced to $105 million. Each of the 21 projects is being delivered with a GMP using and open book approach and direct purchase of piping by the owner. Senior Procurement Advisor, Thomas P. Smith Advanced Wastewater Treatment Plant (WWTP) CMAR Project, City of Tallahassee, FL. Senior procurement advisor for upgrades to the City's Advanced WWTP. Assisted with development of criteria documents, RFQ, RFP, contract development, GMP negotiations, and is serving as procurement advisor for SCADA Integration. Providing review of progressive estimates developed by the CMAR contractor. Keep Miami Beach Rising Above • Education BS, Electrical Engineering with Honors, Florida Atlantic University Registrations/Certifications Professional Engineer: FL Distinguishing Qualifications • Project manager for management and information solutions (M&IS) projects, including network design, IT master planning, cyber security, database applications, web applications, and SCADA projects. • Extensive experience with the use of various typeso soft Bernie Jacobsen, PE SCADA Qualifications Bernie Jacobsen specializes in project management, M&IS consulting, facility information management consulting, facility automation consulting, IT master planning, network design services, detailed I&C design, and project coordination, including plant startup support. He has extensive experience with the use of various types of SCADA hardware and software, including Allen-Bradley and Siemens programmable logic controllers (PLCs), various distributed control systems (DCSs), and human machine interface (HMI) packages such as Intellution and Wonderware. Bernie is the Utility Management Solutions (U MS) service team lead for Florida. His responsibilities include UMS Business Development throughout Florida. Similar/Qualifying Experience Project Manager, SCADA Master Plan, City of Cocoa, FL. Project manager for development of a utility wide SCADA Master Plan. The SCADA Master Plan included development of the utility SCADA Vision, a review of their current infrastructure, identification of gaps, development of a prioritized list of projects to help achieve the vision, development of budgetary cost estimates, and development of a schedule execution plan. Identified projects include: SCADA Master Plan, designing and building new modernized control room, complete replacement of PLC system, complete replacement of HMI system, development of control system hardware and software standards, development of advanced automation control narratives, energy efficiency evaluation, chemical efficiency evaluation, telemetry radio path study, telemetry design, new radios and PLC system for a large wellfield (approximately 50 sites), radio tower design, detailed wiring designs, facility automation SCADA programming, turnkey design build services, automated regulatory reporting system, network design services, cyber security evaluation, new access control system, new security video cameras, selection of a CMMS system, and use of automation to streamline manual data entry tasks. SCADA Program Manager, Control System Automation, City of Cocoa, FL. Provided control system automation of a large multi -facility water utility that included three water treatment plants (WTP) and three booster stations as SCADA Program Manager. WTPs include ground water supply and surface water supply facilities. Design includes 82 PLCs, 19 HMIs, and 6 panel mount HMIs. Automation included unattended operation from a remote location. Developed standards for process automation and programming. SCADA design architecture utilized Siemens PLCs with Wonderware Archestra HMI system. Programming implemented using object based programming for both the PLC and HMI systems. Project Manager/Project Engineer, Control System Automation, Orlando Utilities Commission, FL. Provided control system automation of entire facility for eight WTPs as project manager and/or project engineer. Automation included unattended operation from a remote location. Developed standards for process automation and programming. Design architecture utilized Allen Bradley PLCs with Intellution iFIX HMIs. Equipment and process control included well pumping, ground storage tanks, liquid oxygen, ozone generation, ozone contactors, deox blowers, destruct units, chlorine, sodium hydroxide, fluoride, high service pumping, gate automation, security system interface, and electrical generator. Project Manager, SCADA Telemetry Wellfield Design and Implementation, City of Cocoa, FL. Project includes design for upgrades at 46 well sites for new control panels, 220 MHz radios, antennas, towers, cables, PLCs, selected instrumentation, surge suppression, and grounding. • CH2M Water and Wastewater Services Education BS, Electrical Engineering, University of South Florida Distinguishing Qualifications • More than 22 years of experience in configuring, programming and startup of SCADA and Distributed Control Systems (DCS) for water and wastewater systems. • Developed methods of programming that reduced development time by 25 percent for Allen Bradley programmable logic controllers (PLCs). Brian Stark SCADA Qualifications Mr. Stark is a project software developer and I&C designer who specializes in water and wastewater SCADA systems with an emphasis on PLC programming, human -machine interface (HMI) programming, factory testing, field testing and plant startups. He has performed SCADA programming and startups for 22 years and has expertise with Allen Bradley, Modicon, Siemens, and GE controllers, as well as Wonderware and GE Proficy HMI development. Similar/Qualifying Experience PLC Programming/HMI Development/Reporting, Florida Keys Aqueduct Authority (FKAA), Florida City, FL. Assisting the FKAA with their SCADA system for over 16 years. His relationship with the FKAA began with the programming of the Stock Island and Marathon RO facilities in 1999 and continues today. Assisted in developing SCADA standards, converting the SCADA system to an interconnected Ethernet network utilizing the latest PLCs and Terminal Server technology. Has provided PLC programming, HMI and reporting development and startup services for three reverse osmosis plants, a lime treatment water plant, 5 inline booster stations and 10 distribution pump stations, 6 wastewater transmission stations as well as programming and startup oversite for three wastewater treatment plants. Assisted in adding a web based data entry system for the lime treatment plant and energy optimization programming and reporting for the booster stations. Assisted the technical services department with day to day maintenance of the SCADA, Historian and reporting systems as well as manages additional SCADA related projects. Task Manager, SCADA Upgrades, Orange County Utilities, FL. Developed standard inspection and testing forms as well as field verification for a distributed lift station system. Assisted in developing Electrical and I&C design standards used for the upgrades of various water treatment facilities. Performed the role of on-site representative to verify adherence to the design standards. Lead PLC Programmer, Aloma, Swoope, and Magnolia WTPs, City of Winter Park, FL. Completed PLC programming, field startup, and provided services during construction. This design -build project includes automating chemical systems, high -service pumps, and well pumps. Additional tasks included submittal reviews, ozone system factory testing, and owner assistance with commissioning the ozone systems. Lead PLC Programmer, Orlando Utilities Commission (OUC), FL. Assisted OUC with programming and reporting services for over a decade. Projects include PLC programming, HMI development and startup for 6 ozone water treatment facilities, assisting with the design, development and installation of a web based reporting system and currently managing a project to convert from Allen Bradley PLC5s to ControlLogix PLCs. Keep Miami Beach Rising Above Education BS, Civil Engineering, University of Central Florida Distinguishing Qualifications • In charge of state and local government affairs for Florida and experienced in a broad range of public involvement efforts. • Well versed in public involvement activities for water and transportation projects in Florida. • Assisted the OOL Program with putting on workshops t• .� b in doin Didier Menard Stakeholder Outreach Qualifications Didier Menard is a community outreach professional with extensive experience building productive, positive relationships with local communities throughout Florida. Didier is currently leads all aspects of small business development for the Miami -Dade Ocean Outfall Legislation program, including fostering relationships with local firms, expanding their capacity, assisting them to increase the local work force. Mr. Menard has also been actively working with Career Source South Florida, the Miami -Dade Chamber of Commerce and the Latin Builders Association and other local construction organizations, in order to promote the Miami -Dade Water and Sewer Department CIP. Similar/Qualifying Experience Public Involvement Task Lead, Ocean Outfall Legislation Program, Miami -Dade County Water and Sewer, Department, FL. Assisted the OOL Program with putting on workshops to assist small businesses in doing business with Miami -Dade. These workshops teach small businesses a variety of skills such as invoicing, planning and scheduling and construction management which helps them learn and become more successful. Public Involvement Task Lead, Environmental Enhancement Capital Improvement Plan (CIP), Seminole County, FL. Public involvement task lead for the County's Environmental Services Department $332 million CIP, which involves developing and implementing public involvement and communication strategies, coordinating and leading public information meetings, holding stakeholder meetings, elected officials briefings, media relations, and assisting with alternatives selection through building stakeholder consensus. Public Involvement Task Lead, Residential Reclaimed Water Retrofit, Seminole County, FL. Public involvement task lead for the County's residential reclaimed water retrofit, which involved building, managing, and implementing a comprehensive Public Involvement Plan as part of a $332 million CIP. The residential retrofit program involved workshop planning, coordination, stakeholder meetings to inform the residents about the projects as well as to build consensus on the potential design alternatives. Residents were encouraged to be part of the decision-making process which facilitated the decision making process. Communication strategies were implemented including newsletters, fact sheets, website to effectively communicate with the residents and the local media about the conservation and environmental benefits of the project. Public Involvement Task Lead, Yankee Lake Water Reclamation Facility (WRF), Seminole County, FL. Public involvement task lead for the County's Environmental Services Department for the County's signature project, the Yankee Lake WRF. This project involved community meetings, presentations, press releases, maintaining a website, developing newsletters and fact sheets associated with the project. It also involved developing talking points for local leaders and community leaders with regards to the project. This project also involved coordination and engagement with local newspapers and their editorial boards and reporters from around the State of Florida. This was a dynamic and fast paced project which involved developing and implementing public involvement and communication strategies, and leading all public information and stakeholder meetings. Coordinated with the County's Conservation Manager to inform all stakeholders of Seminole County's aggressive conservation efforts, reuse and water supply initiatives. Public Involvement Task Lead, CIP, City of Cocoa, FL. Public involvement task lead for the City of Cocoa Utilities Department CIP, which involves developing and implementing public involvement and communication strategies, and leading public information and stakeholder meetings. • CH2M Water and Wastewater Services Education MS Structural Engineering, University of Illinois BS, Civil Engineering (with honors), Purdue University Registrations/Certifications Professional Engineer: FL, TX Distinguishing Qualifications • More than 24 years of experience in the design and construction management of ports and marine facilities • Experience includes working in design of marine, transportation, buildings and industrial,straxitur�-t-�s�tu dom Anthony Arthay, PE Seawalls Qualifications Anthony Arthay is a structural/civil engineer with 24 years of experience in the design and construction of ports and marine facilities. He has extensive experience working with the design of marine, transportation, buildings, and industrial structures including seawalls for various facilities. Similar/Qualifying Experience Cost Owner's Representative, Puerta Maya Pier Deck Extension, Cozumel, Mexico. Owner's representative for Carnival Cruise Line during the design and construction of this pier deck extension to an existing breasting dolphin built with three triangular trusses with an aluminum frangible deck. Project Manager and Engineer, Port of Miami New Crane Tie Downs and Stow Pins, Miami, FL. Design of the new tie down structures and stow pins for six new post-panamax gantry cranes being purchased by the Port of Miami. The structures consisted of auger -cast supported concrete caps tied around the existing crane rail beams. Assistant Project Manager and Engineer; Amber Cove Destination, Puerta Plata, Dominican Republic. Upland design of this new destination for Carnival Cruise Lines, as well as owner's representative for the design build project of the cruised dock for Dream Class cruise ships, including construction support. Project Engineer, West Indian Company (WICO) Deck Extension and New Bollards, St. Thomas, USVI. Design of the supporting structures for four new 150T bollards, including the tie back and deadmen system that consisted of 36 -inch diameter drilled shafts under large concrete caps. Structural Engineer, Jupiter Island Club Bulkhead, Jupiter, FL. This project involved the replacement of an existing bulkhead structure along the seashore of Jupiter Island, which include a new tie back system consisting of helical piles. Structural Engineer, Weir Structures for Spoil Islands, Port of Tampa, Tampa, FL. This project involved the design of twin pile -supported weir structures built with concrete, being almost 40 feet tall and having frp weir boards in all four sides, and each connected to a 60 -inch diameter HDPE drainage pipe. Structural Engineer, NAS Ingleside Pier Conversion, Ingleside, TX. This project involved the conversion of one of the few double-decker piers that was formerly used by the U.S. Navy into an oil dock for Oxychem. The project involved the analysis of the pier for the new berthing configuration, required structural retrofits and upgrades and the installation of new bollards. Construction Manager, Melones Oil Terminal Dock, BergerABAM, Panama City, Panama. Responsible for all construction management and field supervision for this unique project constructed on Melones island, situated approximately 10 miles offshore from the Pacific entrance to the Panama Canal. The oil dock consists of a 130m long trestle and a 345m pier, able to berth up to two 70,000 DWT tankers, while simultaneously, up to two oil barges to 9,000 DWT can be berthed. Construction consisted of primarily precast elements and octagonal concrete piles. The offshore construction logistics added a significant degree of complexity to this singular project. Keep Miami Beach Rising Above Education MS, Environmental Engineering, Virginia Polytechnic Institute & State University BS, Chemical Engineering, Virginia Polytechnic Institute &State University Registrations/Certifications Professional Engineer: FL, GA Distinguishing Qualifications • Extensive water process expertise to challenge the team to bring innovative solutions and his position with the firm to bring the necessary talent and expertise to make this project the most positive and cost-effective project. • 27 years of engineering design and construction expertise, and extensive project management experience, including managi�:=.a� o® yin numerous proj comple Steve Lavinder, PE Senior Reviewer — Water/Wastewater Master Planning Qualifications Steve Lavinder is an expert in water treatment processes, and the study, design, and evaluation of water treatment systems. He has conducted numerous WTP/WWTP evaluations and developed master plans to identify areas of improvements for treatment and process equipment. The evaluations have identified specific improvements required to meet new regulations, to increase water production capacity, and to increase operational efficiency. Mr. Lavinder conducted the evaluations on various types of treatment processes within a plant, including coagulation/ sedimentation, lime softening, filtration, direct filtration, nanofiltration, and air stripping systems. The result of these analyses was a more effective process that allowed a system to comply with existing or new regulations and improved overall plant efficiency. Similar/Qualifying Experience Project Engineer/Senior Consultant, Florida Keys Aqueduct Authority, Distribution Water Quality Improvements, Key West, FL: Developed water quality monitoring plan for distribution to address regrowth associated with nitrification and total coliform activity. Plan included water quality monitoring, as well as flushing and other activities, to reduce water age and maintain drinking water quality. Senior Technology Reviewer, Forsyth County, Advanced WTP, Forsyth County, GA. Provided senior process review of technologies for 16-mgd advanced WTP that uses high rate clarification, ozonation, and high rate filtration. In addition to review, developed preliminary design and led uprating studies for water treatment facilities in Columbus, East Point, and Forsyth County, GA. Project Manager, Wastewater Pump Station and Force Main, Fort Pierce Utilities Authority (FPUA), FL. Designed a wastewater pump station and force main required to improve flow through a collection system and a dechlorination system using sulfur dioxide as the dechlorinating agent to treat secondary effluent from a 12- mgd WWTP. Evaluated and selected treatment alternatives to control hydrogen sulfide levels in wastewater, and investigated several wastewater collection systems to identify sources of sulfide generation and to aid in the selection of an appropriate control measure. Identified alternative treatment systems using chemicals (including hydrogen peroxide and ferric sulfate) to control sulfide levels, evaluated their feasibility with respect to cost and implementation, and determined the optimum placement of chemical injection points within the wastewater system. To control hydrogen sulfide in a force main, designed a remote hydrogen peroxide feed station. Is familiar with the permitting requirements for chemical treatment systems used to control hydrogen sulfide. Project Review Manager, Puerto Rico Aqueduct Sewer Authority, Water and Wastewater CIP, Puerto Rico. Served on the steering committee to CH2M's program team that coordinates all CIP projects, including planning, design, construction and startup services for more than $1 Billion in new construction. Primary role is to ensure that proper technical and managerial resources are provided to the program and to achieve smooth transitions when staff attrition occurs. fib CH2M Water and Wastewater Services Education MS, Civil Engineering, University of Massachusetts BS., Civil Engineering, University of Delaware Registrations/Certifications Professional Engineer: FL, NY, MA, CT, VT, NH Distinguishing Qualifications • Program Design Manager for the Fort Lauderdale WaterWorks 2011 Program; CH2M's Water Business Group Leader — Fort Lauderdale Office; and Senior Technologist — Conveyance. • Project manager for water and wastewater conveyance and treatment plant projects, pump station and neighborhood improvement projects throughout South Florida. • Specialized experience in water and wastewater conveyance technologies, including pumping systems and trenchless construction -an rehabilita, o „ —1t Walt Schwarz, PE Senior Reviewer - Pipelines Qualifications Walt Schwarz has extensive experience and knowledge of the complex issues surrounding all water and wastewater utility issues throughout the Keys. He brings 40 years of professional engineering, consulting and construction experience covering a broad spectrum of civil engineering projects, including water supply, treatment, pumping, distribution, and storage; wastewater collection, transmission, pumping, and treatment; solid waste planning and management; roadway planning, design, and construction; environmental analysis; and site remediation. He specializes in water and wastewater conveyance technologies, including pumping systems, condition assessment and trenchless construction and rehabilitation. Recently, he led CH2M's program support effort for the successful delivery of the Cudjoe Regional Wastewater Program (CRWWP) — a collaborative effort between FKAA and CH2M. Prior to managing the FKAA project, he was responsible for delivery of more than 300 design projects that exceeded $691 million in infrastructure work for the City of Fort Lauderdale. Similar/Qualifying Experience Program Manager/Engineering Manager, Cudjoe Regional Wastewater Program, Florida Keys Aqueduct Authority (FKAA), Florida Keys, FL. Engineering manager for the construction phase of an AWT WWTP, six master pump stations, more than 30 miles of transmission force main, and hybrid collection systems with pump stations on six islands. Prior to this project, served as project engineer to determine if an abandoned water main could be used as a sleeve for the installation of a new force main in Florida Department of Transportation (FDOT) right of way. Also evaluated potential technologies, obtained cost proposals, and monitored inspection activities. Senior consultant and technical reviewer for the design of pump stations and force mains for a regional wastewater transmission system in the lower Keys and senior consultant and technical assistance during the construction phase of J. Robert Dean WTP RO WTP at the Florida City facility. Program Management Team Design Manager and Chief Engineer, WaterWorks 2011 Water and Wastewater CIP, City of Fort Lauderdale, FL. Provided design management and construction phase services for the award- winning $690 million construction program consisting of upgrading 40 percent of the City's sanitary sewer system from septic to gravity sewer, replacing significant portions of the water distribution system, construction of a membrane water treatment plant (WTP), and upgrades to the wastewater treatment plant (WWTP). Also provided value engineering for the gravity sewer component that saved the client more than $11 million. Managed three consultant design teams and one city design team, more than 300 design projects, development of standards, design policies and specifications, development and implementation of the 10 -year CIP, and coordination of improvements with downtown development projects. Keep Miami Beach Rising Above Education MS, Environmental Engineering, Georgia Institute of Technology BS, Civil Engineering, Georgia Institute of Technology Registrations/Certifications Professional Engineer: GA Distinguishing Qualifications • Currently the Global Practice Leader for Conveyance and Storage Master Planning services for CH2M and provides Senior Technical Review of projects. • Water distribution and wastewater collection system master planning and modeling including water quality, extended period simulations, CIP development, genetic algorithm optimization • Water supply planning, water demand forecasting for multiple sectors, water supply needs assessments, integrated water supply planning, water supply permitting, water supply master planning, bes a r : -c support d ter, Brian Skeens, PE Senior Reviewer — System Optimization Qualifications Brian Skeens is a civil and environmental engineer, project manager, and Principal Technologist with 19 years of experience in water and wastewater. He has served as project manager, technical and task leader on projects ranging from water distribution and wastewater collection hydraulic model updates to a full model construction from scratch. He has also been involved in projects involving water distribution system water quality and energy optimization. Brian has served as project manager, technical and task leader on water conservation projects for cities and counties, as well as state and regional government entities to help make the most efficient use of water, and plan appropriately to extend the life of current water supplies and other capital infrastructure. He has led the development of water system loss audits and participated as technical leader on water loss reduction and non -revenue water reduction programs. Similar/Qualifying Experience Senior Technical Consultant, iWater Program, JEA, Jacksonville, FL. Led the technical team in reviewing the water distribution system model, updating it from a planning model to an operational model for use in optimizing operations to meet CUP (withdrawal) requirements as well as distribution pressure and water quality needs. Technical Consultant, Optimization of System Operations after Implementation of Total Water Management Pipeline, JEA, Jacksonville, FL. To plan for the implementation of a new pipeline to be installed due to Consumption Use Permit (CUP) requirements, helped provide services to use the hydraulic model to optimize the impact on operations, water quality, and energy use using WaterGEMS and InfoWorks WS models. DBP and water age were evaluated and changes were recommended to minimize potential issues. Senior Technical Lead, Pasco Potable Water System Master Plan, Pasco County, FL. Provided technical guidance and leadership in the development of an immediate action plan to improve water quality in the distribution system, and during the development of a water distribution system model for the entire County. There was an extensive field data collection effort undertaken to calibrate the model, and understand water age issues. Technical Consultant, Master Planning Support, Pasco County, FL. Conducted a one -day workshop to review master planning fundamentals and how they apply to Pasco's Master Reuse distribution system. Next steps are the development of a new master plan for Pasco and their Master Reuse system. Senior Technical Consultant, Water Model and Master Plan, Cocoa, FL. Provided Senior guidance and support on the development of a water in InfoWater using GIS data from scratch, field work to collect data for calibration, and calibration of steady-state and extended period simulation models, for use in master planning. CH2M Water and Wastewater Services Section 3 PROJECT UNDERSTANDING AND APPROACH Our integrated planning, design, and CIP investment approach promotes climate resiliency collaboration and cooperation City-wide, reducing community impacts and project costs while advancing Miami Beach on the path of a truly resilient city. To honor its commitment to providing excellent public service to its residents, businesses, and visitors, the City of Miami Beach is undertakinga long-term ClPforthe development of resilient water and wastewater systems. To ensure the viability of the CIP for many years to come, addressing the vulnerabilities of the systems to dim ate change and SLR is a core component of the project and will involve the incorporation of sustainable and adaptive features, such as elevating equipment, water proofing buildings, and replacing traditional pumps with submersible pumps—solutions that must balance cost with the probability and severity of risk. In addition to climate -based vulnerabilities, the City is also facing the challenges of aging infrastructure, with the City recently celebrating its 100th year since incorporation, as well as rapid redevelopment, an increasingly informed customer base that requires awareness and involvement in decision making for large municipal capital expenditures, and cyber security concerns requiring more advanced SCADA and other system controls. Project Understanding Given these numerous challenges, the City is taking the steps necessary to harden its water and wastewater systems from near- and longer-term hazards and to integrate its systems with parallel City initiatives to maximize the return on investment (R01), while enhancing the economic, environmental, and social benefits of this investment. CH2M brings the resources, experience, and approach that are essential for achieving resilient water and wastewater infrastructure in the most cost-effident manner. In fact, our multi -benefit mitigation and adaptation strategies, which have proven effective from New York City to Miami -Dade County, have been WHAT THE CITY OF MIAMI BEACH ASKED FOR IN THIS SECTION AND WHERE TO FIND IT • Project Understanding, p 3-1 • Approach and Methodology, p3-4 • Management Plan, p 3-19 adapted by USEPA in its climate resilience guidance documents. CH2M's in-house climate change experts indude engineers, planners, modelers, and economists understand the science behind climate change and UNIFIED SEA LEVEL RISE PRp1ECTION 1TR AST C tORM r do Imo molOg OM i MO .is immoM • OO OO MOM MBW v1 Our holistic approach to the City's OP builds on industry guidelines and our extensive climate resiliency and CIP delivery work forMiami- DadeCounty and other major cities on the Eastern Seaboard Water and Wastewater Services Keep Miami Beach Rising Above climate resiliency and have provided climate change services for clients in Miami -Dade and Broward counties, working in partnership with the Southeast Florida Climate Change Compact, as well as other areas of Florida. Miami Beach Context The City of Miami Beach is a highly urbanized barrier island of approximately 7square miles, separated from the mainland of Miami -Dade County by Biscayne Bay. It is bordered on the east by the Atlantic Ocean, to the south by the Port of Miami access channel known as the Government Cut, to the north by the Town of Surfside, and to the west by Biscayne Bay, an important estuary and Outstanding Florida Water. The City is built on fill over a former mangrove marsh on the Biscayne Bay side, with a naturally formed sand bar on the Atlantic side. The island is relatively flat, with an average elevation of approximately 4.5 feet North American Vertical Datum (NAVD). The island's low topography ranges from a low elevation of around 1.5 feet NAVD at some locations along Biscayne Bay, with high elevations of around 10 to 12 feet NAVD as part of the built sand dune system along the Atlantic beaches. The surface geology consists of highly porous karst limestone overlain with sandy soils. The low topography, proximity to surface waters, and geology promotes high groundwater tables, which can be exacerbated during times of heavy rainfall and extreme tides, often causing localized flooding. Also, the presence of salt water corrodes the metal components of local water and wastewater infrastructure. Climate Resilience Initiatives Like many coastal communities in Florida and along the Atlantic Seaboard, the City of Miami Beach is vulnerable to the uncertainties of climate change, including threats from increasingly severe weather events, SLR (sea level rise), and tidal flooding. To address this vulnerability, the City has embarked on the Flood Mitigation Program and has begun a comprehensive Resilience Planning Initiative to integrate resilience thinking throughout City investment and operations. The Flood Mitigation Program began with the Mayor's commitment to keep the City's streets dry during the King Tide flooding events, and includes elevating electrical controls, increasing stormwater capacity, and adding more than 70 pump stations. These improvements extend beyond the stormwater system • Projected Flooding at 3 -foot Sea Level Rise (NOAA) Miami Beach's hydrogeologic setting promotes hrgh groundwater tables, exacerbating flooding during heavy rainfall and high tides. to also include replacement and repairs to the water distribution and wastewater collection systems during the open cutting of roadways. The Resilience Planning Initiatives build upon the City's Flood Mitigation Program, in addition to the Southeast Florida Regional Climate Compact, including the Regional Climate Action Plan and SLR projections adapted specifically for Miami Beach. The goal of these efforts is a better understanding of potential flood hazard scenarios and the vulnerability of the City's infrastructure to flooding and incorporation of long-term planning and climate -based decision making into capital investment and operations. This holistic approach will improve collaboration City-wide, reducing project impacts and costs while improving system performance. As sea levels and groundwater levels continue to rise, so too will the vulnerabilities of the City's water and wastewater infrastructure and threats of system damage that could impact its ability to provide a reliable, safe drinking water supply and wastewater collection service to the residents and business owners of Miami Beach. For these reasons, the City of Miami Beach is in the process of elevating vulnerable portions of the city to reduce the risk of flooding and to protect public and private infrastructure. This infrastructure hardening program includes elevating electrical controls, enhandng the stormwater conveyance systems, and installing new stormwater CH2M Water and Wastewater Services pump stations with vortex and baffle box treatment. During the open cut of each roadway, water distribution lines are being replaced and upsized, and wastewater collection pipes are being replaced or relined. Incorporating these flood mitigation projects into other utility improvement projects is reducing the City's costs. The City is also undertaking several other efforts to establish a culture of climate resiliency throughout the city including: • Establishment of Miami Beach Rising Above flood mitigation program and the Mayor's commitment to keep the city dry • Involvement as a partner with the Southeast Florida Regional Climate Compact • Passinga newsustainabilityordinance • Hiring a Chief Resilience Officer • Formation of the Mayor's Blue Ribbon Panel • Operationalizing resilience in City processes and decision making • Committing to improving the National Flood Insurance Program (NFIP) Community Rating System (CRS) status from Class 6 to Class 5, • Grant award by Rockefeller Foundation 100 Resilient Cities Initiative • Resilience planning efforts induding: — Comprehensive code review PRIORITIZED SHOCKS AND STRESSES ss, ks Hurricanes/Tornado (22%) Econ optic Crash (11 %) Infrastru cture Fallu re - Cyber Security/Communications (9%) Infrastructure Failure -Transport/ Access (9%) Inadequate Transportation System (15.5%) Sea Level Rise (15.5%) Aging Infrastructure (15.5%) Lack of Affordable Housing (14%) Access to Quality Education (7%) STRENGTHS ANC) WEAKNESSES Strengths Ensures Continuity of Critical Services (21%) Meets Basic Needs (145) foster Long -Term and Int-. ated Plannin. (10%) Weaknesses Provides Reliable Communications and Mobility (31%) Empowers a Broad Range of Stakeholders (12.5%) Supports Livelihoods and Employment (8%1 Ensures Social Stability, Security and Justice (8%1 Provides and Enhances Natural and Man-made Assets (89) Miami Beach's commitment to climate resiliency is demonstrated by its receipt of agrant fron7 the RbckefellerFoundation 100 Resilient Cities initiative. — Climate science review to develop flood hazard scenarios for planning — Developing guidance on implementing adaptive strategies for CIP projects — Performing asset vulnerability assessments The City's approach to embracing and operationalizing resilience has led to significant improvements and cost- saving measures that have reduced its vulnerability to climate -related flood hazards. This integrated approach to capital investment, which leverages co -benefits for every dollar invested, has proven to be a sound working model. This same approach can continue to guide the City's proposed water and wastewater CIP to enhance not only current and future capital investments, but also operations and maintenance (O&M). By building on its current understanding of climate hazards and interim implementation guidance, the City is well positioned to continue its investment in infrastructure to further advance the resilience and protection of its infrastructure, supporting the quality of life in Miami Beach. Water Distribution System Potable water treatment and supply is provided by Miami -Dade County (WASD) through a wholesale purchase agreement. Other than maintaining a chlorine residual in the water storage tanks, the City of Miami does not treat its potable water supply. Potable water is supplied to the City from piped connections to WASD's distribution system, which run along the four causeways and associated bridges across Biscayne Bay. The 20-mgd potable water distribution system in Miami Beach is owned and operated by the City, in collaboration with WASD, and consists of the following major components: • Five piped connections/transmission lines from the mainland (WASD) • Four potable water storage tanks, two located in the north beach area, two at the Department of Public Works in the central part of the city • Five potable water booster pump stations with backup electric power generators, two in the north beach area, three in the central part of the city • More than 1,200 fire hydrants • More than 180 system flow meters Keep Miami Beach Rising Above • wenty-three water quality monitoring stations • More than 180 miles of water distribution piping • More than 7,000 valves to regulate pressure and maintain system • More than 10,000 domestic retail service connections (29,001 domestic ERUs) • Approximately 2,960 irrigation service connections (8,443 irrigation ERUs) The drivers for im proving the City's water distribution system are aging infrastructure, changes in population, and the need for greater resiliency. Wastewater Collection System Wastewater treatment is also provided by WASD. All wastewater collected in the city is piped south to WASD's Central District Wastewater Treatment Plant (CDWWTP) located on Virginia Key. The City of Miami Beach owns and operates the collection system within the City, in collaboration with WASD. The City also provides wholesale sanitary sewer collection services to four satellite communities to the north: the Village of Bal Harbour, the Town of Bay Harbor Islands, the City of North Village, and the Town of Surfside. Sanitary flows from these satellite cities are conveyed through the City of Miami Beach's collection system to the CDWWTP. As WASD's Owner's Agent for the OOL Program, CH2M is aware that the flows in WASD's sanitary sewer system are impacted by both groundwater infiltration and rainfall -derived inflow and infiltration (RDII), which can impact the City's wastewater collection system. The flows change seasonally, with marked increases during the wet season and rainfall events. The 25-mgd wastewater collection system within Miami Beach consists of the following major components: AADF Projections 2035 CDWWTP Population (DWF = BST- + GWI) RDII effect of AADF AADF -based on projections (no CC, no SLR) 141 19 160 —g Additional AADF due to Climate Change and SLR Additional MDF due to Climate Change (RDH) Additional AADF due to SLR MDF with Climate Change and SLR 4 24 188 Our climate resiliency work for WASD's wastewater collection system will facilitate development of similar measures for Miami Beach's wastewater infrastructure • Five flow monitoring stations • More than 30 pump stations • More than 3,300 collection system manholes • More than 152 miles of gravity and force mains The drivers for improving the City's wastewater collection system are aging infrastructure, changes in population, the need for greater resiliency, and control of extraneous flows. Approach and Methodology CH2M's approach to the development of a robust water and wastewater CI P and master plan are built upon our Infrastructure Delivery Platform (IDP). This approach provides a resilient plan for water and wastewater systems that are aging, impacted by changes in population, and vulnerable to climate change and sea level rise. Our IDP has proven effective on some of the country's largest CIPs, such as Miami -Dade County's $5.7 billion OOL Program, the City of Ft. Lauderdale's $690 million WaterWorks Program, and many of the other major programs described in Section 2, Qualifications and Experience. CH2M's Infrastructure Delivery Platform (IDP) provides the framework for development of a robust water and wastewaterCIP and master plan . Phase I—System Data Gap Analysis During Phase I of the IDP process, the CH2M team will gather and evaluate existing data on the water sit WSW v, distribution and wastewater collection systems. This will include existing GIS databases, maps, plans, reports, and other City records. We will also evaluate the flow analysis or hydraulic models that are currently being used by the City. Our team will conduct visits with staff and conduct targeted field inspections of key assets, such as pum p stations, to develop an understanding of these assets and operational data processes. Condition assessments, 4 CH2M Water and Wastewater Services SSES Priority Basins are areas within the City's sewer network in which sewer inspection and rehabilitation was performed between 2000 and 2009 in pursuit of Consent Order compliance. BWJ00_,1 Legend Northeast WRF Northwest WRF Southwest WRF Albert Whiffed WRF (Decommissioned) Northeast WRF Northwest WRF Southwest WRF Southwest WRF(fcrmerlyAlbert Whiffed) Estimated Sewer Basin Inspected SSES Priority Basin Rehabilitated SSES Priority Basin 1 One of the first tasks for the City of St. Petersburg's Wet Weather Mitigation Program was to identify the existing data and document data gaps. flow monitoring, and field inspections will be performed later in the IDP process. The benefit of this step is that our team can evaluate, discuss, and document the existing data and identify any data gaps with the City. The Phase I deliverable is a technical memorandum (TM) summarizing our findings. Water and Wastewater Model Validation and Gap Analysis In Phase I, our team will review and validate both the water and wastewater models and provide a technical memorandum documenting our findings. Models mature as the water and sewer systems evolve, and changes in piping, flows, and extraneous flows such as inflow and infiltration (1/1) change over time. During the model validation process, we will evaluate both models with current data and evaluate how they represent the current condition. For example, for the City of Cincinnati, we ran a year of rainfall data through the wastewater model and documented how the peak flow compared between the simulated (modeled) and observed. Our team found that the model represented smaller storms well but did not represent the larger storms that were closer to the design condition. The CH2M team recently completed validation of the model inputs into WASD's OOL Program model, which is directly relevant to the City of Miami Beach's model because of the interdependencies between the systems. VoyageTM Resiliency Modeling CH2M brings a unique innovation to this fi rst phase of the City's project. Since master planning and updates to the hydraulic models can take several years to accomplish, we propose to use our proprietary Voyageml model and the current data to conduct a high-level planning evaluation to simulate and measure current and future flows and to support the derision -making process on how best to improve resilience. Voyager' consists of a customizable library of standard and customize interconnected blocks that can represent a water distribution or wastewater collection system Computed vs Observed Max Flow (ors 4 at 43512002-43512001 42 3331,349Jan 1. 2031. Ar 1. 2032 • A231,0UPO30336 A 0400002a C.7M031.1•C. 25 25, s • 11, °bmna Ma3iA pail 330 • att sw w,m a. toms 0 7:30 RA Ml3W_3O1Yt Wastewater model validation for the City of Cincinnati demonstrated that the model did not validate to the larger, more extreme events that are closer to the design condition. Keep Miami Beach Rising Above VOYAGETM Dynamic Simulation Model MEW 3,1 vl A WS -2 MN Cedkame ■ .41.A We optimized these alternatives over a period of at least 10 years to develop an understanding of asset failure and energy usage over time for Thames Water's pump stations. The results were a set of projects that formed the basis for the utility's CIP and that optimized the resiliency of the system. Our team will apply this same process for the City of Miami Beach. Phase II—Data Collection Based upon the results of Phase I, a Data Collection Plan will be developed that focuses on high-risk and „' Ill N' critical assets. Prioritization of projects is one of the key aspects of capital planning, and CH2M uses a proven "top-down, bottom-up" approach to support this work. This top-down, bottom-up analysis uses data that has already been collected, which is refined with the identification of data gaps, the gathering of additional information, and the application of principles of risk management, to identify assets presenting the greatest risk of failure. Condition Assessment CH2M has assembled a project team comprised of SM Es, including Water Distribution System Subject Matter Expert (SME) Scott Williams and Wastewater Collection System SME Susan Moisio, who are experts in the evaluation and design of some of the world's largest and most complex water and wastewater CH2M's proprietary Voyage model can be used with existing data to conduct a high-level planning evaluation to support the decision-making process on how best to improve resilience. and how it operates. CH2M has applied Voyager'" to some of the world's most complex conveyance projects, such as Thames Water's Fleet project in the United Kingdom. Using VoyageTM, we can corn pare the resilience of different parts of a single wastewater catchment or across different catchments city-wide. Resilience is measured by assessing the availability of collection system capacity, which is a function of both storage and conveyance in the collection system. Capacity is used up by the base sanitary flow, groundwater infiltration, and tidal -derived I/1 and RDII. Capacity is further compromised if there are periodic and temporary blockages, collapses, or mechanical failures. When demand exceeds supply, the capacity is no longer available and there are service failures in the form of flooding or pollution, jeopardizing a variety of outcome measures and impacting customers. A resilient system is one where capacity utilization is within tolerable norms. Our application of Voyager' for Thames Water's project resulted in multiple alternatives to address existing and future conditions, optimizing the following conditions: • 1/I - reductions or no reductions • Im pacts of climate change and SLR on flows • Additional capacity gained by upsizing pipes and pump stations • Impacts of failure of pump stations and critical pipes Refine projections with additional data Top -Down Faulty Level 1. Use known data and siingknowledge Evaivateasset cntcality, failure probability and nsk 3. Identify gapsand priority needs Element tevd regster 2. Perfarn wndition and performance assents I Collect detailed Set information Bottomllp Focus assets with highest risk Refine capital planning and maintenance activities The top-down, bottom-up approach uses principles of risk management to identify assets presenting the greatest risk of failure. CH2M Water and Wastewater Services Critical Assets Identified Using GIS Tool 306_MBW_v1 Condition Assessment of Pipes Calculate Structural and Maintenance Score Create Rehab and Maintenance Costs Continuous Improvement Create Maintenance Plan For Pipes with Mid Range Structure/High Maintenance Scores Prioritize Pipe Rehab Methods CIP Prioritization Process Our GIS-basedrisk scoring and prioritization tool not only identiP.es high-risk assets, but also medium -risk assets deteriorating over time, resulting in a continuous, dust in time" improvement process, systems. These individuals have the skills and experience required to evaluate the City of Miami Beach's facilities by considering the operations, management, maintenance, and engineering aspects of each facility and the overall system. Our condition assessment experts have assessed numerous large, aging, and complex treatment, collection, and distribution facilities using the knowledge gained from operating and maintaining more than 200 water and wastewater system facilities and development of the most advanced approaches to managing infrastructure assets, as demonstrated by the USEPA's adoption of our asset management processes and tools discussed earlier in this section. GIS -Based Too! for Asset Risk Scoring and Prioritization While CH2M uses a variety of tools to assess water and sewer systems, we conform the results of these studies to industry standard risk-based asset management approaches. These approaches allow for the leverage of utility management software, as well as GIS -based tools for the development of asset -level CIP plans. CI -12M has developed a GIS - based risk scoring and prioritization tool that will identify the City's water and wastewater assets with the highest risk profile for immediate rehabilitation. This tool focuses on condition assessment of high-risk assets, bringing a robust scoring algorithm that leads to prioritization of assets, while also tracking medium -risk assets deteriorating over time. The benefit to the City is continuous, "just in time" improvement of its assets. There is a distinction in conveyance asset management practice between "vertical assets" and "linear assets.' Vertical assets typically include water or sewer pumping stations, water storage tanks, diversion structures, and reservoirs. Linear assets include buried pressure piping (water mains and sanitary force mains) and gravity sewers. These distinctions are important and the variety of conveyance assets owned by the City of Miami Beach will require a multi -faceted approach to condition assessment. Water and Wastewater Vertical Assets CH2M's approach to the condition assessment of vertical assets features a team of experienced operations and maintenance personnel with years of utility operations experience. Our team members are matched to inspection work by discipline and the appropriate Risk = Likelihood X Consequence How likely is it for the pipet°fail? • Structurd Physical Condition •'peratiaial Capaoty and Utilization From System Knox! _e Collaborate with City of Miami Beach 305_MBVV_Ii 1 How severe are the consequences ofpipe faiure? • Loss ofce -PubicSafety • Property Damage • Environmental Impact Keep Miami Beach Rising Above mechanical, electrical, architectural, structural, and instrumentation and control (I&C) and SCADA experts will be assigned to the assessment of Miami Beach's water and wastewater vertical assets. Our field team will use hand-held devices to gather and summarize the condition assessment information using CH2M's proprietary program Asset Condition Evaluation System (ACES), which was developed to greatly improve their efficiency. Using ACES, we will perform detailed condition assessment of priority mechanical assets, which include pumps, valves, motors, and other mechanical systems. We will also identify observable code and safety issues. Condition assessment beyond immediate extemal physical observation and monitoring of any available meters may be recommended as part of a future detailed assessment, if warranted. Gravity Linear Assets (Wastewater) CH2M will apply a unique risk-based scoring and prioritization model called SCREAM'" (System Condition Risk Enhanced Assessment Model) to the assessment of gravity sewers and manhole structures. SCREAMT"' is an expert system of condition assessment algorithms that automatically synthesizes the data produced from any of multiple asset inspection techniques, such as pipe and service lateral CCTV, lamping/zoom camera, smoke and dye tests, sonar, and manhole inspections. SCREAMT"' includes a comprehensive listing of defects so operators can easily link the visual defect to a defect code, which has a corresponding 1 to 100 score. SCREAM' includes easy-to-use MicroSoft Excel and ACCESS data interfaces and is programmed in SQL making it easy to integrate with other popular database and GIS software platforms. SCREAMT"' also has been mapped to and will score other coding systems, such as NASSCO's PACP, MACP, WRc, or ASCE's Manhole codes to produce SCREAMT"' scores and I/I quantities. Pressurized Linear Assets (Water and Wastewater) CH2M will use a tiered approach to pressure pipeline condition assessment to maximize the These utilities have benefitted from CH2M's SCREAM" risk -scoring and prioritization tool: • City of Boston, MA • City of Suffolk, VA • Puerto Rico Aqueduct and Sewer Authority, San Juan, PR • Fairfax County, VA • City of Columbus, OH • City of Aurora, CO • Omaha, NE 367 NEVW' v1 City's ROI by progressing from the least expensive and invasive to the most expensive and labor intensive. While the lower -tier analyses typically do not interrupt operation of the water or wastewater system, the highest tiers of investigation may require shutdown (e.g., fordewateringa main). The typical tasks performed during a progressive tiered condition assessment are shown below. Of course, each water or wastewater main system is different, and CH2M will develop a condition assessment program that is tailored specifically for Miami Beach's program. CH2M has found that an effective means of comparing available technologies is to develop a matrix of available technologies by tier and to populate the matrix with the characteristics of each method. Relevant characteristics include cost, pipe materials, invasive/non-invasive Inspection Techniques for Forcemain Assessment Tiered Approach • Leak Detection Tient • Physical Caidinai • Hydraulic Performance • Leak Dete: tion Ti€r2 •PhyscalCaduon • Hydraulic Periamxtce Tara •'Physcai Cala: A tiered approach to pressure pipeline condition assessment that maximizes the City's ROI by identifying the least expensive and least invasive solution for each project. CH2M Water and Wastewater Services determination, and variables detected. We update this matrix frequently and refresh it for each project as a best practice. Field Investigation Plan The Preliminary Field Investigation Plan will follow the progressive tiered approach, consisting of Tier 1 (desk- top analysis and non -intrusive methods), Tier 2 (semi - intrusive methods), and Tier 3 (fully intrusive methods). The matrix will be applied to the various types of pipe to determine the most appropriate and value-added technology. The preliminary Field Investigation Plan will be submitted to the City of Miami Beach and will be discussed during an interactive workshop. Comments and reviews by the City will be collated and incorporated into the detailed Field Investigation Plan. Key features of the field investigation plan include the following: • Compilation and analysis of available data (e.g., pipe material, age, leak history) of all the pipelines • Assessments of the pipelines and appurtenances, highlighting the site challenges that may impact pipeline condition assessment and subsequent pipe replacement and rehabilitation works • Analysis of available pressure/flow records and recommendation for additional pressure and flow monitoring as needed • Methodology for assessment of the condition of the pipelines in terms of its condition, reliability, capacity, and remaining useful life approximation • Recommendation of the most appropriate and cost- effective methods of condition assessment for the City's consideration • Impact assessment of the pipeline condition survey and site investigation works on operation of the existing networks, public, and environment, including recommendation of mitigating measures to overcome the impacts Field Investigation Implementation The Field Investigation Plan will serve as the roadmap for development and implementation of the condition assessment activities. Approaches for the various services (water versus sewer) and pipe materials (iron versus plastic) will be developed and areas of interest will be identified based on the desktop analysis. CH2M will build on the Field Investigation Plan and will include the detailed specification of the field investigation projects, preparation of bid documents, cost estimates, bid and award services, and management of field investigation activities. This task will also include preliminary interpretation of the interim results, which may be performed as part of the bid specifications. CH2M will provide continuous review of the condition assessment work and will make adjustments to the investigative work as findings begin to accumulate. Dedicated CH2M Field Services Team CH2M's Field Services Team, led by Condition Assessment Lead Dan Hegwald, will expedite the data collection process for the City's projects. Our Field Services Team is trained and dedicated to performing data collection in the field using hand-held devices that expedite the process and make data immediately available and easy to share with the City. CH2M's Field Services Team recently performed the field work for the City of St. Petersburg's Wet Weather Mitigation Program, which is described in detail in Section 2. Our involvement on the City of Miami Beach's program will provide continuity and seamless delivery because of our access to the raw data and their field expertise. This is very beneficial for sewer systems with multiple data inputs. Wastewater System Flow Projections Ina parallel process, our team will collect information on current and future flows in Miami Beach's water and wastewater systems. For the wastewater system, our analysis will include the flows from the satellite cities. We will work with the City to develop future projections for flow based upon historic population data reported in the latest City CAFR report and published regional population projections, I/I, SLR impacts on groundwater infiltration, and climate change impacts on rainfall. Our team will update the model calibration to meet industry standards. The CH2M team has been working with WASD's hydraulic model since 2014, evaluating the impacts of SLR and Hand -Held Device Expedites City of St Petersburg's Feld Work Keep Miami Beach Rising Above Node 36646 Flom Model_2015Network 20171nflowWWF SLR_CC Inflow IMGD) ao 0 0000 111:00 121)0 06:00 00:00 9/2c/2010 9/29/2010 9/30/2010 10/1/2010 Inflow (Volume 126.03315 US Mgal) MBW310VI CH2M knows Miami -Dade County's modeling platform and flows, and howMiami Beach's flows are represented and projected into the future. climate change on existing and future flows. The benefit to the City is an experienced modeling team that knows WASD's modeling platform and flows, and how Miami Beach's flows are represented and projected into the future. Upon completion of the data collection task, our team will update the hydraulic model for use in a capacity assessment evaluation. Our team uses the United Kingdom's Chartered Institution of Water and Environmental Management (CIWEM) metrics for calibration, and has modeled for cities such as Miami, London, Chicago, Cincinnati, and Baton Rouge, and is currently updating the calibration for the City of St. Petersburg, Florida. The benefit to Miami Beach is that we bring an experienced modeling team that we can move forward quickly with this task. Water System Flow Projections Recent piping changes, customer meter data, and pumping and storage facilities will be incorporated into an updated model for use in water system CIP development. Also, the most recent permit compliance and customer billing data will be captured. The City's water distribution model will also be calibrated by comparing the latest SCADA and operations data to model output to ensure the model reflects an accurate representation of current conditions. The results of the Phase II data collection and flow projection efforts is a robust data set for performing a condition assessment and capacity assessment of the water distribution and wastewater collection systems. The CH2M team will provide this data to the City in the form of GIS -compatible datasets. The Phase 0 deliverable is a list of scored assets, based upon the structural condition and maintenance condition of the gravity pipes and transmission mains and updated water and wastewater hydraulic models. The data gap analysis and collection phase will be conducted in close coordination with City utilities staff to support development of a water and wastewater CI P and master plan and to enhance Public Works' asset management system. Program needs will be evaluated and refined at a project kickoff to offer the maximum benefit to the City and all related initiatives, including short-, mid-, and long-term management of critical City assets. r '117-1 ......f..,:11,110 M6W_3O2 Vt Our experienced modeling team is currently updating the calibration for the City of St. Petersburg's wastewater system, which will expedite this effort for Miami Beach. 323_MBW v1 Phase III—Data Analysis During the Data Analysis Phase, water and wastewater capaatyand condition assessment information are compared to ensure the capacity required to provide the proper level of service will be met by available capacity. The more resilient water distribution and wastewater collection systems respond to the impacts of population growth and climate change (as well as leakiness and infiltration), whereas less resilient systems do not, resulting in peak flow impacts at the pump stations CH2M Water and Wastewater Services where the flow cannot be pumped or where pipes or pump stations experience a failure due to condition. Based on the established level of service (LOS), performance metrics, and City needs, the data analysis will be customized to support development of the water and wastewater master plan, a robust and implementable CIP, and ongoing and future City programs. Wastewater Hydraulic Model The CH2M team will work with the City to establish the LOS that will be used to evaluate capacity in the wastewater system. Our team evaluated the impacts of climate change on the design conditions for Miami- Dade's OOL Program, and we are experienced in working with the evaluation of LOS for numerous other clients. Once the LOS has been established, the hydraulic model will be run with this design storm and the existing system capacity assessment will be documented. Our team will worl<with the City to establish the future model inputs (population, I/I, groundwater infiltration, impacts of climate change, and SLR) and develop the future condition model. We will use the design storm and evaluate the future capacity assessment. This data will be used as inputs into the CIP Development Task and VoyageTM model. Once a set of alternatives has been identified as part of the Voyage'Manalysis, they will be tested with the updated hydraulic model. Water Hydraulic Model The water hydraulic model will be used to evaluate service pressures, hydraulic gradients, and other characteristics to determine if hydraulic performance meets previously established criteria under both current and future demand conditions. Deficiencies will be identified under various conditions, using different scenarios, such as fire flow and maximum and minimum day demands. 'y Fayr- y •r_ 1 Pi: • • .18W3m., Legend e Pump Station Requiring Rehabiltation 0 Pump Station Requiring Replacement 0 Pump Station Requiring Further Evaluation 0 OOL Pump Station Project N OOL Conveyance Project Q Central District El North District El South District ED West District Our hydraulic model analysis for Miami-Dade's OOL Program indicated that more than 400 pump stations have capacity restrictions CH2M will develop potential alternative solutions to address hydraulic performance deficiencies. The alternatives will address current deficiencies and deficiencies resulting from future growth. The previously described system performance criteria will be used to evaluate the effectiveness of the alternative solutions. These alternatives will potentially include a range of pipe sizes, pipe locations, valve locations and modifications, and other capital improvements. CH2M will also perform water quality simulations of water age, as well as chlorine residuals, to identify areas of deficiency. Improvements will be identified to address these water quality deficiencies. CH2M has direct Optimization Component Description Defi ne Alterna tives and Decision Variables Define Performance Variables Objective Function Use engineering judgment to define potential system improvements. Alternatives are constructed from combinations of choices for the available decision variables. Decision variables are the things we can change in the system to potentially improve performance. Identify model outputs to be extracted at key locations to represent system performance (these variables form the basis forfinancial and non-financial performance calculations). Define cost functions to represent life -cycle costs of system modifications. Define non-financial performance measures to drive the optimization process away from low cost, but undesirable solutions. Non-financial performance is often represented through penalty functions. Keep Miami Beach Rising Above • experience with water quality modeling in distribution systems, with a focus in areas with known water quality issues. CH2M will evaluate options to reduce water age, including flushing, rerouting of flow to the area, and water treatment options, such as air stripping or the use of carbon filters for the removal of disinfectant byproducts (DBPs), which will require re -chlorination. We propose to update the existing water age model to perform additional water quality modeling in support of the strategic planning effort. System Optimization CH2M's Optimization Toolkit provides the opportunity to cost-effectively identify solutions to clients' challenges across a range of technologies. Taking advantage of model automation techniques in combination with sophisticated algorithms optimizes solutions by allowing the evaluation of a far larger set of potential solutions than with traditional approaches. CH2M has successfully applied optimization to water resources projects, water distribution system projects, collection system projects, groundwater modeling, and wastewater model calibration. We have developed linkages to analytical processes to apply optimization techniques to engineering problems. The key components of an optimization evaluation are similar across applications, as summarized below. Simulation -Optimization Approach The simulation -optimization approach is a widely used technique to provide optimal solutions for complex water supply systems. In a simulation -optimization approach, the simulation model is linked with an optimization technique to determine the model decision variables that best represent the expected or observed data. A key element of the simulation -optimization approach is the ability to link to a specific model application to provide predicted system performance feedback for a chosen set of decision variables. CH2M has developed a number of application interfaces to support application of the optimization tools on a variety of systems through simulation tools, such as: Optimization Algorithms Optimization methods can be classified based on different criteria, such as solution procedure and problem complexity. Based on the solution procedure, optimization methods can be grouped into direct • Simulation - Optimization Approach Inputs -1 Optimization Algorithm Simulation Model Communication Link MBWu3l2 vF '.i The simulation -optimization approach determines the model derision variables that best represent existing or anticipated data for optimizing the water suppiysystem. methods (linear) and indirect methods based on an educated trial -error procedure. CH2M's Optimization Toolkit includes two indirect heuristic optimization methods: Shuffled Frog Leaping Algorithm (SFLA) and Genetic Algorithms (GA). Both of these methods have been applied to water distribution systems and differ in the following ways: • Shuffled Frog Leaping Algorithm. The SFLA method relies on elements of local and global search across the range of alternatives to find the optimal solution. It works by dividing the solution set into smaller subsets and performing local searches within each subset. Periodically the search is shuffled so the solution seeker ("frog") is reorganized into a different subset to continue the search. The algorithm is designed in such a way that the "frogs" share information with each other and, hence, influence each other's path of convergence to the optimal solution. SFLA has been used effectively to solve groundwater model calibrations as well as distribution system design problems. • GeneticAlgorithms. Genetic algorithms use techniques inspired by evolutionary biology, such as inheritance, mutation, selection, and crossover (also called recombination). Genetic algorithms are implemented in optimization models so that an alternative, which is initially randomly selected, is CH2M Water and Wastewater Services refined to "evolve" to the optimal solution. The process works by randomly selecting a 'solution" from a subset of alternatives, checking its fitness using pre- defined criteria against other alternatives, generating a different subset of alternatives based on the results of the previous subset, and repeating the process to arrive at the optimal solution. The algorithm generates subsets randomly and is designed so that it does not converge to localized solutions, in the same way that local minimums and maximums could influencea minimization/maximization algorithm. Water System Optimization CH2M has developed a linkage to the EPANET water distribution system model to apply an optimization algorithm to address system issues. The key components of any optimization should be similar across all applications. The table below summarizes the key elements of the water distribution system optimization process, along with examples relevant to the City's system. Optimization Component WaterDistnbution Examples Define alternatives and decision variables Capaaty expansion through replacement, parallel systems, and new installations for • pipes, tanks, water treatmentfadirties, and pump stations Define performance variables Flows, pressure. velocities Objective function Minimize LCC (capital + operating PW) + insuffidentdelivery pressure penalty InfoWorks and SWMM Wastewater System Optimization CH2M has also developed a linkage to the InfoWorks and SWMM models to apply an optimization algorithm for wastewater collection systems. The table below summarizes the key elements of the wastewater collection optimization process, along with examples relevant to the City's system. Optimization Component Wastewater Examples Define alternatives and decision variables Define performance variables Objective function Capaaty expansion through replacement, parallel systems. and new installations for gravity sewers and sewer pump stations Capadty, RDII reduction, velocities Minimize: LCC (capital + operating PW) + wet weather flow + insufficient delivery capacity Optimization Component Define alternatives and decision vari- ables Define performance variables Objective function Optimization Component Define alternatives and decision vari- ables Define performance variables Objective function Climate Resilience Example Elevating sensitive/critical equipment to BFE + 2 ft. min, water tight electrical equip- ment ent and surface wastewater collection system manhole covers, utilize non -corro- sive materials and line wastewater coliec tion pipes to reduce/eliminate I&I. Number of flood events that cause system impacts, value of damage resu Iti ng from flooding, numberofsystem failures, number of discharges resulting from wet weather and groundwater infiltration, continued wastewater service provided to wholesale customers. Protection of water and wastewater infra- stmctare from flood water inundation and from corrosion due to increased chloride laden groundwater levels and salt water surface flooding Conservation Examples LEED certification requirements, fixture re- bates, water restriction policies. landscape plant selection and irrigation ordinances, reuse water for landscaping tiered water rate structure and rates Reduce daily water demands, maintain safe water quality, and ensure water availability for all customers Reduce daily water demands toensu re long term, reliable water supply for all exist- ing xisting water customers and in anticipation of future water demands without significant !, system u psizing or investment Climate Resilience/Conservation Optimization System optimization from climate resilience and conservation perspectives could be achieved for the City's water and wastewater systems as shown below. Phase IV—CIP Development The CIP will be developed with a 20 -year planning horizon and on a 5 -year cycle with the anticipation that flows, impacts of climate change, and asset renewal will be evaluated as the City moves forward. These impacts on the City's projects will be evaluated and the CIP updated on an annual basis. The CH2M team is experienced in developing CIPs, as demonstrated by the many programs and projects we have presented in Section 2. Utilities with m ulti-billion- dollar (and multi -million -dollar) CIPs face a com mon set Keep Miami Beach Rising Above • CIP Development Process Risk of Failure Analysis Consequence of Asset Failure Likelihood of Asset Failure Risk Calculation Asset Risk Ranking Non -Risk Drivers (from Facilities Plans) Growth New Regulations Coordination with Others Service Quality 313_MBW vl Energy Efficiency Climate Change Safety/ Security innovation Identify Risk Mitigation Options Assets with an Unacceptable Level of Risk Capital Project O&M Enhancement Identify Alternatives to Meet Non -Risk Needs Capital Project O&M Enhancement, BCE Exempt Business Case Evaluation Extent of Risk Reduction Benefits other than Risk Reduction Lifecycle Cost of Option Selected Project Project Prioritization Total Benefit Project Efficiency A business case evaluation is an important component in the CIP development process we will apply to the City's water and wastewater projects. of planning and prioritization challenges, many of which apply to the City of Miami Beach: • Building a business case platform so all projects are evaluated in the same, objective manner • Prioritizing projects across both water and wastewater needs • Developing a prioritized CIP that is supported across the full range of intemal and external stakeholders • Balancing the schedule of investment with financial capacity and managing the pace of work to match the level of funding • Balancing emergency response with ensuring implementation of the carefully planned CIP The design and construction process also creates challenges for maintaining cradle -to -grave project delivery assurance and schedule compliance, which is discussed later in this section. Distribution and collection system CIPs also face the challenges of working in an urban environment, where small projects can carry a big impact, higher project volume strains the regulatory permitting agencies, unknown underground conditions delay progress, stakeholder concerns require constant attention, and political intervention can reprioritize efforts. We are greatly encouraged that the challenges relating to CIP planning and prioritization are already being addressed by the City of Miami Beach's policies, procedures, and tools. Our team will build on the City's work and utilize asset management tools and 40 methodologies to develop a prioritized CIP that manages asset life -cycles with an integrated enterprise -wide approach. Use of GIS to Address Challenges in an Urban Environment Carefully coordinated, multi -faceted efforts are required to meet the challenges of an urban CIP. Our CIP development process will leverage advanced GIS tools to facilitate utility coordination, open communication with external CI Ps to leverage synergies on other construction projects, program reports to maintain knowledge and awareness of local elected officials, and stakeholder outreach to identify and mitigate temporary construction impacts. Robust program controls, often with a GIS interface, are necessary to manage schedule, budget and risk of multiple smaller projects as well as to easily reportto GIS Route Evaluation 1 ARV, IMMO, • an..t,..n<, • Slam A kir9,M •ixwrwrenmw Arnu•!kv ■'Ttif34 and t "rin untr aan•DOe The route evaluation CH2M performed for WASD`s OOL Program illustrates the multi -criteria selection process that CH2M will apply to development of Miami Beach's CIP, CH2M Water and Wastewater Services stakeholders on geographic distribution, schedule of future work and assure financial accountability. These and other processes and tools have been honed by our team on urban water and wastewater CIP programs worldwide in places like Miami. Ft. Lauderdale, Chicago, New York City, Omaha, Baton Rouge, Puerto Rico, and Las Vegas. Integration of Climate Resilience into CIP Projects The CH2M team has extensive experience in developing smart, multi -criteria decision support analysis methodologies and tools, including climate hazards in support of water and wastewater master plans and CI Ps. Our combined cost- and risk-based approach and implementation focus will improve the overall value of the City's investment, including maximizing the economic, environmental, and social benefits. With our team's understanding of the City's current climate change initiatives and previous resilience work through Climate Resilience Expert Jason Bird, we are prepared to support the City in integrating these various efforts in an integrated approach to CIP derision support and investment. Also, by building on the previous resilience planning efforts and understanding of the City's water and wastewater system vulnerabilities and opportunities, the CH2M team is positioned to refine and prioritize the City's near-term utility needs and to develop a plan for mid- and long-term implementation of utility improvements. The CH2M team is in the process of developing climate - based implementation plans for the Miami -Dade County's wastewater system to reduce the system's vulnerabilities and to guide future investment. CH2M's extensive dimate analysis and rainfall projection work performed for WASD's OOL Program, led by Climate Resilience Lead Laurens van der Tak, are directly applicable to Miami Beach and will expedite verification of the climate silence and related hazards for your water and wastewater systems. CH2M will begin this work with a review of the Southeast Florida Climate Com pact RCAP, SLR projections, and implementation guidance, along with climate hazard scenarios and related guidance developed for the City's Resilience Program. This information will be coupled with the latest developments from the City's Flood Mitigation UNIFIED SEM2VEL IyIp1EC I0N sp)D4EFA F10I ` 315 MBW_v1 Southeast Florida Climate Change Compact guidelines, SLR projections, and climate hazard scenarios will be incorporated into the decision support metrics developed to prioritize the City's projects. Program and its other capital projects to develop and validate the dimate science scenarios and decision support metrics used to select and prioritize the City's water and wastewater projects. With a focus of supporting the City's ongoing flood mitigation efforts, local growth and redevelopment projects, and near-term asset vulnerabilities, we will develop the decision support methodology, using the previously selected metrics and economic and social metrics for maximum benefit. CH2M will also leverage its tools and experience, with an emphasis on integration with existing City systems, induding asset management, data management, and GIS, for ease of use by the City. The CH2M team also understands the City's interest in linking various asset management software and programs to enhance its ability to easily track all improvement projects underway and planned by the City to limit disruption to traffic and utility services and to reduce overall construction costs while maintaining the intended LOS. CH2M has developed web -based applications and GIS interfaces for other water and wastewater utilities for that specific purpose. Integration of Conservation Strategies into CIP Projects Part of a comprehensive and integrated approach to managing the City's water and wastewater systems is understanding current use patterns and identifying opportunities to conserve and reuse. In addition to being aligned with the City's new Sustainability Ordinance, our project approach provides numerous benefits to the City and the region, induding reducing the impact on limited Keep Miami Beach Rising Above • water supplies, reducing the need for increased capacity in water conveyance and storage systems, reducing energy consumption for pum ping and treatment, reducing the volume of wastewater created and discharged to the natural environment, and ultimately reduce the costs paid by its utility customers. Water conservation programs are also important to consider as changes in flows affect system hydraulics, which could impact water quality and require changes to testing and flushing schedules. The management of supply and demand through distribution system enhancements and pressure, along with wastewater collection system performance, could also be affected by the changes in flows resulting from a City-wide water conservation program. Thus, it is important that these potential scenarios are thoroughly evaluated to identify any unintended consequences and to ensure that all systems operate as intended and that safe water supply and wastewater collection services are available to all City customers. To supplement LEED certification and assist the City in further reducing water consumption and the associated embedded energy, which also lowers its overall carbon footprint, additional policies and programs could be implemented. These programs could further incentivize additional water conservation and reuse and might include fixture rebate programs, cistern programs, water conservation and reuse education campaigns, landscape irrigation best management practice requirements, and tiered rate structures. A review of existing and potential future potential water conservation strategies will be performed to understand the range of possible water supply system scenarios that could be incorporated into the hydraulic model and the CIP project evaluation process. This comprehensive understanding will promotea better understanding of system operations and the implications of potential future policies to further reduce the impacts on the region's limited natural resources. CIP Project Prioritization To address the competition for capital dollars within the City's organization, our Planning/CIP Lead Jaason Englesmith will work with the City and our management team to perform a CIP prioritization based on utility - specific goals and values. This effort will optimize the timing of the individual projects comprising the water and wastewater CI Ps based on how they rank within the `G The integration of water conservation strategies into CIP development will reduce theimpacts on the cty's limited natural resources. City's overall CIP portfolio. This evaluation will consist of the following activities: • Conduct an initial criteria and weighting workshop to establish "scoring" criteria aligned to the City's values and goals. • Populate the dedsion analysis tod with future capital projects representing other investment requirements for the City. • Conduct a scoring workshop to identify the weighted benefits of each project. We will use a unique decision analysis tool called the TACT Strategic Platform to address non -monetary factors to the degree the City desires—more. less. or equal to engineering, financial, and regulatory drivers. The result of this effort is a prioritized list of projects, as well as a scatter plot of project cost against weighted benefit, identifying the most critical projects that are likely to be funded first. CIP and Master Plan Implementation The CH2M team will develop a practical, flexible CIP Implementation Plan for the City, with a roadmap for the future defined and supported by technical and economic analyses and community considerations. The optimal CIP Implementation Plan is not only affordable—it must be implemented in a manner that balances limited resources across the City's organization, ensuring the program is delivered in a holistic yet incremental manner. Development of the CIP implementation plan could run concurrent with the water and wastewater master plan to serve as a guidance tool for the immediate, near- term, mid-term and long-term implementation of capital projects—in some cases well beyond the 20 -year CIP, based on asset life cycles. Project prioritization, system LOS, and decision support metrics will be clearly stated to ensure continued compliance and future adjustment as the water and wastewater systems and City priorities evolve. CH2M Water and Wastewater Services San Mateo (CA) Clean Water Program Cost Optimization Scenario Mod Baseline FC Mod Baseline ISS CAS Alternative MBR Alternative 130 120 90 10 Year Investment (million) Avg. Rate Total Rate Ina -ease Impact 20 Year Investment (million) $936 14% 107.5% $1,075 $911 13% 105.4% $805 13% 99.5% $886 $784 12% 97.6% $862 Avg. Rate Increase Total Rate Im pact 8% 129.9% 126.7% 10% 130.5% 10% 127.2% $1,042 7% Mod Baseline FC Mod Baseline ISS CAS Alt =110 Yr Rate =20 Yr Rate t10 Yr Cast Once the high-priority water and wastewater projects have been identified based on their criticality and available funding, timing their implementation will be determined by CH2M's The Scheduler Tool. The Scheduler is a compression algorithm that optimizes project timing and sequencing based on funding options, while maintaining individual project duration and predecessor relationships. The first option is the source of funds, and The Scheduler selects between such funding sources as cash, State Revolving Funds (SRF), and bonds to minimize total debt service. The second option is the start date for projects, and The Scheduler selects the start date based on affordability (meeting coverage and liquidity tests without exceeding the maximum rate threshold in any year) to minimize total CIP duration. The Scheduler has proven valuable on system -wide programs, such as the City of San Mateo's Clean Water Program. For San Mateo, The Scheduler defined the timing and sequencing of about 100 individual projects that compose the program. Applying The MBR Alt .,4s.. 20 Yr Cost 51,200 51,050 iJ 5900 c r 5750 CIP roritizati n pr mn for N91) Mateo using The Scheduler" identified an alternative that is eliminating 10 years of construction, redudng program costs by $250 million when compared to the baseline scenario. Scheduler, CH2M eliminated 10 years of construction when compared with the original master plan, reducing program costs by 30 percent ($250 million). If desired, The Scheduler can also integrate the City's CIP projects with other City projects, such as stormwater and roadways. By applying CIP prioritization to understand the com petition for funding, using TACT to support strategic decisions throughout project development, and leveraging the functionality of The Scheduler to optimize project timing and sequencing, CH2M will create a defensible, implementable, and affordable long-range CIP for the City of Miami Beach, eliminating many of the traditional hurdles to success. Manual Scheduling 4 projects take 7 years Affordability Level Year 1 2 3 4 5 6 7 TACT Optimized Scheduling Same 4 projects take 3 years Affordability Level Year 1 2 3 4 5 6 7 The Scheduler optimizes project timing and sequencing based on funding options, which will optimize the City's investment. Keep Miami Beach Rising Above Public Outreach Support Keeping the Miami Beach's public and stakeholders aware of its CIP and providing them with information, resources, and opportunities to be involved is a fundamental requirement of large. successful municipal programs, espedally when those programs rely on a special tax or bond sales to fund them. The City of Miami Beach, under the leadership of the current Mayor, City Council, and department heads, has been working hard at communicating about the ongoing flood mitigation program and demonstrating how its roadway and stormwater enhancements are reducing flood risks. Similarly, the City has been promoting additional flood awareness and resilience initiatives through the Miami Beach Rise Above campaign and website. This program is uniquely challenging in that a clear understanding of the climate scenarios, future SLR projections, and related flood hazards is extremely important to communicate in advance of releasing inundation mapping. By engaging the public and stakeholders, the City has garnered significant support for the Flood Mitigation Program, increased stormwater utility rates, and related initiatives that would not be possible without this type of support. Our Public Outreach Lead Didier Menard is prepared to work with the City and other key team members to provide water and wastewater CIP informational materials and to support the City, as needed, during public meetings. By being proactive and providing CI P information via an easily accessible website with interactive maps, FAQs and other resources, many concerns and questions otherwise routed to the City Council and Mayor can be avoided, City Communications Keep Stakeholders Well Informed • O The City of Miami Beach has done an excellent job of keeping the community informed on climate resiliency efforts. The CH2M team will work with the City to build on these efforts. reducing staff time and keeping projects on schedule. By leveraging the City's existing public outreach tools, such as the Miami Beach Resident Connect system, real time information about road closures, project updates and public open houses can be provided to keep all stakeholders informed throughout the project planning, design, and implementation phases. Alignment with other initiatives will be another key element of the CIP public outreach campaign. For example, the flood mitigation program and resilience planning programs have been aligned with the NFIP CRS program to provide additional credits towards the reduction offload insurance premiums. Continuing to integrate planning, design, and CIP investment decisions while considering multiple co-benefits—including economic, environmental, and social—will ensure the City continues to provide the LOS expected to maintain Miami Beach's high quality of life while advancing on the path to a truly resilient dty. CH2M can provide a broad array of services to support the City's ongoing public communication efforts. CH2M Water and Wastewater Services Design Phase Services We will work with the City to establish a unifying set of design standards for the water and wastewater projects, ensuring consistency and quality throughout the design process. Applicable Clean Water Act, National Pollution Discharge Elimination System permits, FDEP regulations, Miami -Dade County environmental codes, Miami -Dade County building standards, and other required regulatory requirements will also be incorporated into the design standards. Our regulatory knowledge and experience allows our team to provide the full range of permitting services for the City's water and wastewater projects, as needed. Climate -resilient features, such as elevating equipment, water proofing buildings, and replacing traditional pumps with submersible pumps, will also be factored into the design process. Expansion of WASD's SDWWTP Oxygen Production Facility is an excellent example of CH2M's facility hardening design services. During project design, our engineers will employ the following design process: Phase 1—Project Definition. The goal of the project definition task is to develop a vision of the end - product, including a clear understanding and statement of required performance, with defined measures and evaluation criteria. The deliverable for this task is a project definition package that contains the project purpose, mission, and success factors; definition of external constraints; documentation of site conditions; and evaluation of water treatment or other design alternatives. . Phase 2—Preliminary Design. The 30 percent design will incorporate the information gained during the process evaluation and further develop and finalize the basis of design for all the disciplines. The culmination of preliminary design is the basis of design report, which captures the outcomes of the pre -design activities and, in comprehensive detail, establishes the parameters for detailed design. - Phase 3—Detailed Design. During detailed design, CH2M engineers will build on the major criteria, concepts, and standards established during preliminary design. Detailed design will not begin until the basis of design is fully endorsed by key stakeholders, and it will include two formal, intermediate reviews at 60 and 90 percent completion. The use of 3D design will facilitate the review process, allowing key concepts and City directions to be firmly established before further development of the detailed design documents. A key component of CH2M's program management services is our ability to successfully incorporate constructability, value engineering, and operability enhancements that improve project performance, maximize scope, ensure safe work practices, and ultimately deliver projects for less cost. As an example, CH2M performed a peer review to evaluate the analysis and recommendations of the components comprising improvements for the City of Baton Rouge's program, as described in Section 2, Experience and Qualifications. We assembled a review team of experts to review available documents and reports, conduct a preliminary evaluation of Schematic Design: Compressor Building &Electrical Building —Iterative process identified most ruble concepts to arty forward —3D visuatiration made it easier to obtain WASD's endorsement Our design guide for Miami -Dade s OOL Program describesin detail mitigation and adaption designs for utility infrastructure, which can be adapted for thecty's projects. This WASD facility was designed to these dimate change/SLR standards. Keep Miami Beach Rising Above Lessons Learned Over Time—How CH2M Integrates Best Practices into Project Designs Approach Purpose '. Early system requirement reviews between design and operations staff Ongoing design reviews between engineering operations, and construction staff throughout all phases Constructability and operability reviews between design. operations. and construction disciplines at each design phase Integrated team of all disciplines and stakeholders review and provide input to construction sequencing plans and schedule Outcomes Factors operational requirements into design Eliminates misunderstandings between what is designed and process from the beginning operational requirements and expectations (e.g, fewer redesigns) Confirm design alignment with operational Improved constructability based on actual operational conditions, expectations a nd requirements reducing risk of re -work during construction Early identification and resolution of any potential constructability or operability issues All stakeholders informed of activity timing project schedules. and potential impacts to facilities and services; critical facilities that must remain in service during construction are identified the wastewater facilities, interview key individuals, and author a report summarizing the findings and recommendations. From this review, we recommended several changes to the proposed program that saved the City of Baton Rouge millions of dollars in program costs. Procurement Phase Services Implementing an effective procurement system for a complex infrastructure program requires an understanding of the wide spectrum of proven procurement and contracting methods, and accompanying insight as to how varying methods align with project needs and risk allocation. CH2M is experienced in all potential delivery platforms, including design -build, progressive design -build, and construction management at -risk, and will work with the City to thoroughly evaluate design -build on a project - specific basis. We can also issue and manage RFQs/ RFPs for selecting design -build contractors and soliciting lump sum bids from contractors, and can evaluate and negotiate design -build proposals and contractor lump sum bids. Construction Management Services Our team's approach to providing field construction management services is based upon proven experience and procedures used on construction programs throughout the world. The Construction Management Plan (CMP) will contain the procedures and operational requirements for managing construction of the City's projects. The CM P will be used by construction management, resident engineering and inspection, and Significant cost avoidance as issues are addressed in the design phase and "on paper versus in the field during the costliest construction phase Operations staff are in tune with the schedule and prepared for any potential construction impacts on operations Critical systems and facilities remain operational during construction to prevent any regulatory violations; quality impacts, i or major interruptions in service office engineering personnel to guide their day-to-day activities. The major elements of the CMP consist of procedures for construction contract administration, project records and documentation, safety management, change orders, claims avoidance, quality assurance, inspection, progress schedules, shop drawing management, transmittals, as -built records, updating and processing, and project startup/close-out. Management Plan At CH2M, the foundation for how we manage project budgets, schedules, and quality is based upon the principles of quality management. Quality management is not just a process at CH2M—it is the foundation of our culture. Every employee is empowered to be responsible for the quality of their own work, as well as the work they supervise. We apply an effective, efficient, and auditable quality management approach to all project work, based on the CH2M Quality Management System (QMS), which is compliant with ISO 9001.Our QMS is based on: • People: The right people for the job, trained, qualified, and committed to quality—as demonstrated by the project team we have developed for your project. • Process: Proven quality control processes and procedures, with frequent monitoring and verification for change management. • Performance: Continuous quality improvement throughout project delivery, applying lessons learned. CH2M Water and Wastewater Services A clearly defined project organization, coupled with of CHZ11�' effective project management and communication with QS S the City of Miami Beach throughout the project, e to Q d ensures that all of us are working towards a common goal. These principles will be put into practice to ensure the success of the following tasks: • Develop the City's Role—At the outset of the project, we will obtain a dear understanding of the City's needs and expectations. The role of the City will be delineated and specific areas where the City's involvement is crucial will be identified. • Develop Project Schedule—At the onset of the project a schedule will be developed to meet the needs and requirements of the project including identified milestones, coordination with other ongoing projects, and funding requirements. • Create Project Management Plan—Project Manager Juan Aceituno will lead the effort to develop a Project Management Plan (PMP), which will outline the project requirements for schedule control, cost control, communication protocols, document control and records management, and managing change and health and safety. • Ensure Quality Control—Our project manager will also be responsible for deliveringa project to the City that meets or exceeds your quality expectations. Development of the City's Role One of the hallmarks of CH2M's management style is to collaborate with dients, subconsultants, contractors, and other project stakeholders. Our project management approach promotes a collaborative working relationship with City staff and other team members through our use of regular meetings and other regular communications. We will work closely with the City staff to plan, coordinate, review, and validate the fi ndings and recommendations of our facility assessment and CIP development and implementation efforts. Execution of the fieldwork and associated City coordination will be intensive at times. Our highly collaborative approach will keep all parties apprised of critical findings and project activities. People °L° 1I/ ,sem► II AIL Performance The City's role and level of involvement will be established during the project kickoff meeting and documented in the PMP. We envision that the City will 44_ ot, Process A management plan based on principles of continuous quality improvement will deliver a technically superior project within schedule and budget. participate in the following activities. • Progress meetings • Development of CIP project scoring criteria and weights for project prioritization • Design reviews • Other project meetings Project Management Plan Project Manager Juan Aceituno will develop a PMP based on the agreed upon scope of work (SOW) and the requirements established in our Quality Management Plan (QMP). The PMP will be a live working document that establishes dear operating expectations and that defines the scope of work, staff responsibilities, schedule control, cost forecasting, document management, change management, and the QMP. The PMP will also be shared with the City. Schedule Control CH2M recognizes the importance of meeting established schedules and has a reputation for consistently completing work on or ahead of schedule. Ata minimum, Keep Miami Beach Rising Above Project Manager Juan Aceituno will review all resource - loaded schedules monthly to compare the baseline schedule with actual progress. Particular attention will be paid to tasks along each project's critical path. By reviewing the schedule on a monthly basis, we will be able to track the process of the project, identify any schedule variances, and develop options to mitigate those variances to ensure all milestones are met. A schedule update will be provided to the City monthly at progress meetings. Any potential schedule impacts, including changes requested by the City, will be communicated early to obtain their resolution. As the project continues, adjustments to project tasks may potentially affect the project schedule. To minimize these effects, our project manager will rely on the assistance of our Principal -in -Charge Matt Alvarez. If additional manpower is needed, Matt is authorized to find available staff with the right skillset, allowing the project to continue to meet its milestone targets. Cost Control Controlling project costs in a professional, responsible manner is emphasized within CH2M. As part of the PMP, a Project Controls Plan will be created and followed and our project manager will provide percentage complete estimates based on scope tasks and deliverable status every month for progress monitoring. Our project manager will also use CH2M's Forecaster tool to monitor project -to -date costs and to forecast future costs to project completion on a monthly basis. This invaluable tool will allow our project manager to keep each individual task on schedule, as well as quantify the potential impact a requested change to the scope or schedule would have on project cost. Communication Protocols Information flow during project delivery of will occur at multiple levels arid fora variety of purposes, depending on the activity and the nature of the task. A key role of our project manager is to facilitate effective internal and external project communications through development of a Project Communications Plan, which will identify specific communication needs for information flow and how communication will be coordinated for each task. As part of the PMP, the Project Communications Plan will provide the framework for communications among all project stakeholders—including the City, our project manager and technical leads—by providing contact information for all project stakeholders, basic guidelines for conducting and documenting intemal and external project communications, and guidelines for scheduling, conducting, and documenting project progress meetings with the the City . Project meetings, workshops, periodic coordination calls, recorded notes, and regular emails will all be used to keep City staff, CH2M team members, and other stakeholders apprised of project progress during facility evaluation development and CIP implementation. Document Control and Records Management The City's water and wastewater CIP will generate large FINANCIAL FORECASTING TOOL ALIGNS BUDGET WITH SCHEDULE Pricer Integration. Application sits on the Pricer« «�.r database and uses costing and pricing logic. CAB provided at summary level lime -Phase Forecasting. Provides bottoms -up. time - phased forecasting capabilities by work breakdown structure (WBS) element in direct cost terms Easy Setup. Ready to use today! Seamless transition from budget setup in Pricer to forecasting in Forecaster Easy to Use. Simple Excel datasheet user interface that allows off-line estimate to complete (ETC) calculations Workflow EAC Update Approval workflow with PA and project manager Upload into Orade. Automatically sends forecast values to Oracle, which reduces data entry time and errors 'r 1016.0.0.61.111010-3, laweamaiimaiimeog C1 -12M Water and Wastewater Services amounts of data, documents, and other information that will need to be efficiently collected and communicated to the project team and stored in an accessible location for team members. The procedures for managing documents, including existing information, field data, project management files, and deliverables, will be identified in the Document Management Plan portion of the PMP. Project documents will include the following types of information: • Project management plan • Workshop/meeting materials and minutes • Coordination schedules • Task schedules and budget • Technical memorandums • List of available reference documents Managing Change Change is an inevitable part of the project delivery process. Therefore, change management is an essential part of our project management process. As part of the PMP, a Change Management Plan will be created to establish the procedure for addressing changes. The changed condition will be identified, the impact of the change on project costs and schedule will be determined, and options for mitigating the change will be developed and selected. With this information, our project manager can work with the City to implement the change and to formally modify the project scope, schedule, and budget as necessary. Also, because change can impact the technical quality of a project, it is important that quality control (QC) reviewers review the changes for acceptability, as appropriate. Health and Safety All CH2M projects involving field work have a written Health, Safety, Security and Environmental Plan (HSSE). The HSSE plan identifies project activities, evaluates hazards associated with those activities, and describes the controls required to protect personnel health and safety as well as the environment. CH2M's HSSE plans are based on the tenets of our Target Zero Health and Safety Program, which routinely outperforms the industry in minimizing workplace accidents. Our project manager is responsible for HSSE, and will update the HSSE Plan with any new information prior to and after project start up. All CH2M employees working on the project are required to be familiar with the I{eep Miami Beach Rising Above CH2M OUTPERFORMS THE INDUSTRY AVERAGE IN SAFETY 1 s CH2M Enterprise - Employee Incident Rates _MTRR BLS intlustry Average TRR C He' MDART BLS industry Average DART 1 25 000 2006 2007 2005 2009 2010 2011 2012 2013 2014 2015 requirements of the HSSE Plan, to perform the duties assigned to them, and to com ply with all HSSE project requirements. Ensure Quality Control QA/QC are key elements of CH2M's firm -wide project delivery process and are embodied in all aspects of our work and our firm's culture. The QMP developed for the City of Miami Beach will identify who will review deliverables, when reviews will be conducted, and the budget for reviews. All of our project team members will be educated in—and be required to adhere to—the QMP throughout project delivery. The best way to produce quality work for the least cost is to do the work right the first time. With the QMP in place, we will monitor, verify, and document quality using our project management, cost control, and document control tools. We will follow the framework detailed in the QMP that addresses the following: • Data management, including procedures for obtaining, reviewing, storing, and sharing data a Procedures for quality reviews of deliverables prior to submittal to the City • Procedures for responding to the City review comments on project deliverables • Templates for all deliverables to the City, including technical memoranda and project designs • Procedures for updating and sharing the project schedule Procedures for training project staff Before work is delivered to the City, it is reviewed to confirm that it meets the industry standard of care as well as the City's project -specific goals. Our QC reviewers will be selected on a project -by -project basis and will have extensive experience in relevant disciplines. They will not be involved in day-to-day project execution so that they can provide an objective QC review of the projects. As an overall objective, all work on the project, regardless of the specific entity conducting the work, will be developed and delivered in cooperation with our QC reviewers, and all deliverables, calculations, and analyses will be reviewed or checked. A PROJECT QUALITY MANAGEMENT PLAN ENSURES WORK GETS DONE RIGHT THE FIRST TIME • Specifies quality objectives, performance measures, and standards • Defines each team member's role and responsibilities • Involves the appropriate technical staff from the very beginning • Identifies who will provide guidance and assess the work • Clarifying quality control measures for work review • Requires that all deliverables be reviewed by a qualified technical reviewer before submittal • Defines customer feedback and service guidelines CH2M Water and Wastewater Services Juan F. Aceituno. PE Project Manager 3150 SW 38th Ave Suite 700 Miami, EL 33146 305A/11.1864 juan.aceituno@ch2m.com Award Recognition • The Walter E. Peele-Dixie WTP Membrane Expansion, won a CMAA project achievement award in 2008 in the Program Phase—Infrastructure category. That project also was awarded the "Best of 2008" civil works project by Southeast Construction magazine. • The Broward County School Board awarded the WaterWorks program team its "School -Based Partnerships of Merit" award for a bid competition at Stranahan High School • Winner of the Construction Management Association of America's "2008 Project Achievement Award" • Winner of Southeast Construction Magazine's "Best of 2008 Award" in the Civil Project category • Approximately 60 miles of rehabilitated gravity sewers, including 5,442 existing sewer laterals • 93 miles of new water mains • The $27 million expansion of the Walter E. Peele- Dixie WTP and the addition of nanofiltration membrane technology allows the production of 12 mgd of treated water from the Biscayne aquifer using membrane treatment. The $3 million Poinciana Park storage tank and pump station project increased water system pressure and improved fire protection, benefiting the local sol residents, Port Everglades, and the Fort Lauderdale - Hollywood International Airport. By augmenting City staff with CH2M's program management and construction management staff, the City was able to meet the program's peak construction demands without hiring additional staff that would no longer be needed after program completion. Team co -location and formal and informal training of City staff increased in-house project delivery capabilities and streamlined internal processes and procedures— empowering City staff to continue managing future City infrastructure improvements. The $3 million Poinciana Park storage tank and pump station project increased water system pressure and improved fire protection, benefiting the local residents. Port Everglades, and the Fort Lauderdale - Hollywood International Airport. The $18 million in enhancements and improvements to the Fiveash WTP provide a reliable source of public drinkingwater and lower plant operatingand maintenance costs. Improvements to the George T. Lohmeyer WWTP included several renewal and replacement projects and expandingplant capacity CH2M's work helping the City receive approval for State Revolving Fund loans during WaterWorks 2011 positioned the City to receive up to $104 million in low-interest loans, with savings up to $30 million during a 20 -year loan period. CH2M Water and Wastewater Services Seminole Tribe of Florida Water and Wastewater Utility Program, Hollywood, Florida • RELEVANCE TO MIAMI BEACH v Extensive Water and Wastewater System Master Planning ✓ South Florida Capital Program Delivery Expertise The Seminole Tribe of Florida's CIP includes projects to increase capacity, correct major deficiencies in the water and wastewater systems, and improve water quality. What We Do: Implementation of water and wastewater CIP projects, staff augmentation, processes and tools development, and master planning to support the Public Works Department (PWD). Contract Tenure: 2013 through 2020 Contract Value: $150 million (constructed value) Agency Contact Emran Rahaman, Assistant Public Works Director, 954-894-1060, emranrahaman@semtribe.com Project Profile The STOF PWD protects the Tribal Community's health and safety and environmental resources by maintaining reliable, efficient, and effective water and sewer utility services to the Tribal Members, residences, enterprises, and other facilities. The PWD's Vision is to be recognized as "an industry leader who is distinguished for their professionalism, responsiveness, reliability, environmental stewardship, sustainable solutions, fiscal responsibility and caring attention extended to every individual they encounter." In support of that vision, PWD established the PWD Infrastructure Program . This $150 million, 5 -Year CIP is composed of 58 projects to update, modernize, and expand potable water, sanitary sewer, and reclaimed water infrastructure. CH2M is managing this program using the stage -gate process, which is helping improve relationships and communications among all program participants, while documenting the implementation of projects. The program started with the initiation of several Immediate Action projects in FY 2012. The immediate action projects were selected to address safety issues, streamline operations, improve water quality, increase treatment capacity to support future growth, define future improvements at key facilities, and provide Master Planning for SCADA. In addition to the immediate -action projects that were initiated to address high-priority operational needs, the PWD has conducted yearly department -wide needs assessment of plants and facilities. The PWD Infrastructure Program is repairing and improving the facilities that serve the Seminole Tribe of Florida, through a structured and standardized program delivery strategy. CI -12M is providing delivery resources, processes and tools, and capital planning to deliver projects with a Keep Miami Beach Rising Above transparent, defensible, and prioritized plan focused on accountability. As part of this infrastructure program, PWD designated the Program Validation and CIP Development to assess and validate the current state of PWD systems and facilities and to develop the 5 -year CIP using a rigorous methodology for making defensible capital and operational investment decisions. The following key utility goals served as the basis of the processes that were implemented in support of the CIP development: • Protection of health and safety of the Tribal community and STOF employees • Maintenance of prior infrastructure investments • Maximization of Tribal resources • Compliance with mandates and prior commitments • Provide for the sustainable future and growth of the Tribal community • Improve the reliability of the existing utility Each reservation brought unique challenges to the CIP development because of differences in population, growth projections, business enterprises, location, existing water supplies, and condition of existing facilities. A CH2M team of senior expersts visited each reservation and alongside STOF PWD staff, developed BRIGHTON TAMPA ' \ FORT PIERCE a9 BIG CYPRESS IMMOKALEE .,,.u..d,I. 6 HOLLYWOOD 1:14/0, with support from CH2M, identified validated, and prtontrzed projects based on a risk-based facility needs assessment. We developed a SCADA Master Plan for a system that supports the operation of multiple water treatment plants, wastewater treatment plants, water distributions systems, and wastewater collection systems. the list of necessary projects. After finalizing the list of projects, a Risk Assessment and Prioritization Workshop was held as part of a structured decision- making process. This prioritization process used clear goals and decision criteria as part of a multi - attribute mathematical analysis approach. During the Risk Assessment and Prioritization Workshop, the CIP list development team defined the measures to evaluate projects, used a project prioritization model to score each project, and determined cost/benefit relationships to weigh tradeoffs between projects. Several master plans were developed in FY 2013 for the water (WTP) and wastewater treatment plants (WWTP), solid waste management, and SCADA controls systems. These master plans provide information and analysis necessary for the Tribal Community's infrastructure Tong -term planning using a phased approach. This planning methodology ensures that operational and capital costs are commensurate with the forecasted Tribal growth and needs. The CIP and master plans will be regularly updated to reflect changes in service demands, infrastructure condition, emerging goals, and priorities. Several immediate action projects were initiated as part of the Infrastructure Program to address high priority operational needs, conduct a PWD -wide needs assessment of plants and facilities to develop a prioritized 5 -year capital improvement plan, identify the current and future funding needs to maintain the Tribe's infrastructure investment, and implement a delivery platform to manage the PWD Infrastructure Program to maintain a high level of water and sewer utility service for the Seminole Tribe of Florida. or CH2M Water and Wastewater Services Projects will be delivered under this CIPusing design -bid -build, construction management at -risk (CMAR), progressive design build, and lump sump design build delivery models Client relationship strengthened through collaborative innovation and creative deployment of CH2M Program Management Framework • Chartering outcomes were combined with maturity model assessment to create a plan to build an innovative Program Delivery Platform. We built the delivery platform around the stage -gate process to help the client's staff understand the phases of a project and the importance of developing plans and documenting decisions. In the standard Program Delivery Platform, stage gate processes are in the design and construction functions. Using this dynamic delivery model, PWD can deliver the projects and maintain a high level of infrastructure service for the STOF with a transparent, defensible, and prioritized plan focused on accountability. • Built into program delivery platform is the project execution plan (PXP), which is progressively developed over the course of a project. The PXP starts as the basis of design and project instructions document and ultimately becomes the project's record of decision. Project information and decisions are added to the document as they arise. which keeps instructions current, allows the project team to find everything Measures of Success they need in one place, and eliminates duplicate or redundant work. • Developed multiple master plans to assist in a phased -approach, long-term planning to assure that operational and capital costs are proportionate with the Tribal growth and needs. • Helped PWD win several industry awards and build relationships with other Tribal Departments. • Helped strengthen interfaces by working with the Transportation Department to build a relationship with the Miccosukee Tribe to secure a Transportation Infrastructure Finance and Innovation Act (TIFIA) loan from the federal government. We led a delegation to Washington DC to pave the way for STOF to receive the first- ever TIFIA loan to be given to a native tribe. • Helped PWD create a transparent contracting mechanism to further support their vision to be fiscally responsible and good stewards of the Tribe's resources. The stage -gate and progressive -build PXP platform was the fi rst of its kind, but will become an industry-leading standard because of its utility and efficiency, and the multiple other benefits it provides to clients. 1 Keep Miami Beach Rising Above to Cudjoe Regional Wastewater System CIP, Florida Keys Aqueduct Authority, Florida • RELEVANCE TO MIAMI BEACH ✓ South Florida CIP Development and Implementation / Extensive Wastewater Collection and Transmission Improvements ✓ Implementation of Conveyance and Asset Management Best Practices A series of wastewater CIP projects was developed with FKAA to improve the Florida Key's wastewater infrastructure, comply with regulatory compliance requirements, and meet the demands of a growing population and mandated water quality improvements. What We Do: CIP delivery, planning, design, and construction management for wastewater collection, conveyance, and treatment Contract Tenure: 2009 to 2012 ContractValue: $172.5 million (constructed value) Agency Contact Tom Walker, Deputy Executive Director 305-295-2140; twalker@fl<aa.com Project Profile As FKAA's general water resources consultant for the past 27 years. CH2M has successfully provided responsive multi -disciplinary engineering and construction services. and has delivered more than 100 projects totaling $172.5 million. Projects have involved master planning; civil, process, geotechnical, electrical, HVAC, and structural engineering; architectural; hydraulic modeling; environmental/permitting; hydrogeological; cost estimating; public involvement; financial assistance; economic; IT; and construction management and administration. Recent design and construction experience with the FKAA's Cudjoe Regional Wastewater system include: • 2012: Design -build criteria package criteria for the Cudjoe Regional Outer Island Collection and Transmission System. This major, $100 -million • • contract included 4 master pump stations, a 7,100 foot directional drill of Niles Channel, and collection/transmission systems for four islands. Despite program changes implemented by the County, the project was completed within the time frame mandated by the state and federal governments. • 2013 to Present: Program manager for construction of the advanced WWTP, including changes to the design and all collection system and transmission system of inner and outer island projects extended over 30 miles and 8 islands. Provided design management, full document control, software programming, permitting, construction management, and website design/hosting (www. cudjoewastewater.co m). • 2009 to 2012: Preliminary planning and design of the Cudjoe Regional Collection and Transmission Systems. Design and modeling of the backbone of the collection/transmission system upon which all the other design components were based. The system incorporated features allowing the use of individual grinder pumps for outlying areas to function in conjunction with the more typical gravity collection and master pump stations. The project also developed the design for the master pump stations. CH2M Water and Wastewater Services For another major FKAA program, CH2M served as program manager for the Florida City WTP Reverse Osmosis (RO) Expansion Project, which included engineering and construction management and inspection services for three separate construction contracts. All projects were completed within budget and schedule- Components of this program included: • WTP electrical improvements • New 10-mgd RO WTP and wellfield addition to the existing plant • Deep injection well design, permitting, and construction management • Wellfield protection services to assist with potential encroachment activities and preserve the investment • New high -service pumping facility Other representative projects for this ongoing contract within the past 5 years include: • Ongoing improvements to the 120 -mile -long water transmission main from Florida City to Key West - Transmission Main Standard Operating Procedure Manual for Energy Conservation - Key Largo Booster Pump Station rehabilitation - Cathodic Protection System Improvements and Expansion Cudjoe Regional Outer Island Collection and Transmission System involved four master pump stations and a 7,100 -foot directional dull under the Niles Chanel. i r;e Cudpe Reg.od ialA WRF was built to address increased v,,,,75.tev.foter flows from the growing population. • Extensive coordination with multiple regulatory agencies, including FDEP, ACOE, SFWMD, NOAA, FWC, NMS and Monroe County to secure environmental permits within an environmentally sensitive area for water transmission pipelines between Bahia Honda and Cudjoe Keys Measures of Success • Client -for -life" philosophy driven through nearly three decades partnering with FKAA • Successful delivery of over 100 multi- • Improved understanding of the supply chain disciplinary wastewater infrastructure and regulatory process gained by wastewater improvement projects in South Florida worth portfolio in South Florida $172.5 million 6 We have been pleased with the services provided by CH2M HILL. As a local full service firm, they have been responsive to our needs and have provided excellent design and construction management services. They are technically very competent and have effectively managed and delivered our projects. - Tom Walker, PE, Deputy Executive Director, Florida Keys Aqueduct Authority Keep Keep Miami Beach Rising Above City of Cocoa Water System Capital Improvement Program. Florida RELEVANCE TO MIAMI BEACH • CIP Developmentand Implementation Y" Extensive Regional Water Supply and Distribution System Improvements • Implementation of Asset Management System • For the past nearly 50 years, CH2M has worked with the City of Cocoa to build a "future proof" water supply and distribution system. What We Do: Water CIP development and delivery, Water Engineer of Record, general engineering services Contract Tenure:1968 to Present Contract Value: $100 million (constructed value) Agency Contact Jack Walsh, P.E., Utilities Director, 321-433-8710, jwalsh@cocoafl.org Project Profile CH2M has worked with the City for nearly five decades to help develop this integrated wellfield and surface water supply system to meet growing water supply needs. Projects totaling more than $60 million have included major wellfield development, surface water supply development, construction and permitting of aquifer storage and recovery (ASR) wells, water conservation, water treatment, transmission and distribution system improvements, and associated measures to meet increasing water demands. Since 2008 we have served as the City's program manager on over 25 active projects, including the City's 5 -year $100 million CIP; we recently completed an overhaul of their water system SCADA; and are providing master planning and significant distribution system assessment and asset management services. Also, we designed a new clearwell and transfer pump station for the surface water treatment train, currently under construction. The City of Cocoa is a regional water supplier to approximately onethird of Brevard County Florida, which includes Cape Canaveral and the Kennedy Space Center. CH2M Water and Wastewater Services Example projects completed and representative of CH2M's strength in providing utility engineering services include the following: • Construction and comprehensive field calibration of the water distribution system hydraulic and water quality models • Water/Wastewater Utility GIS Master Planning and Implementation Optimization of drinking water treatment processes for disinfection by-product management, nitrification minimization, and virus inactivation • Wewahootee Pump Station Improvements • Emergency structural repairs to the High Service Pump Station • Groundwater Chemical Building and Elevated Walkway Structural Improvements • Cross Connection Control Program Management • Valve Condition Assessment and Replacement Program • Flocculation/Sedimentation Basin Drain Valve Retrofit • Ground Storage Tank Mixing Optimization using Computational Fluid Dynamics • Taylor Creek Reservoir Water Supply, Treatment and ASR Program • Dyal WTP LOX conversion for the ozone generation system • Dyal WTP Surface Water Plant Clearwell Addition (under construction) and Reject Pond Rehabilitation • O&M staff recommendations and Dyal WTP operational assistance Capital Improvements Program As with municipalities all across the United States, the City of Cocoa is facing the need to make significant reinvestment in its aging drinking water infrastructure. While public health and safety is dependent upon the integrity of City's water treatment and distribution system, the cost for infrastructure renewal will be substantial. Consequently, the City's Utilities Department desired a deliberate and carefully structured approach to deliver immediate -need Keep Miami Beach Rising Above • Design, permitting, bidding, and SDC of the Dyal WTP groundwater treatment facility filter improvements • SCADA implementation and SDC • Environmental resource permitting assistance • Security vulnerability assessment • Risk Management Plans • ASR wellfield expansion and cycle testing • South Mainland 42 -inch -diameter pipeline design and construction • Switchgear and Generator Closed Loop Transition Upgrade • Water Utility -Energy Optimization Study • Emergency response plan assistance • Preliminary Design Report for the Saint Johns River/Taylor Creek Reservoir Water Supply Feasibility project Groundwater is treated at the Dyal i/VTP by Irate softening in three reactor clarifiers. projects and to assess the current state of its drinking water system and develop a rigorous and reproducible methodology for making defensible capital and operational investment decisions. The City of Cocoa's CIP entails modernization and improvements to the potable water, wastewater, and reclaimed water infrastructure. Under a General Services Contract, the City of Cocoa contracted with CH2M to provide a program management approach and a dedicated team to deliver the CIP. The program management processes, tools, and skills developed during execution of the program are setting the stage for the City of Cocoa to continue with implementation of additional capital improvements and preventative maintenance programs that may be needed beyond the first 3 years of the program_ • Fully automated and integratived technologies are boosting reliability, optimizing efficiency, cutting operating costs and greatly improving utility management and operations • Site safety improvements created substantially improved on -demand service for both City workers and citizens • Provided management and oversight for the City's Dyal Surface WTP, South Measures of Success Mainland Water Transmission Main, and the Groundwater Filter Upgrades projects, which collectively totaled approximately $44 million in constructed value and incurred only $633,000 (1.4%) in net change orders, which is well below industry average. L ° The City of Cocoa has been working with CH2MHill since 2008. From the start of the program. CH2MHill has integrated seamlessly with our staff. They spend time with us on a daily and weekly basis: attend meetings with us; and essentially act as an additional resource when requested. They provide administrative program support for our capital programs and track the program each month and verify every dollar with our finance staff to ensure accuracy. In addition, they provide individual support to the various divisions for operations and maintenance in the field as well as support to the water plant CH2MHill has employees who care about their dients and take pride in their work. We treat our consultant as a team member and we communicate often and ensure the staff vision is identified early in the project development phase, which ensures the project will meet our needs when it is completed. CH2MHiII provides a broad range of support but no matter how technical the need, they always have a seasoned professional who can be a resource to solve problems and make recommendations or lead and implementa new design if necessary. CH2MHill has distinguished themselves as an outstanding consultant and I would strongly recommend them as a top professional in the industry." John "Jack" A_ Walsh, RE _, Utilities Director, G ty of Cocoa, December 7, 2016 CH2M Water and Wastewater Services Water and Wastewater Capital Improvement Plan, Seminole County, Florida • RELEVANCE TO MIAMI BEACH ✓ Water and Wastewater CIP Implementation ✓ Prioritization and Delivery of 200 Projects Valued at $300 Million CH2M's delivery capabilities helped Seminole County address the significant backlog in all phases of their water and wastewater CIP. What We Do: Full range of delivery services for Seminole County's CIP Contract Tenure: 2006 to 2014 Contract Value: $690 million (constructed value) Agency Contact: Terrence McCue, Chief Engineer, 407-665-2040, TMcCue@seminolecountyfl.gov Project Profile The Seminole County CIP consisted of 200 projects more than $300 million entailing the modernization and expansion of potable water, sanitary and reclaimed water infrastructure using a program management approach implemented by a dedicated team led by CH2M. CIP delivery services provided included: master planning, permitting, design management, procurement CH2M's CIP delivery services hove helped transform Seminole County from a medium-sized utility with aging infrastructure to a state -of the -art regional utility poised fix growth well into the future support, construction management, schedule and cost control, document controls. asset management, funding strategy development, cost benefit analysis, cost estimating. public outreach, and data management systems. The program management processes, tools, and skills developed during execution of the program set the stage for Seminole County to continue with implementation of additional capital improvements beyond the first 8 years of the program. Water System Seminole County continues to upgrade, expand, and interconnect its water system. The CIP included numerous projects to increase system reliability, meet regulatory requirements, and provide system expansion to meet projected growth. Water projects include existing treatment plant improvements. CH2M assisted Seminole County with development of a long-term integrated water resource plan that includes future alternative water supply and implementation of recommended components of a water quality master plan. Wastewater and Reclaimed Water Seminole County's continued growth required expansion of the County's existing wastewater facilities that includes reclaimed water projects. A new surface water treatment plant drawing up to 45-mgd of water from the St. Johns River is initially being used to supply reclaimed water to Seminole County and has the capability to convert to a potable water plant in the future. This plant was planned, Keep Miami Beach Rising Above • designed, and permitted by CH2M. Other projects managed and executed in the program included water reclamation facility improvements, wastewater collection and distribution projects, pump station replacements, and residential reclaimed retrofits. Asset Management Program Seminole County's asset management program is being implemented at the back -end of its major capital program to streamline business processes and develop proactive engineering and O&M approaches. CH2M has been responsible for a broad range of tasks, including asset management technology assessments, evaluation of current maintenance processes, providing maintenance and reliability best practices training, development of new facility maintenance plans, enterprise reevaluation of levels of service and performance measurements, development of a new CIP prioritization system, development of 2O -year asset renewal and replacement (R&R) model, business case evaluation program, and integrated financial plan. To sustain the asset management program, CH2M worked with the County to establish a culture of asset management within the organization. This included establishing a Maintenance Council, which involved management and non -management personnel, to develop, review, and improve the current maintenance strategy to be deployed throughout the organization. • CH2M implemented numerous best practices that were successful in reducing costs, saving time, and producing quality work. - Annual validation and reprioritization of the entire CIP prior to establishing the annual work plan - Third party construction management and inspection that provided consistent construction oversight, risk management for the County, and cost effective delivery - Change management that established a process to identify early risks and keep County leadership informed of pending changes, allowing the County to minimize impacts to scope, schedule, and budget - Design management approach using experienced staff dedicated to meet County needs and enhance delivery by Design Consultants. • The CIP included significant improvements: - A surface water treatment facility that provides an alternative water source for augmentation of the reclaimed water system. The facility design provided future expansion options to treat surface water to potable water standards. - An expanded reclaimed water conveyance system that provides reclaimed water for irrigation purpose to 1,800 additional users. Measures of Success Extensive upgrade and state-of-the-art treatment processes to the four principle water treatment facilities. - Upgrades to the two wastewater treatment facilities. - Upgrades to 35 pump stations and renewal and rehabilitation of 30 wells. - In excess of 150 conveyance projects ranging from a few thousand dollars to several million; these projects have upgraded substandard and degrading pipelines across the County, providing a more secure conveyance system and allowing for future capacity increase. • More than 400,000 staff hours were successfully and safely completed under the program. CH2M provided annual revalidation of the S year COP proaram CH2M Water and Wastewater Services City of Tampa Utility Capital Improvement Program, Tampa. Florida RELEVANCE TO MIAMI BEACH v Extensive Water and Wastewater Pipeline Rehabilitation in a Busy Metro Area v Extensive Public Outreach Program to Mitigate Construction Impacts Tampa's UCAP program addressed water and wastewater conveyance and pumping issues in the busy downtown area using a unique three -tiered delivery approach. What We Do: Program management, design, design - build delivery Contract Tenure: 2007 to 2016 ContractValue: $250 million (constructed value) Agency Contact: Mike Chucran, Director of Contract Administration, 813-274-8568, Michael.Chucran@tampagov.net Project Profile The City of Tampa's UCAP $250M CIP program involves the management and coordination of multiple city-wide projects using the Primavera suite of tools to maximize efficiency, reduce cost, reduce construction time, and minimize neighborhood impacts. The UCAP projects are essential as the City strives to serve redevelopment; replace aging water, wastewater, and stormwater infrastructure; and expand its reclaimed water program. CH2M served in a unique position as the overall program manager (Tier 1 contract), designer (Tier 2 contract), and builder (Tier 3 contract). CH2M was responsible for the management, coordination, and delivery of multiple city-wide projects involving extensive water and sewer pipeline rehabilitation and replacement, much of it in downtown Tampa. Because timing was essential, the City elected to employ the design -build method of delivery for this program. CH2M served as the overall program manager, design manager, and construction manager at - risk. As each new project assignment was received, a separate scope of services and associated fees was negotiated with the City. Once design was complete, the team had the option to deliver the projects internally, or by subcontracting specific work packages to one of six pre -qualified local construction firms. A guaranteed maximum price for each project was negotiated with City for the construction phase of work. Early integration of construction staff in the design phase assure budgetgoals are met. CH2M's cost control approach is based on the most important budget impacts occurring prior to construction. Development of progressively refined estimates, early subcontractor and vendor procurement, and establishing an initial project schedule that accurately reflects the scope of work have the greatest impact in controlling project costs. To ensure the City of Tampa would have adequate funds at various times throughout the project, CH2M dearly identified Tier 1, 2, and 3 costs as a function of the project schedule. Single point of contact for Florida design -build program reinforces team continuity. reduces risk, and drives efficiency. • 6 The success demonstrated with the completion of this project. and all of the UCAP projects to date, has become the standard of excellence." Steve Daignault, PE. Public Works Administrator Keep Miami Beach Rising Above Wet Weather Overflow Mitigation Program - Phase I and II, City of St. Petersburg, Florida • RELEVANCE TO MIAMI BEACH • Evaluated Impacts of Sea Level Rise on Water and Wastewater Infrastructure • Projected Future Rainfall Intensity Duration -Frequency Due to Climate Change • Climate change and sea level rise were major considerations when evaluating and addressing the capacity of the City of St. Petersburg's sewer system. What We Do: Development of improvements to address sewer system overflows, taking into account projected climate change impacts Contract Tenure: 2016 to 2018 Contract Value: $3.2 million Agency Contact Carlos Frye, Project Manager, 727-892-5380, Carlos.frye@stpete.org Project Profile For many years, the City of St. Petersburg has been impacted by wet weather overflows in its sewer system, creating runoff that impacts local water bodies. The City's Wet Weather Overflow Program is being delivered in two phases, and CH2M has been responsible for managing both efforts: • Phase I. The Phase I study concluded that improvements to the wastewater reclamation facilities (WRFs) are the most cost-effective solution to mitigating potential future overflows and that collection system rehabilitation for infiltration/inflow (1/1)removal should be performed system -wide to reduce wet weather flows, ensuring wet weather flows do not increase over time. • Phase II. Phase 11, which is ongoing, includes a large- scale flow monitoring effort, update of the collection system model, a capacity analysis of the collection system using the updated model, and prioritization of sewer basins for elimination of I/I. To date, CH2M has completed the following key services under the program: Preliminary 1/I Characterization. Using available data, CH2M quantified the approximate amount of 1/I entering the collection system and reaching each of the City's three WRFs. Based on these estimates, the cost of sewer rehabilitation work and a series of detailed assumptions developed through our project experience, CH2M developed budgetary cost curves for incremental removal of I/1 from the collection system to lower peak flows at the WRFs. Model Assessment. During Phase II, CH2M reviewed the City's current wastewater collection system model for its accuracy in representing sewer response to wet weather events and updated the model to meet industry standards. Alternatives Analysis. Using hydraulic models developed for each WRF, CH2M developed options for incrementally increasing the treatment capacity at each WRF, which were plotted on their own cost curves. The WRF improvement cost curves and the cost curves generated for the I/1 reduction were then compared to identify the most cost effective solution or combination of solutions to mitigate potential future overflows. Flow Monitoring. During Phase 11, CH2M's completed a large-scale flow monitoring program, which consisted of the deployment of 91 flow monitors throughout the City's service area to identify the primary sources of I/I in the collection system and to update the collection system model. The monitoring program included evaluation of impacts of tide and sea level rise on groundwater levels. Phase 11 will also include developing climate change estimates of future rainfall. CH2I41 Water and Wastewater Services Comprehensive Strategic Asset Management Program, Tampa Bay Water. Florida • RELEVANCE TO MIAMI BEACH Comprehensive Asset Management Pian Evaluated Levels of Service, Risk Framework, Financial Models Best Management Practices for Managing Infrastructure A 10 -year CIP was developed for Tampa Bay Water to implement the measures outlined in its Strategic Asset Management Plan. What We Do: Developed a long-term asset management plan to reduce 0&M, including a 10 - year CIP that prioritizes the rehabilitation of high-risk facilities Contract Tenure: 2013 to ongoing Contract Value: $1 million Agency Contact: Matthew Jordan, General Manager, 727-796-2355, MJordan@tampabaywater.org Project Profile Tampa Bay Water (TBW) provides quality drinking water to its six member governments located in three major counties, with approximately 2.3 million residents in the Tampa Bay region.TBW operates a 120-mgd surface water plant, a 19-mgd desalination plant, 13 wellfields with groundwater treatment plants, approximately 200 miles of raw water collection mains and large -diameter potable water transmission mains, and a 1,100 -acre, 15.5 billion - gallon surface water reservoir. TBW's focus on renewal and replacement of its existing systems and less focus on capital expansion created the need for a comprehensive asset management (AM) program to better manage its assets. TBW implemented a major 10 - year CIP program and underwent significant reorganization to implement these measures. CH2M was selected to provide the following services for the program: Keep Miami Beach Rising Above • Develop a comprehensive AM plan and revise the enterprise strategic plan • Evaluate the computerized maintenance management system (CMMS) • Evaluate levels of service, risk framework, financial models, and technology integration • Formalize the employee communication plan • Develop a comprehensive training program, including health and safety The AM plan applied a reliability based focus, including integrating with complex water supply and water distribution models, an engineering analysis of systems using failure modes and effects analysis, reliability block diagrams, and fault tree analysis. CH2M used a structured approach that was consistent with water industry AM standards (including ISO 55000), reliability and risk-based standards (ISO 31000), and Lean and Six Sigma. The intent of the AM program was to consolidate the organizational culture around AM and to simplify many of the internal business approaches. The TBW AM program has worked very successfully through its first 4 years. An evaluation of the program status in October 2016 concluded that exceptional results had been achieved. The process is currently underway to update the current plan for 3 to 5 more years. The same basic process and strategies will be used. Total Water Management Plan, JEA, Jacksonville, Florida • RELEVANCE TO MIAMI BEACH v' Design and Construction of Complex Water Distribution System ✓ Interconnection to an Existing Water Distribution System Using Design -Build Delivery • The Total Water Management Plan successfully linked JEA's North and South Water Grids, resulting in an integrated water distribution system. What We Do: Planning, design, and construction management of six pipeline segments Contract Tenure: 2011 to 2014 CH2M managed this program involving approximately Contract Value: $50.7 million (constructed value) 8 miles of potable water transmission pipeline, Agency Contact: Raynetta Curry Marshall, PE, including six segments of large -diameter pipe. Director, Water/Wastewater Project Engineering & Serving as an extension of JEA staff, CH2M led Construction, 904-665-7613, marsrc@ajea.com coordination for design and construction delivery for the five pipeline segments using traditional design - Project Profile bid -build delivery, and assisted in the design -build JEA serves as the leading water, wastewater, and horizontal directional drilling (HDD) segment. electrical power utility provider for more than 30,000 An important interconnection between the North customers in Jacksonville and Duval County, Florida. and South Grids allowed JEA to better meet In an ongoing effort to continue to provide clean, safe, potable water demands through the formation and reliable drinking water supplies, JEA initiated the of a regional water supply system. The size and Total Water Management Plan (TWMP) Program. This length of this program and the HDD under the river effort resulted in a $50.7 million pipeline project that for Segment 2 makes this program unique and one of transferred water from the west to east side of the the largest in the country. The six projects included in river. the program had six different design consultants and The project included the design and installation four different installation contractors for the various of a finished water transmission piping system, segments. approximately 43,300 linear feet, consisting of 36-. 30-, and 24 -inch pipe connecting JEA's two- Serving as an extension of JEA main water service grids. JEA serves its customers staff, CH2M successfully managed from 136 active groundwater wells, 36 treatment multiple projects within this G 6 complex program. One of the primary goals of this Program was Armmanwelowriza the delivery of additional potable water supply to the central section of JEA's South Grid from the North Grid via transmission water mains and booster stations. Your team's ability to provide technical reviews of the various open cut and trenchless project's engineering design, coupled with your quality control/quality assurance during both the design and construction of these high-profile. critical schedule projects allowed us to meet our scheduled commitments." plants, and 4,600 miles of pipeline. Average daily flow of 116 million gallons per day (mgd) is supplied by a gridded capacity of 287 mgd. James M. Connolly. PE, JEA TWMP Program Manager CH2M Water and Wastewater Services Wastewater Infrastructure Climate Change Evaluation, New York City Department of Environmental Protection, New York RELEVANCE TO MIAMI BEACH ✓ Adaptation and Optimization Strategy for Wastewater Collection Facilities ✓ Prioritized Portfolio of Strategies to be Implemented as Part of Future Capital Projects The findings of the New York Panel on Climate Change formed the basis for the adaptation and optimization strategy developed for NYCDEP's wastewater facilities city-wide. What We Did: Identified critical system thresholds, vulnerabilities, and design standards for the development of cost-effective and sustainable solutions Contract Tenure: 2011 to 2013 Contract Value: $1.3 million Agency Contact Alan Cohn, NYCDEP Director, 718-595-4536, AIanC@dep.nyc.gov Project Profile The New York City Department of Environmental Protection (NYCDEP) selected CH2M in ajoint venture to develop and execute a plan to study and address impacts on New York City's wastewater infrastructure, including population growth, global climate change, and SLR. The JV assisted NYCDEP in developing an adaptation and optimization strategy for development of a city-wide framework for climate change adaptation actions that may be vulnerable to flooding impacts undercurrent and future conditions. The JV used the work of the New York Panel on Climate Change (NPCC) to formulate scenarios of future sea level, storm surge, rainfall, and temperature to identify potential system vulnerabilities and to develop adaptation responses. CH2M conferred with members of the NPCC technical team at Columbia University and other institutions to ensure the appropriate use of the NPCC data. Hydrodynamic modeling of the East River with MIKE - 21 and InfoWorks modeling of the Tallman Island and Bowery Bay service areas under present day and future conditions was used to identify potential future impacts and to develop adaptation strategies designed to maintain levels of service. Critical system thresholds and vulnerabilities were identified with cost-effective, environmentally sustainable solutions. Options appraised include a full range of green and grey infrastructure options. Specific recommendations were made to address local flooding and wet weather management, plus a framework for the development and implementation of the findings citywide. This provided the necessary information for the NYCDEP to incorporate future environmental considerations into its decision-making processes. Following Hurricane Sandy in 2012, the JV was tasked with performing an asset -by -asset analysis of wastewater collection and treatment infrastructure to identify those assets at -risk for flooding due to storm surge and SLR through the next4Oyears. CH2M evaluated flooding risks for all 96 wastewater pump stations, with detailed analyses of 58 at -risk pump stations. Cost-effective protective measures, such as elevating equipment, water proofing buildings, and replacing traditional pum ps with submersible pumps were then selected based upon cost and level of risk reduction. The result is a prioritized portfolio of strategies that will be implemented as part of future capital projects. Water and Wastewater Services Keep Miami Beach Rising Above Facilities and Climate Change Plan City of Boston Water and Sewer Commission, Massachusetts • RELEVANCE TO MIAMI BEACH ✓ Sustainable Planning for the City's Wastewater and Storm Drainage Assets Two -Tiered Condition Assessment Program Integrated with GIS and CMMS ✓ Risk -Based Prioritization of Capital and O&M Projects • Updated climate change projections were incorporated into a risk-based tool to prioritize Boston's wastewater system improvements. What We Did: Incorporated climate change adaptation strategies for changing SLR and storm surge scenarios into wastewater system planning and design Contract Tenure: 2011 to 2016 Contract Value: $6.9 million Agency Contact John Sullivan, Chief Engineer, 617-989-7444, SullivanJP@BWSC.ORG Project Profile The City of Boston's wastewater collection system consists of 1,500 miles of combined, sanitary, and storm sewers; approximately 40,000 manholes; eight pump stations; 175 regulators; 135 siphon chambers; 201 tidegates; 37 combined sewer overflows (CSOs); and 204 separate storm drain outfalls. There are approximately 224 connections to the Massachusetts Water Resources Authority's (MWRA) wastewater system. The objective of this $6.9 million project was to develop a sustainable facility plan for the City's wastewater and storm drain systems that aligned with the Commission's long-term service goals and was supported by effective 0&M and engineering practices. The Commission committed to implementing a sustainable facility planning process with the following elements: • Climate change impact assessment and mitigation/ adaptation strategy development • Improved workflows for preventive and corrective maintenance aligned to key performance indicators • Updated field inspection forms and matching computerized maintenance management system (CMMS) data fields for improved data management and decision making • Two-tiered condition assessment program integrated with GIS and CMMS • Risk-based prioritization of capital and maintenance activities An early benefit of the program included the implementation of field tablets (50 iPadsc©) to streamline asset management workflows and regulatory compliance. The Commission's Wastewater and Storm Drainage Facilities Plan documents a sustainable framework for planning and managing the next 25 years of capital and operational improvements. The climate change aspect of the project incorporated development and evaluation of climate change adaptation strategies for changing wet weather conditions, SLR, and storm surge scenarios. A range of climate change projections up to 100 years were considered, and recommendations focused on modifying and managing sewer and storm drain systems in response to potential flooding from higher tides and higher intensity rain events. I{eep Miami Beach Rising Above Wastewater Facilities Program, City/Parish of Baton Rouge, Louisana maul 713, RELEVANCE TO MIAMI BEACH ✓ CIP Development and Implementation ✓ Extensive Hydraulic Modeling ✓ Extensive Wastewater Collection and Pumping Rehabilitation The City of Baton Rouge/East Baton Rouge Parish entered into a major wastewater system program to correct wastewater collection and conveyance system overflows and discharge permit violations, which were the result of aging infrastructure. What we do: Planning and oversight of the design Sewer Overflow (SSO) Control and Wastewater and construction of hundreds of miles of sewer Improvements Program for the past10 years_ rehabilitation, capacity improvement, and wastewater As program manager, we have been providing treatment projects being delivered general civil engineering services to the City/ Contract Tenure: 2006 to 2018 Parish under a contract that is renewed annually. CH2M's responsibilities have included CIP planning and prioritization, individual project management, Agency Contact Adam Smith, PE, conceptual engineering and modeling, alternative Interim DPW Director, 225-389-3158, analyses, cost estimating, planning and feasibility AMSMITH@brgov.com studies, infiltration/inflow analysis, wastewater system design, construction management, value engineering, regulatory compliance reporting, assistance, and negotiation, and operations and maintenance support. CH2M developed and implemented program management tools, led quality assurance, and provided capacity building. As Program Manager, CH2M managed over 450 design consultants, contractors, suppliers, and subcontractors. CH2M CN,2IV1 is ovidrno also implemented the processes and procedures all regulatory to effectively manage funds and meet funding and technical requirements. assistance related to the City/Parish's Program Overview activities in resjronsr to the Consent The system includes 10 watersheds, divided into Decree, as well as three treatment districts served by the Central, North, any other regulator) and South Wastewater Treatment Plants (WWTPs), matters related to and served by more than 500 pump stations. Nearly the operation and 2,000 miles of separate gravity sewer force mains maintenance of,to, foofities. serve over 400,000 residents. The goals of the Contract Value: $1.65 billion (constructed value) • Project Profile CH2M has been program manager for implementation of the City of Baton Rouge/ East Baton Rouge Parish's $1.65 billion Sanitary CH2M Water and Wastewater Services program are to rehabilitate the collection systems, increase the hydraulic capacity of the collection systems, to reduce excess wet weather flows that cause SSOs, to comply with the South WWTP National Pollutant Discharge Elimination System (NPDES) permit, and to comply with the terms of the Consent Decree. The improvements include 115 projects in three program types: sewer rehabilitation ($210 million); capacity improvements ($680 million); and wastewater treatment and flow equalization improvements ($370 million). Through 32 separate rehabilitation projects. approximately 1.200 miles of gravity sewer and over 28.000 manholes will be inspected and rehabilitated where needed. Defects such as collapsed pipe sections and leaking manholes will be corrected by local engineers and contractors hired to complete the work. The improvements will also reduce inflow and infiltration, limiting a source of wet weather SSOs. Sewer system modeling identified the area's most in need of rehabilitation due to excessive inflow and infiltration. Capacity improvements will be undertaken through 66 projects that will address lack of adequate capacity in existing sewers. Capacity upgrades will be undertaken in approximately 180 miles of force or gravity sewer and at160 pumping stations. The capacity upgrades were determined utilizing the InfoWorksTm hydraulic model of the system, with the system modeled for future flows at the Consent Decree mandated 2 -year, 12 -hour storm event. As part of this program, the City/Parish is also consolidating two WWTPs (Central and South WWTPs) and implementing improvements at the remaining South WWTP, including a new influent pumping station, new equalization tanks, new headworks, new solids contact basins, and new outfall. A total of eleven projects are planned for wastewater treatment and equalization storage. The treatment projects include screening, primary treatment, trickling filter, effluent pumping and sludge improvements at the South WWTP and odor control improvements at the North WWTP. Four projects are being undertaken to equalize system flows and provide storage for over 120 MG of sewage, reducing the need for additional treatment and conveyance improvements. Two are buffer zone projects which create an environmental buffer between the treatment and residential areas. Other projects include the Supervisory Control and Data Acquisition (SCADA) Master Plan Project and the Standby Generator Installation for Sewer Lift Stations Project. The hydraulic modeling of the collection system was an important part of determining the wet weather conveyance and treatment approach. Because of the prevalence of storms, the Program is installing over 500 emergency generators at over 480 pump stations throughout the parish to keep wastewater moving to a treatment facility instead of flowing back into homes and businesses. The emergency generators will be managed by the SCADA system that remotely monitors and controls the collection the pump stations as well as the treatment plants. Extensive hydraulic,ncodeiinQ wvas performed to identify the problem areas in Baton Rouge's wastewater collection System before reihabititation. Keep Miami Beach Rising Above Involving Local Contractors Early in the Process—Procurement and the Business Network Center Our procurement process includes outreach to local engineers and contractors to prepare them to respond to requests for engineering and construction solicitations. A project web site has been developed where prospective engineers and contractors can obtain guidelines for design, construction, standard plans, CADD, program environmental assessment process, survey, and subsurface investigations. The Program has also created a website registry to assist in the development and growth of local, minority, small, veteran, and woman -owned enterprises. It allows businesses to submit a profile that includes information about its specialties and capabilities. These business profiles are then periodically provided to contractors and design firms that bid on 550 Program projects. * The City of Baton Rouge and Parish of East Baton Rouge has a strong partner in CH2M HILL in its commitment to diversity. CH2M HILL has demonstrated its ability to provide opportunities to minority and disadvantaged firms through mentor -protege programs, professional apprentice programs. and networking sessions matching major contractors with potential partners and sub -contractors. Their commitment is evident from the corporate level to the project manager level:' Melvin L. "Kip" Holden. Mayor -President. City of Baton Rouge/Parish of East Baton Rouge Public Outreach As part of this program, we prepare and manage educational material for public outreach efforts. Public Information Officers (PIOs) are the Program's first line of communication in responding to stakeholders. The PIO team has over 30 years of combined experience in case management, disaster assistance, issue resolution, and outreach. The Program introduced a new customized service request tracking system to streamline communication between the Program's Project Delivery Team and various project contractors. This system allows better connectivity between project teams, provides reminders on action items, links leadership members to high priority items, and provides statistical information on project service requests. CH2M Water and Wastewater Services Planning and Conceptual Design to Reduce Program Costs CH2M leveraged staff expertise in treatment and developed an innovative wet weather wastewater treatment approach in which the trickling filter/solids contact process operates in series during dry weather flow and in parallel during wet weather flow. Planning tools were used, including InfoWorks'for extensive modeling on the sewer system and CH2M's proprietaryPro2D wastewater treatment plant process modeling. We maximized in -system storage to reduce the amount of the collection system being upsized and additional treatment capacity required during wet weather. And as result of modeling and master planning, we recommended consolidating two existing WWTPs for a net present worth savings of nearly $20 million. 66 Technological achievements associated with the program are numerous, inducting an innovative wet weather wastewater treatment approach that has allowed the City/Parish to take one wastewater plant out of service, saving considerable operating costs in the future. The City/Parish of Baton Rouge is very satisfied with CH2M HILL'S management of its SSO Control and Wastewater Facilities Program. l would highly recommend them for managing similar wet weather consent order programs, especially when innovative solutions backed by technical science are required and where local workforce development and diversity are critical to program success." William Daniel, IV, PE, Chief Administrative Officer , Office of the Mayor -President, Former Public Works Director • Delivery of 115 rehabilitation, capacity, and wastewater projects • Managing 450+ design consultants, contractors, suppliers, and subcontractors • Timely delivery of innovative engineering solutions helped alleviate SSOs and gain Program community support • Will last 50+ years and provide greater capacity to serve communities, state-of-the-art treatment plants to protect the environment, and backup power for all pump stations and treatment plants I{eep Miami Beach Rising Above 31L - Measures of Success • Provided public information/ outreach assistance, successfully building goodwill by communicating the value of their investment in infrastructure • Implemented a program controls system to monitor capital improvements required for compliance with federal and state regulatory requirements, and to manage changes, costs, and schedule placed 20 to 45 feet below land surface by using an earth pressure balance tunnel -boring machine for approximately 1 mile. A 66 -inch -diameter centrifugally cast fiberglass reinforced polymer mortar pipe was installed inside the tunnel for conveyance of wastewater. The $8 million Bushard Trunk Sewer Pipe in Huntington Beach involved the procurement of approximately 13,900 feet of 108 -inch- and 96 -inch - diameter reinforced concrete pipe for construction of the trunk sewer. CH2M staff also managed construction of the $45 million Plant No. 2 Effluent Pump Station Annex, which was constructed at a heavily congested treatment plant site. The work required demolishing an out -of -service standby pump station and maintenance building and constructing a new pump building housing three 2,500 -horsepower, 120-mgd, dry -pit pumps, and wet wells. During the program, the CH2M team achieved many program successes, including: • Full integration of the District and IPMC in a cohesive project and construction management team. • Effective, flexible supplementation of limited in- house District resources, with quick response to staffing needs. • Improved coordination between engineering, construction and 0&M. • Implementation of standardized program control processes and tools for a uniform approach to delivering and monitoring multiple projects. • On -schedule performance of projects to conform to EPA federal Consent Decrees. • Assured continued permit compliance with no disruption of service. • Developed a strong project management culture, providing PM training for PMP certification and improving skills in construction management. Measures of Success • Reduction of non -construction or "soft" costs (e.g., District and IPMC staff, design consultants) from more than 45 percent to approximately 32 percent of the constructed value. • Improved expenditure forecasting and schedule and budget control, as indicated by yearly expenditures increasing from 60 to 80 percent of forecast prior to the program to 95 to 105 percent of forecast. • Reduction of construction change order rates from more than 10 percent of the constructed value to less than 5 percent. • 900,000 man-hours safely worked by IPMC without an OSHA recordable or lost time incident. Keep Miami Beach Rising Above • Team Integration CH2M staff worked onsite side-by-side with OCSD personnel to blend staff knowledge of OCSD's system with our knowledge and skills in program management. Together, we implemented project management process and systemic changes, with a "cradle to grave" focus, to strengthen collaboration throughout the organization and improve product quality. `` No one anticipated that the integrated team approach would go as well as it did. Although apprehensive in the beginning, we quickly became a cohesive team, as co-workers and friends. With the professionalism and camaraderie that CH2M HILL team members brought, people quickly became enthusiastic to work together toward common goals. It was this that made us successful." Dean Fisher. PS, PMP. PMO Division Manager, Orange County Sanitation District Effective Construction Oversight OCSD has always had strong abilities in construction management. IPMC assisted in further developing those capabilities, but mainly we focused on providing staff to handle construction oversight. Early on, the biggest challenge was related to construction schedule oversight, as the District lacked an effective process. CH2M solved the problem by bringing one senior construction scheduler to develop a strong process and standards. In time, with up to seven construction schedulers, IPMC enabled OCSD's success in construction schedule oversight and claims avoidance. This was a significant success factor supporting on- time completion and cost control. CH2M HILL has provided the Orange County Sanitation District with exceptional service and a wealth of technical expertise that minimized overall long-term cost to projects for the planning, design, construction, and start-up of our $2.9 -billion Capital Improvement Program.... In working with CH2M HILL,1 have been impressed with the capabilities to perform jobs on time. within budget, and sometimes under severe schedule constraints. CH2M HILL has been under contract with OCSD since September 2002 and has delivered the highest quality of services in the areas of wastewater collections. pumping, and treatment." MattSmith, PE, PMP, Program ManagementOffice Manager, Orange County Sanitation District arm CH2M Water and Wastewater Services Long -Term Control Plan and Wastewater Program, Omaha, Nebraska • RELEVANCE TO MIAMI BEACH / CIP Development and Implementation That Considered Affordability Constraints / Cost -Saving Ideas Saved the City $15 Million • The City of Omaha's CIP involves extensive wastewater system improvements that will reduce local flooding and improve the quality of life. What we do: Capital program management Contract Tenure: 2006 to 2027 Contract Value: $2.2 billion (constructed value) Agency Contact Jim Theiler, Environmental Engineer, 402-444-5225, James.Theiler@cityofomaha.org. Project Profile The City was required to submit a substantially complete LTCP to the Nebraska Department Environmental Quality (NDEQ) by October 2007 and a final LTCP with a construction schedule by October 2009—both dates were met. The City may take up to 15 years to implement identified control projects; however, that time period was increased to 18 years in 2012 as a result of impacts of the 2011 Missouri River Flood. In January 2006, CH2M was hired as the Program Manager for the Omaha Combined Sewer Overflow Long Term Control Plan. This included managing nine basin study teams led by City -selected consultants, and we initiated an accelerated study of the northern downtown area. The planning phase was successfully delivered ahead of schedule and under budget. In 2009 with approval of the LTCP, the role changed to managing and the implementation of the $2.2B capital program. CIP Development During the development of the 2009 LTCP, CH2M worked with the City to coordinate the plan so that it met the needs outlined in an affordability Keep Miami Beach Rising Above analysis developed by a local University. In 2013, the City worked with the University of Cincinnati to develop a more refined affordability analysis. The analysis suggested that the plan developed in 2009 and the anticipated user fees may be too high. As part of this, CH2M led the development of an updated LTCP in 2014. This plan resulted in significant savings; however, it was recognized that the additional work would be required to further reduce costs. As a result, in early 2016, CH2M led a workshop with the City to develop further modifications to the plan. It is believed that we will be able to reduce the cost of the program through modifications to the regulatory strategy and revision of controls by 15 to 25 percent of the $2 billion program. In addition, CH2M will be working with the City, and its affordability consultant, on an Integrated Plan, which will allow projects to be scheduled to meet the City's levels of affordability. Ultimately, successful regulatory negotiations achieved a highly flexible and favorable consent order that only mandated final LTCP submission and a date for completion of the program; no project specific dates are included. The LTCP included assessments of drainage basins and examination of specific problems and solutions in each basin. Uniform criteria have been used to assess solutions, benefits, drawbacks, timeframes, and cost. In 2014, CH2M led the update. Program planning (Phase 1) was successfully delivered ahead of schedule and under budget, and program implementation (Phase 2) is currently on schedule with the original plan. CH2M helps Omaha avoid a court -mandated consent decree, instead negotiating administrative order with liberal "off ramps" In only 9 months, CH2M helped the City avoid a consent decree and negotiate liberal "off ramps" into the sewer administrative order. CH2M helped the City: • Avoid a court -mandated order • Negotiate no interim project dates and reopeners for program changes, such as in water quality standards, costs, inability to obtain contractors, and impacts on the public • Gain approval with no changes, no citations for violations, no penalty payments, and no inclusion of stipulated penalties for possible future violations Omaha's groundbreaking administrative order is being studied extensively and its results presented at conferences around the U.S. Approximately 92 projects were planned for the CSO control program up through 2027; however, as a result of the 2014 LTCP Update, the number of projects was reduced to 74. Total capital cost was at $2.2 billion; however, the CH2M Team has gone through various evaluations that have resulted in a reduction to the program costs of nearly $200 million to a new cost of $2.02 billion. At this point, $117 million in construction has been completed, $274 million in construction is being bid or is in construction, and $95.8 million is in construction. The City has another $295 million of projects that are being reevaluated. Program Update (2016 - 2017) Currently, CH2M is getting started on a new technical evaluation. The objective of this evaluation is to focus on alternatives to adapt LTCP projects to meet regulatory requirements, the City's goals, and community expectations while targeting an overall program cost reduction of 15 to 25 percent. This effort will include feasibility and alternative evaluations primarily within the Minne Lusa and Saddle Creek Basins, but also including other portions of the Missouri River and Papillion Creek Watersheds in Omaha. Planned projects in other basins will also be evaluated to ensure that cost reductions are realized. Over the next 78 months, CH2M v✓rll be providing assistance in the development, irnplementation, and documentation of Omaha's Green Infrastructure Program. incorporation of an incentive program wilt he included The CH2M Team is providing a range of alternatives that could reduce the cost of the Program, along with a list of benefits for each of the alternatives evaluated. The end result will be updated budgetary construction cost estimates with life -cycle costs. This evaluation is anticipated to done in late 2017. Green Infrastructure Solutions CH2M has been providing assistance in the development of a robust Green Infrastructure CH2M Water and Wastewater Services program to improve water quality, reduce stormwater flows in the CSS, and ultimately reduce overall costs for the CSO Program. As part of the development of the Long Term Control Plan (LTCP) in 2006 to 2009, CH2M developed a process to identify potential Green Infrastructure sites within the combined area for inclusion into the LTCP. The Basin Consultants implemented the process and developed possible Green Infrastructure Projects for each Basin. CH2M, working with the City, evaluated the results and developed a list of sites that were included in the LTCP as recommendations to evaluate in greater detail. In addition, CH2M worked with the City to develop a process where each sewer separation project team is required to perform Grey to Green Infrastructure evaluations for the project area to identify potential Green Infrastructure elements that can be incorporated cost effectively. The approach for inclusion of Green Infrastructure in sewer separation projects is documented in a guidance document titled "Omaha Green Solutions Site Suitability Assessment and BMP Selection Process Guidance". The process was developed such that a good faith effort to incorporate Green Infrastructure is a part of every sewer separation project and is considered from the outset of the project. The process requires that the designer show that there The City has been able to reduce costs by approximately $15 million. l J are physical, engineering, or financial justifications for non-inclusion of Green Infrastructure. The elements of the evaluation include local site assessment, review of runoff sources, identify potential BMP controls, technical analysis to quantify the hydrologic and hydraulic impacts of implementation, and an economic analysis to show that it is cost effective. Special Regulatory Requirements Since implementation of the Program, CH2M developed an Environmental Plan, the purpose of which is to ensure compliance with the City's Consent Order and combined sewer overflow permit and to ensure that the projects themselves comply with applicable federal, state, and local regulatory requirements. The Plan lays out a program for addressing interactions with various agency stakeholders. The plan calls for close coordination with agencies to ensure that permits are addressed in timely fashion. It deals with all aspects including impacts on regulatory agencies such as the USACE (208/408 and 404), USFWS, USEPA, Nebraska Department of Environmental Quality (NPDES, RCRA, CERCLA, AIR) as well as working with railroads and others. • Co -located with City staff in addition to providing staff augmentation services, to enhance communication and productivity, and facilitate expedited schedule delivery • Simultaneously, we developed program controls and Web sites to facilitate project tracking and communications. • Working closely with the City, we launched early action projects and integrated a sustainability strategy into the $1.7 billion capital program, which included measures such as green roofs, bioswales, stormwater reuse, and rain gardens. • Analyzed the existing City of Omaha guidance documents and specifications for performing design and construction activities, and supplemented these Measures of Success documents with new protocols and workflows to clearly document the process and expectations for consultants and City personnel in executing program activities, and a revision of the program Web site. • Upgrading the InfoWorks model to incorporate more detail into the program so that it can better model simulate larger storm events • Assisted the City in conducting a series of stakeholder workshops and public meetings to foster public support and understanding, which contributed to the success of the program Keep Miami Beach Rising Above Southern Delivery Water System, Colorado Springs Utilities, Colorado • RELEVANCE TO MIAMI BEACH V Evaluation of Pipeline Route Alternatives using a Multi -Attribute Decision Process • Comprehensive Pipeline and Pump Station Design ✓ Delivered 5160 Million under the Original $1 Billion Budget • The $840 million Southern Delivery System is a complex conveyance system that provides the region with a "drought proof" water supply. What We Do: Provided planning, preliminary, schematic, and final design for conveyance facilities. Contract Tenure: 2002 to2016 Contract Value: $840 million (constructed value) Agency Contact: Joseph Rasmussen, Project Manager, 719/668-4173, jrasmussen@csu.org Project Profile The Southern Delivery System (SDS) is an $840 million water delivery program that can deliver up to 78 mgd of raw water from Pueblo Reservoir located in Pueblo, Colorado, to a water treatment plant located in the City of Colorado Springs for the cities of Colorado Springs, Fountain, Security, and Pueblo West. The SDS is designed to meet the needs of these communities through 2046. Beginning in 2002, CH2M served as the prime consultant for the program, providing planning, preliminary, and schematic design services for all elements of the SDS. City of Miami Beach SBEs Phil Ryan, Tony Naimey, and Jerry Duppong played key roles on the program. The program elements include the following: • 50 miles of welded -steel transmission pipeline designed to convey raw water ranging in diameter from 66 to 90 inches • River outlet works, including connection to existing outlet control gates at the raw water supply source at Pueblo Dam • Project involved the design of three in-line raw water pump stations, a water treatment plant and treated water pump station, valve and metering stations, and trenchless crossings and pipeline connections. In collaboration with the client, CH2M conducted comprehensive route analyses of the raw water pipeline by developing hundreds of alternative alignments and implementing a multi -attribute decision process that led to selection of the preferred alternative alignment. In addition, CH2M provided construction oversight and services during construction throughout the duration of the raw water pipeline construction. CH2M was also the prime consultant responsible for the final design and services during construction for the Pueblo Dam Connection, the source water supply connection at the Pueblo Reservoir through Pueblo Dam. Final design of the 50 -mile raw water pipeline was separated into ten work packages, all of which were awarded to CH2M. As prime consultant on the raw water pipeline, CH2M developed final design packages that included plan and profile drawings, technical specifications, tunnel design, hydraulic and transient analysis, valve station and appurtenance designs, easement acquisition assistance, permitting documents, and erosion control design. CH2M Water and Wastewater Services Freeport Regional Water Project, City of Sacramento, California • RELEVANCE TO MIAMI BEACH ✓ Evaluation of Pipeline Route Alternatives using a Multi -Attribute Decision Process ✓ Comprehensive Pipeline and Pump Station Design The award-winning Freeport Regional Water Project involved extensive construction in a heavily urban area. What We Do: Provided planning, preliminary, schematic, and final design for conveyance facilities. Contract Tenure: 2005 to 2008 Contract Value: $8.2 million (study and design) Agency Contact Forest Williams, Program Manager, 916/337-4793, williamsf@SacCounty.NET Project Profile CH2M provided planning, predesign, final design, construction, and commissioning services for this regional project, which included an intake and pump station facilities along the Sacramento River, as well as the first reach of a transmission pipeline and a system- wide communications system. City of Miami Beach SBEs Phil Ryan and Tony Naimey played key roles on the project. The pipeline route study involved extensive analyses for 18 miles of 60- through 84 -inch - diameter pipeline that extended through both heavily urban and rural residential areas. CH2M developed a detailed pipeline alignment along the route that was ultimately used as the basis for detailed environmental analyses and final pipeline design. While the final design of most of the transmission main was conducted by others, the pipeline location ended up almost precisely where CH2M had initially located it. The discharge piping system extends through a regulated flood control levee and connects to the overall transmission pipeline system. The first reach of the overall transmission pipeline includes an 84 -inch - diameter welded steel pipe with two tunneled undercrossings—one beneath Interstate 5 and a flood control channel, and one beneath a railroad, a flood control channel, and Freeport Boulevard. The pipeline design also included a variety of complex large - diameter reinforced fittings to manifold the pumps and surge tanks into the first tunneled undercrossing and to allow for future pipeline pigging. The new Sacramento River intake facility has a firm capacity of 185 mgd and includes a state-of-the-art screened fish intake and a16.000 -hp pumping plant (eight 2,000 -hp vertical line shaft pumps). Five hydropneumatic surge tanks are provided to mitigate hydraulic transients in the event of a power failure. The facility also includes a new 12 -MVA electrical substation. Special support services included land acquisition, permitting, reliability centered maintenance (RCM), vulnerability assessment, community involvement, and a variety of other related services. The project won the 2009 ASCE Water Project and Geotechnical Project of the Year. Keep Miami Beach Rising Above RESUMES RESUMES Technical competency, relevant experience, and local knowledge provide the expertise essential for a well coordinated and delivered project. Project manager Juan F. Aceituno has carefully selected each member of our project team to ensure we provide the City of Miami Beach with the broad range of expertise required to provide water and wastewater services to support a long-term capital improvement plan (CIP) for developing resilient water and wastewater systems. Resumes for our Key Staff and Subject Matter Experts (SMEs) are presented in this section in the order shown in the table below. Name Position Page Number Juan F. Aceituno, PE Matt Alvarez, PE Jaason Englesmith Laurens van der Tak, PE Scott Williams, PE Tony Naimey, PE Diana Merisier, PE Helen Lu Susan Moisio, PE Phil Ryan, PE Jennifer Baldwin, PhD, PE Suibing Liu, PhD, PE Randy Houston, PE Jerry Duppong, PE Additional Resources Project Manager Principal -in -charge Planning/CIP Development Senior Reviewer - Climate Resilience Water Distribution System SME Water Pumping Systems SME Water Distribution Design Engineer SME Water Hydraulic Modeling SME Wastewater Collection System SME Wastewater Pumping/Lift Stations SME Wastewater Collection Design Engineer SME Wastewater Hydraulic Modeling SME Construction Management Corrosion Control/Remediation SME 2-63 2-65 2-67 2-69 2-71 2-73 2-75 2-77 2-79 2-81 2-83 2-85 2-87 2-89 2-91 Keep Miami Beach Rising Above JUAN F. ACEITUNO, PE Project Manager for the following specific projects: • SDWWTP Oxygen Cryogenic and Air Compressor Facility Improvements — Capital Improvement Consent Decree Project 1.2. Managing a multi -discipline team including subconsultants during the bid advertisement phase under an aggressive consent decree schedule. Delivered the final 100% design and recently obtained the dry run permit approval from the MDC Building Department. Working with the Consent Decree Program Manager and WASD staff to procure the pre -purchase of a new 125 -ton air compressor and upgrade of an existing 100 -ton air compressor. • SDWWTP Fats, Oil and Grease Facility Assessment and Improvements at the SDWWTP — Capital Improvement Consent Decree Project 1.9. Conducted a condition assessment to establish the scope of the necessary improvements to comply with the Consent Decree Requirements. The assessment investigated needed short term enhancements to facilitate current operational improvements, and modifications to allow beneficial use of FOG by conversion to biogas. A series of alternatives were presented and compared in workshops as the basis for the recommended alternative and definition of the project. A basis of design memorandum was prepared to establish the criteria for detailed engineering design including an opinion of cost, schematic drawings and construction considerations for implementation. The project was completed on time and on budget meeting the interim CD requirements. • SDWWTP Screw Pumps Installation Design. Currently managing a multi -discipline design team under an accelerated schedule to prepare bid -ready documents for the installation of up to two new screw pumps at the Transfer Pump Station and related HVAC design for this facility. WASD has pre -purchased two new screw pumps and CH2M is coordinating with the pump manufacturer to finalize construction contract documents. Successfully managed the dry run permitting phase obtaining approval from the MDC Building Department. Currently managing the bid advertisement phase and will oversee the contract procurement and construction phase. Project Manager, Sanitary Sewer Evaluation System (SSES) Phases I and II, City of Miami Beach, FL. The SSES included three phases which were intended to determine the sources and quantities of infiltration/inflow (I/I) into the sewer system, correct the 1/I sources and measure the I/I values into the rehabilitated system for compliance with the maximum allowed values. Responsible for developing a technical report for the City of Miami Beach summarizing the requirements outlined in the Volume Sewer Customer Ordinance (VSCO) in Miami -Dade County for the SSES Phases land II. As part of the requirements for SSES Phases land 11, evaluated work already performed by the City and presented the results in a format acceptable to the local county regulatory agency (Department of Environmental Resources Management—DERM). Developed a preliminary plan for conducting flow monitoring to determine Night -Time Flows and Dry/Wet Average Daily Flows for the City's 23 sanitary sewer basins. The final report was a Plan of Action addressing DERM's concerns regarding the City's compliance with the VSCO requirements. Project Engineer, SSES Phase III, City of Miami Beach, FL. The SSES Phase 111 consisted in implementing a post - rehabilitation flow -monitoring program, which included determining nighttime flows and dry/wet average daily flows. Responsible for developing a technical memorandum (TM) containing the results of the flow -monitoring plan. The TM presented the methodology, evaluation and results of the flow -monitoring program for the City's 23 pump station basins. Analyzed the collected field data to determine night flow, dry/wet average daily flows and 1/1 components. Also, compiled the flow monitoring data to satisfy DERM's format requirements and developed a comparison table of the collected 1/1 data for each sewer basin against the DERM established I/I criteria of 5,000 GDP/IDM. Project Engineer, Re -calibration of the Potable Water Model System, City of Miami Beach, FL Led this task to update the water distribution system demands and calibrate the hydraulic water model. Coordinated with the City to conduct a fire hydrant test at twelve locations throughout the City. Reviewed the fire hydrant flow location testing plan with the City prior to conducting the final testing. Assisted the City in the field with the fire hydrant testing and data collection. Developed a data collection sheet used to record water system data during the fire hydrant tests as well as a technical memorandum summarizing the field data collection values from the twelve fire hydrant test locations. • CH2M Water and Wastewater Services Education MS, Environmental Engineering, Georgia Institute of Technology BCE, Civil Engineering, Georgia Institute of Technology Registrations/Certifications Professional Engineer: FL Distinguishing Qualifications • Recognized expert in water treatment and alternative water supply in Florida. • Past President of the Florida Section American Water Works Association which gives him a unique knowledge of regulatory and water quality challenges for Florida utilities. • Received the George Warren Fuller Award for exceptional service to FSAWWA. The award is presented in commemoration of sound engineering, brilliant diplomatic talent, and constructive leadership in the water supply field. • Worked closely with the AWWA to provide comments and reviews of proposed regulations, such as the Disinfectant and Disinfection Byproduc Rule and Enhanced Surface Water Treatment.Rule. Matt Alvarez, PE Principal -in -Charge Qualifications Matt Alvarez is the Corporate Vice President of our Miami -Dade Office and is responsible for resource allocation and successful delivery of our programs and projects. Matt is a South Florida native and brings local knowledge of the North Miami Beach (NMB) Water and Miami Dade County wastewater systems having served as the Principal -in Charge for the NMB Water Master Plan and the Miami Dade County South District Wastewater Treatment Plant repair and rehabilitation contract. He also brings relevant local program delivery experience across Florida and South Florida. As Program Director for the Miami Dade Ocean Outfall program, Matt, working with our project manager, developed a very good working relationship and delivery history with the County wastewater system staff earning several Miami Dade project evaluations of a perfect 4.0 out of 4.0. He has served as Principal -in - Charge and/or Project Director for over $5 billion of infrastructure in Florida—including planning, design, and construction. Similar/Qualifying Experience Principal -in -Charge, Master Plan, City of North Miami Beach, FL. This project was critical in identifying areas in the water and wastewater systems where improvements and better operational approaches could be implemented. The first two critical consulting studies performed were the preparation of a water and wastewater master plan. NMB Water last prepared a water and wastewater master plan in the mid-1970s. NMB Water identified that a new 15 -year master plan is needed to address current conditions, update growth projections, establish capital and renewal -and- replacement (R&R) projects, and update the Capital Improvement Plan (CIP). Approach involved key elements such as establishing levels of service, water and wastewater demand forecasts, water supply and treatment evaluations, water and wastewater conveyance systems evaluations, hydraulic modeling, capacity planning, estimating requirements, and capital cost and schedule estimating. multi - criteria analysis, and a Project Definition Report. Completed the project on time and on budget meeting the interim CD requirements. Program Director, Ocean Outfall Legislation (001) Program, Miami -Dade WASD, Miami, FL. The 55.2 billion, 11 -year OOL Program is driven by a regulatory mandate from the Florida Legislature to eliminate all wastewater discharge to the Atlantic Ocean by 2025. CH2M is providing system master planning and managing overall delivery of a comprehensive, long-term program that encompasses the design, procurement, construction, and commissioning of an estimated 28 major capital projects. A critical aspect of the program is the rerouting of wastewater flows from the east (Atlantic Ocean) to the west, where a new membrane bioreactor treatment Keep Miami Beach Rising Above • MATT ALVAREZ, PE plant will be designed and constructed to treat the flows. After treatment, more than 450 mgd of treated effluent will be injected into deep wells for both reuse and disposal. Principal -in Charge, South District R&R Program, Miami Dade Water and Sewer Department, Miami, FL. This R&R program has involved several projects for the South District Plant such as the condition assessment of the South District plant for the EPA consent decree. Another project included the development of design -build criteria for improvements at the SDWWTP Cogeneration Facility. The existing cogeneration facility has three 900 kW units and its ancillary equipment are undersized and past their useful lives (over 25 years). The existing cogeneration units will be replaced with four new units with higher electrical output ratings (2.0 MW). As part of this effort, assisted with the preparation of a Request for Proposal (RFP) package for the design, permitting, acquisition and installation of up to four cogeneration units including the necessary gas cleaning and conditioning using a design -build delivery method. Based on the design criteria documents for this design build project, the team developed a permitting strategy to update the plant's Title V Air Operational permit. Another project in this program included the replacement and screening improvements to plants 1 and 2 final design and services during construction. Participated in the basis of design phase and managed the final design to install four new fine plate screens at the SDWWTP headworks facility. Principal -in Charge, Seminole Tribe of Florida Program Support, Ft. Lauderdale FL. Served as the principal -in - charge of the Seminole Tribe of Florida Program Support. Program includes $150 million, 5 -year Capital Improvement Program (CIP). The program is comprised of numerous projects to update and modernize and expand potable water, sanitary sewer, and reclaimed water infrastructure. Principal -in Charge, Seminole County Program, Seminole County, FL. Served as the principal -in -charge of the Seminole Environmental Enhancement (SEE) 2012 Program, Seminole County's $400 million, 5 -year CIP. The program is comprised of more than 200 projects to modernize and expand potable water, sanitary sewer, and reclaimed water infrastructure. Featured projects include a new surface water plant, multiple phases of residential reclaimed retrofits, and water plant conversions to advanced treatment technologies. The program management processes, tools, and skills developed during execution of the program will help the County to continue implementing additional capital improvements beyond the current CIP program. Project Director, Comprehensive Everglades Restoration Program (CERP) ASR Study, FL. As Project Director for the Comprehensive Everglades Restoration Program (CERP) ASR Study, helped evaluate advanced treatment of surface water for storage in ASR. This water would then be recovered to augment canal flows for irrigation. This study evaluated the use of high -rate clarification, UV disinfections, and filtration. Project Director, St. Johns River/Taylor Creek Reservoir (SJR/TCR) Project, Orlando, FL. Serves as Project Director and Senior Technologist for this SJR/TCR project. This is a collaborative project for six central Florida utilities to assess the feasibility, and conduct the preliminary design of a new 75-mgd surface water supply. This project is using advanced decision and optimization techniques to evaluate the multiple supply sources and advanced surface water treatment for several finished water potable needs. Project Director, Shingle Creek Reuse Augmentation Plant, Toho Water Authority, Kissimmee, FL. As Project Director for the Toho Water Authority, led the pilot testing and design on the Authority's reuse/irrigation augmentation facility. This project included the design of a high rate surface water treatment plant treating surface water from Shingle Creek. CH2M Water and Wastewater Services JAASON ENGLESMITH Management (EUM) criteria as the basis for prioritization. Adapted the EUM tool that he developed for WaterRF to create a similar EUM based tool for the Authority's prioritization process. After completion of the scoring process, prioritized ranking of projects were created "on -the -fly" along with a sensitivity analysis of each result. Finally, a "smart" schedule was created based on funding limits and a project ranking algorithm. Task Lead, Strategic Modeling, San Mateo, CA. Working with the City of San Mateo to design and implement their Clean Water Program. The initial cost estimate for the program was over $1 billion, however with the support of the TACT modeling platform, demonstrated an overall savings of $250 million using an optimization algorithm for project sequencing and program duration, while achieving recycled water goals 10 years sooner and saving customers 30% over all. Also, leading the team that is responsible for developing applications for California State Revolving Fund (SRF) loans as well as an application for a Water Infrastructure Finance and Innovation Act (WIFIA) loan to supplement traditional bond financing, saving the City more than $400 million in total cost. Senior Advisor, Strategic Modeling, Wichita Public Works & Utilities. Wichita, KS. Senior Advisor for Wichita's Strategic Asset Management program. His economic model approach was chosen over other decision support tools from Goldman Sachs and Table Rock Capital because of its ability to allow the client to look at the overall economic impacts of several different capital scenarios and maintenance strategies. Used the model to optimize the funding for the City's $1.7 billion CIP and to ensure maximum risk reduction. Also, used the model to identify and quantify the need to raise revenue, in the case of a shortfall for either must -fund projects or total need. Senior Advisor, Optimization Modeling, California Department of Water Resources, Sacramento, CA. Helped manage approximately $50 billion of infrastructure projects for both the Central Valley and Statewide flood protection programs. Used TACT to help manage complexity and understand the impact of uncontrollable variables throughout this massive multi -decade program. Some of the benefits included a better understanding of the funding sources, amount of investment required, prioritization of those investments, benefits realization and tracking. The model provided fully -integrated scenario analysis during the planning and implementation phases. Senior Advisor, Strategic Modeling, Rancho California Water District, Temecula, CA. Supported strategic decision making regarding the District's asset management program for well assets. By taking a utility -wide approach to decision making, applied the principles of management science to integrate the specific work on well assets with the broader utility management context. Leveraging the TACT modeling platform, the District gained an understanding of how an investment in wells competes with other needs for capital, an understanding of quick wins and significant benefits drivers, as well as an understanding of the overall affordability of the program under various future conditions. The benefit was to gain an understanding of the outcome of various decisions before a plan had been developed, so the District would have the confidence to move forward. Task Lead, Strategic Modeling, Fresno, CA. Helped design and implement the Metropolitan Water Resources Program for the City of Fresno. Used the TACT modeling platform to explore various options and related affordability of their 10 year, $1.2 billion program. The model incorporated user input for growth rates, customer demand, bonding scenarios, interest rates, cost loaded schedules, as well as program specific binary and scale -defined options. Calculated outputs in real-time and displayed on the dashboard, based on the specific scenario definition, and include target thresholds for metrics such as liquidity (days of cash) and debt coverage ratios. An unexpected benefit of TACT was the ability to understand the funding impact when rates were repealed, and then to support development of new rate alternatives based on various program sizes and structures. Continuing to leverage the tool, the Water Division customizes program delivery to ensure affordability under a range of rate -setting realities. • CH2M Water and Wastewater Services Education Civil Engineer Degree, Massachusetts Institute of Technology MS, Agricultural Erigirreering, University of California at Davis BA, Biology, Cornell University BS, Agricultural Engineering, Cornell University Registrations/Certifications Professional Engineer: VA, DC, MD Distinguishing Qualifications • Expert m flood protection, climate change adaptation studies, wastewater collection systems planning and design, watershed and stormwater management plans, stormwa ter utilities, modeling, and geographic information systems, port sustainability design. Laurens Van der Tak, PE Climate Change/Sea Level Rise Qualifications Laurens Van der Tak is a water resources engineer and widely recognized technical expert on climate impacts adaption strategies. He serves as CH2M's Technology Lead for Climate Change Adaptation services and is Chair of the American Water Works Association's Climate Change Committee. Laurens brings practical experience translating the Iatest climate science into climate vulnerability assessments and adaptation strategies that balance stakeholders risk tolerance and resource constraints. He has extensive storm surge and sea level rise experience in Targe metropolitan areas in the U.S. and abroad. Similar/Qualifying Experience Task Order Manager, Climate Vulnerability and Facility Hardening Task, Ocean Outfall Legislation (OOL) Program, Miami -Dade Water and Sewer Department (WASD), FL. Led the task of incorporating climate risks and vulnerability assessments to build resilience into the $3.Billion OOL Program to eliminate ocean wastewater discharges by 2025. This task focused on assessing WASD wastewater facility vulnerability and risk to projected changes in precipitation intensity, duration, and frequency (IDF), sea -level rise (SLR), and storm surge. The SimCLIM modeling environment • Widely recognized technical expert on provided estimates of projected changes in precipitation IDF and SLR climate impacts adaption strategies and for the years 2040, 2075, and 2100. Climate scenarios were selected is past Chair of the American Wate„ for combinations of storm surge, SLR, and extreme rainfall. These Works Associa Committee scenarios were used to estimate coastal surge conditions using MIKE21. Those surge elevations were then coupled with rainfall to estimate inundation depths at each of WASD's three critical treatment plants and 252 critical pump stations, using CH2M's Flood Modeler Pro 2-dimensional flood modeling tools. Based on analyses of costs versus risk, facilitated a series of workshops with WASD staff and design consultants to select design criteria specifying flood control elevations and facility hardening options, which were documented in a "Design Guide for Hardening Wastewater Facilities against Flooding from Surge, Sea Level Rise, and Extreme Rainfall." Measures are being used by WASD's consultants and are undergoing revision and enhancements as lessons are learned from each design effort. Senior Technical Consultant, Climate Change and Population Growth Effects On New York City Sewer and Wastewater System and Wastewater Resiliency Plan, New York, NY. Applied experience and expertise with GHG mitigation, sustainable planning principles, climate change adaptation services and risk management to assess the effects of population increases, sea level rise, storm surge, temperature increases and increased extreme wet weather events on infrastructure and operations and to develop a strategic plan for the next 50 years. Consulted on the application of changing rainfall characteristics in planning, and the development of an adaptation and optimization strategy for addressing increased demand and minimizing flooding and other risks of global climate change to New York City drainage and wastewater management systems that were used to develop a resiliency plan. Keep Miami Beach Rising Above LAURENS VAN DER TAK, PE Senior Technical Consultant, East Side Coastal Resiliency, 'Rebuild By Design," New York City, NY. Senior technical consultant for this project that evaluated the feasibility of proposed, flood protection system and developed alternative strategies. Examined the vulnerability of Manhattan to coastal flooding due to extreme storm events inclusive of climate change and SLR. In addition to flood risk mitigation, enhancing access to the waterfront is one of the other primary goals of the project. Technical Consultant, Boston Water and Sewer Commission Wastewater and Storm Drainage Facilities Plan, Boston, MA. Provided technical guidance and quality review to the climate change task in a project that developed a facilities plan that will establish a sustainable framework for planning and management for the next 25 years of capital and operational improvements. The climate change task incorporates the development and evaluation of climate change adaptation strategies for changing wet weather conditions, sea level rise, and storm surge scenarios. A range of climate change scenarios with global, regional and localized considerations through the year 2100 were developed and evaluated. Recommendations focus on modifying and managing sewer and storm drain systems due to potential flooding from higher tides, storm surge and higher intensity rain events. Senior Consultant, Community Resilience Pilot Project, USEPA Office of Sustainable Communities, Wilmington, NC. Supported a community resilience project designed to assist the City of Wilmington, New Hanover County and Cape Fear Public Utility Authority in identifying potential risks to critical infrastructure posed by sea level rise and more intense coastal storms, and in identifying land use and infrastructure policy options that reduce exposure and vulnerability of infrastructure to SLR. This effort included the following steps: site visit and workshop to determine the focus of the vulnerability assessment; application of SLR and storm surge estimates to identify potentially vulnerable infrastructure; determination of risk to infrastructure; and identification of potential mitigation strategies. Project Manager, Climate Change Vulnerability Assessment, Adaptation and Mitigation Plan, Washington Suburban Sanitary Commission (WSSC), MD. Managed the 5 -year climate change vulnerability assessment and adaptation plan. The study integrated climate vulnerability assessments and probability of failure estimates with WSSC's existing asset management system risk management metrics for consequence of failure (COF) and business risk exposure (BRE) to prioritize climate adaptation efforts. Climate projections were compiled for SLR and developed for rainfall IDF. Coastal storm surge modeling was completed with SLR scenarios to identify coastal assets at risk of flooding. Work included developing and piloting methods to integrate the climate risk process with WSSC's Asset Management Plan (COF/BRE) process to score assets through a climate risk lens, which included completing field investigations for critical facilities to understand critical failure elevations and flood pathways into structures, and what is impacted due to power feed redundancy. Task Order Manager and Senior Consultant, Climate -Ready Water Utilities Project, USEPA Water Security Division (WSD). Responsible for writing climate change adaptation briefs that were included in the USEPA WSD's Adaptation Strategies Guide for Utilities to inform drinking water and wastewater utilities. This $100 million project provides comprehensive mission support which includes comprehensive scientific, engineering, emergency management, risk assessment, training, regulation development support, and climate change impacts on water utilities. Project Manager, Flood Hardening and Resiliency Survey of Washington DC Metro Subway Stations, WMATA, Washington, DC. Project manager as a subcontractor to perform flood modeling and field investigations at six subway stations across WMATA's system to determine need for flood protection where there have been reports of flooding of surface structures such as fresh air intakes, vent shafts, and station entrances. The purpose of the study was to perform detailed 2D surface hydraulic modeling for a range of storm events, reflecting existing rainfall occurrences and impacts from climate change. Identified the level of risk via flooding depths and inflow volumes for key surface structures using CH2M's Flood Modeler Pro software for storms ranging from the 50- to 500 -year storm, as well as projected rainfall in 2065. Validated the models against four historical storm events, ranging in magnitude from high intensity cloudburst events to a multi -day high-volume rainfall event. CH2M Water and Wastewater Services Education MS, Civil Engineering, Georgia Institute of Technology BS, Civil Engineering, Georgia Institute of Technology Registrations/Certifications Professional Engineer: GA Distinguishing Qualifications • Expert in pressure pipe design, pipeline condition assessment and rehabilitation, conveyance design, distribution system modeling, hydraulic transient modeling, pump station design, treatment plant hydraulics, and surge control design. • Member of American Water Works Association (AWWA) Standards Committee #263 on Polyethylene (PE) Pressure Pipe and Fittings. • Extensive experience in configuring efficient pumping systems and optimizing pumping operations, as we II as hydraulic analysis and the., specification of large pumping uni Scott Williams, PE Water Distribution System SME Qualifications Scott Williams is a Principal Conveyance Technologist and is CH2M's Regional Service Leader for Conveyance Technology. He has 20 years of experience as a practicing civil engineer, exclusively in the analysis, design, and construction of water and wastewater projects. His project work includes pipeline condition assessment and rehabilitation, conveyance design, distribution system modeling, hydraulic transient modeling, design of land application systems, pumping station design, and treatment plant hydraulics. Mr. Williams has extensive experience with hydraulic analysis and the specification of Targe pumping units. Similar/Qualifying Experience Senior Technical Consultant, Prestressed Concrete Cylinder Pipe (PCCP) Force Main, Miami -Dade Water and Sewer Department, FL. Responsible for oversight and coordination of overall technical approach, development of documents, and competitive bidding of project. Project involves the design of 21,000 linear feet of new 54 -inch diameter force main as Phase 1 and 13,200 feet of rehabilitation of the existing force main as Phase 2. The goal was to have a redundant line and eliminate the single point of failure in the system. Senior Technical Consultant, Total Water Management Plan (TWMP) Design -Build, Task Order 9 Hydraulic Modeling, JEA, Jacksonville, FL. Provided scoping, delivery, and senior review serviced for hydraulic modeling services including model conversion, booster pump sizing, TWMP integration, hydraulic transient analysis, and water age modeling. The JEA TWMP project includes the design and installation ofa finished water transmission piping system, approximately 43,300 linear feet long, consisting of 36-, 30-, and 24 -inch diameter pipe connecting JEA's two main water service grids. Senior Technologist, South Mainland Water Transmission Main, City of Cocoa, FL. Developed a SURGE computer model during detailed design based on the existing City distribution model with the addition of the new South Mainland water main. Modeled full power pump failure scenarios to confirm the maximum surge pressures for use in detailed design. During the later phases of design developed pipe material specifications and responded to questions from vendors and bidders during the procurement process. Provided services during construction including review of contractor submittals. Conveyance Designer, Fairbanks Avenue Force Main, City of Winter Park, Winter Park, FL. Sized force mains and develop phasing for wet -pit submersible lift station with ultimate capacity of 2 mgd. Modeling scope included integration of the new force main to an existing system, and feasibility of connecting multiple small stations to the new force main. Keep Miami Beach Rising Above • SCOTT WILLIAMS, PE Senior Technologist, Rowlett/Cottonwood 60 -inch Diameter Transfer Sewer Condition Assessment Study and Rehabilitation, North Texas Municipal Water District, Allen, TX. Project involved a condition assessment study for 35,000 linear feet of the 60 -inch diameter reinforced concrete pipe (RCP) Rowlett Cottonwood transfer sewer and 60 -inch diameter HOBAS parallel relief sewer for the District. Provided support of the condition assessment inspection alternative development task. Condition Assessment/Predictive and Hydraulic Modeling Specialist, Structural Calculations 60 -inch Cast Iron Saltwater Main Condition Assessment Pilot Study, Client Confidential. Served as the lead technical resource on this investigation of a 54 -inch diameter and two 60 -inch diameter cast iron lines totaling 12,000 linear feet. The pipelines date from the 1920s and 1940s and have been under constant exposure to saltwater. Developed field investigation plans based on background information and worked onsite with the acoustic measurement subcontractor to obtain remaining thickness estimates. Performed both hydraulic and predictive modeling in order the estimate the remaining service life and likelihood of failure for each asset. The project required extensive research into early 20th century pipe manufacturing standards and strength designs, as well as new survey -level assessment tools. Scott's efforts allowed the client to establish realistic baseline budgets and schedule for rehabilitation and replacement of these aging pipelines. Lead Conveyance Engineer/Senior Design Reviewer, Accotink and Little Hunting Creek Wastewater Pump Station Emergency Bypass and Force Main Rehabilitation, Fairfax County BOA, Fairfax County, VA. Worked with condition assessments to deliver options for external pipe repair without taking the force mains out of services. Served as senior design reviewer during the design phase. The design concept for the pump station involved installing process piping, valves, and equipment to permit bypassing the pump station in the event there was total power loss or failure of the pump station pumps. The force main repair involved the design and construction services to rehabilitate three pipe sections of the force main using an exterior V -Wrap carbon fiber system. Senior Technologist, Condition Assessment/Risk Management Analysis/Structural Calculations, City of Portsmouth Transmission Main Study, VA. The City of Portsmouth operates 18 miles of parallel cast-iron water transmission pipelines, with some lines dating from the 1880s. Helped to develop the condition assessment approach for these pipelines, which included a field assessment of pipe integrity. After completion of the field work, provided interpretation of the data and took part in the Risk Scoring exercises. Project Manager, Large Diameter Transmission Main Master Specification, City of Atlanta Department of Watershed Management, GA. Provided primary authorship of three-way master specification for the provision of transmission piping from 30 inches to 60 inches diameter. Project included the detailed specification of steel pipe, ductile iron pipe, and concrete cylinder pipe. Project Manager, Upper North Oconee Interceptor, Athens -Clarke County Department of Public Utilities, Athens, GA. Managed detailed design and production of bid documents for 30,000 -foot interceptor project. Project includes 7,000 feet of in-situ pipeline rehabilitation, an aerial river crossing, and eight major undercrossings with two microtunnels. Line sizes ranged from from 12 inches through 54 inches diameter. Senior Technologist/Hydraulic Transient Modeler/Project Manager, Pool 3 High Service Mains, Kentucky American Water, Lexington, KY. Developed SURGE model of 42 miles of high service potable water transmission main, including an intermediate booster station. Modeled full power pump trip scenario at peak flow rate of 30 mgd. Calculated recommended valve stroke periods for control of transients, and recorded maximum surge pressures for use in thrust restraint and pipeline design calculations. • CH2M Water and Wastewater Services Education BS, Mechanical Engineering, Southern Illinois University Registrations/Certifications Professional Engineer: CA, NV Distinguishing Qualifications • Expert in the configuration and design of complex pumping systems, mechanical equipment selection, layouts of piping and valves, and hydraulic and cavitation analysis of pumping equipment and control valves, and brings significant experience in performance testing of large, complex pumping equipment. • Experience in all phases of quality management, including QA/QC review of design an using PM Tony Naimey, PE Water Pumping Systems SME Qualifications Mr. Naimey has more than 28 years of experience that includes preliminary and detailed design of water pumping stations, flow control facilities, pressure reducing facilities, Targe -diameter pipeline design, low head hydroturbine systems, and water treatment plant facilities. His facilities design experience includes preparation of detailed drawings and specifications, mechanical equipment selection, layouts of piping and valves, hydraulic and cavitation analysis of pumping equipment and control valves, piping systems design and analysis of hydraulic transient problems in Targe -diameter pipelines. Mr. Naimey has developed and implemented cutting-edge variable -speed pumping controls that maximize the pump performance envelope and operating efficiencies. He is also responsible for firmwide technology leadership that includes development of mechanical discipline design best practices including discipline design processes and tools. Mr. Naimey also serves as a senior consultant/quality assurance reviewer on many CH2M's design and planning projects and is CH2M's global technology leader for the mechanical engineering design practice. Similar/Qualifying Experience Design Manager/Senior Reviewer, Low Lake Level Intake Pumping Station, Southern Nevada Water Authority, Las Vegas, NV. Responsible for the design of a 158,200 hp, 1,200-mgd raw water intake pumping station. L3PS withdraws water from a new deep water intake and pumps it into two separate pressure zones feeding two individual water treatment plants. The design incudes a deep underground cavern forebay and 490 -foot -deep well shafts, each 72 inches in diameter, that house a total of 22, 3,128 -hp, 30-mgd submersible pumps and up to 22, 4,700 -hp, 30 mgd submersible pumps. Facility includes one open -top surge tank (for the lower pressure zone) and two 100,000 gallon hydro -pneumatic surge tanks (for the high pressure zone), and two separate 144-inchdiameter discharge aqueducts connecting to the existing water treatment facilities. Design also incorporates fixed energy dissipaters in each pump discharge piping system to allow pump operation at total dynamic head conditions coincident with any lake water surface elevation. Lead Mechanical Engineer, Southern Delivery Raw Water Conveyance System, Colorado Springs Utilities, Colorado Springs, CO. Lead mechanical engineer responsible for the design of a 42,000 -hp, 300 ML/d raw water conveyance system. This project included three in -series booster pumping stations equipped with a total of 21 2,000 -hp pumps (seven vertical turbine pumps and 14 horizontal split case centrifugal pumps). Each booster pumping station facility is equipped with three variable frequency driven units and four constant speed units, hydraulically actuated pump control cone valves, individual high pressure hydraulic pump control cone valve power systems, a detached prestressed -concrete forebay, housed cylindrical hydropneumatic surge tanks, an overhead bridge crane system, and a flow metering station. Senior Consultant and Design Reviewer, Freeport Intake Pump Station, East Bay Municipal Utility District and County of Sacramento; Sacramento, CA. This project involved the design of a 185-mgd pumping plant located on the Sacramento River bank. The pump station was designed for a turndown from full flow to 15 mgd, which is Keep Miami Beach Rising Above • TONY NAIMEY, PE accomplished using four 2,000 -hp, 4.16 -kV adjustable frequency drives with synchronous transfer capability. This facility simultaneously serves two pressure zones and involves a pressure sustaining/rate of flow control station, metering station, and surge tank system. Lead Mechanical Engineer, Intake Pumping Station No. 2 Expansion, Southern Nevada Water Authority, Las Vegas, NV. Lead mechanical engineer for the design and construction support of a 66,000 -hp, 600-mgd raw water intake pump station. This project included 19 constant -speed 3,000 -hp deep set vertical turbine pumps and three variable -frequency drive 3,000 -hp vertical turbine pumps, hydraulically actuated pump control cone valves, high pressure hydraulic pump control valve power system, two 108,000 -gallon cylindrical hydropneumatic surge tanks, and overhead crane system. Lead Mechanical Engineer, Booster Pumping Station 1A, Southern Nevada Water Authority, Las Vegas, NV. Responsible for the design and construction support of a 44,000 -hp, 1,135 ML/d raw water pumping station. This project included eight constant -speed 4,000 -hp horizontal split case pumps and three variable -speed 4,000 -hp horizontal split case pumps, each with high pressure, hydraulically actuated pump control cone valves, centralized 4,000 -psi high pressure hydraulic pump control valve power system, attached cast -in-place concrete forebay, five 55,000 -gallon cylindrical hydropneumatic surge tanks, overhead crane system, and flow metering station. Pump station configuration is a Targe dry pit type and common wet well wall with upper mezzanine and electrical room at grade level. Witnessed factory performance testing of all main pumps, including detailed submittal review of all equipment and piping systems including pump and motor lateral and torsional rotordynamic analysis. Lead Mechanical Engineer, Booster Pumping Station 2, SNWA, Las Vegas, NV. Lead mechanical engineer responsible for the design and construction support of a 33,000 -hp, 300-mgd raw water pumping station. This project included eight constant -speed 3,000 -hp horizontal split case pumps, and three variable frequency drive horizontal split case pumps, hydraulically actuated pump control cone valves, high pressure hydraulic pump control cone valve power system, a detached prestressed -concrete forebay, five 55,000 -gallon cylindrical hydropneumatic surge tanks, overhead crane system, and metering station. Facility Design Manager, Joint Cedar Creek Lake Pump Station and Intake, Tarrant Regional Water Authority/ Dallas Water Utilities, TX. Responsible for the design of a 24,500 -hp, 277-mgd raw water pumping station. This project includes seven 3,500 -hp variable speed vertical turbine pumps, fourteen hydraulically actuated pump control valves, high pressure self-contained hydraulic power units, chemical feed facilities, attached cast -in- place wet well and intake facilities with fish screens, overhead crane system. Project currently under design. Lead Mechanical Engineer, Joint Richland Chambers Lake Pump Station, Tarrant Regional Water Authority/ Dallas Water Utilities, TX. Responsible for mechanical systems design for the design of a 19,500 -hp, 250-mgd raw water pumping station. This project includes six 3,250 -hp variable speed vertical turbine pumps, fourteen hydraulically actuated pump control valves, high pressure self-contained hydraulic power units, chemical feed facilities, attached cast -in-place wet -well facility with connection to existing intake, overhead crane system. Project is currently under design. CH2M Water and Wastewater Services Education ME, Civil Engineering, University of Texas at Arlington BS, Civil Engineering, Florida International University Registrations/Certifications Professional Engineer: FL Distinguishing Qualifications • Project Manager for several Miami - Dade WASD upgradeprojects. • Project Manager 1 Design Engineer for Water and Wastewater Pipelines and Pump Stations 1 Hydratuljc • ! -f .� Diana Merisier, PE Water Distribution Design Engineer SME Qualifications Diana Merisier is professional engineer with 10 years of combined experience in project management, design and hydraulic modeling of water and wastewater pipelines and pump stations. Her water and wastewater conveyance experience includes transmission projects where has designed and prepared construction plans and specifications. Diana's experience also includes providing construction management services, including reviewing contractor submittals to ensure compliance with technical specifications, investigating requests for information, coordinating client meetings, preparing meeting minutes, preparing request for quotation and letters to contractors, and preparing bid documents Similar/Qualifying Experience Project Manager, Engineering Design Services for the Installation of 4.5 Miles of New 54 -Inch Diameter Forcemain and the Rehabilitation of 2.5 Miles of Existing 54 -Inch Diameter Forcemain, Miami -Dade WASD, Miami, FL. Responsibilities include continuously monitoring and reporting on the schedule and financial performance of the project. Responsibilities also include developing a Basis of Design Technical Memorandum, Corridor Analysis and Route Analysis in coordination with two sub -consultants and senior pipeline technologists, coordinating the development of project specifications and drawings. Deputy Project Manager, Gap Analysis Summary Project, No. 17, SDWWTP, Miami -Dade WASD, Miami, FL. Serves as the assistant project manager. Responsibilities include monitoring and reporting on the schedule and financial performance of the project. Responsibilities also include coordination between the Owner and subconsultants to ensure that project goals are met. Project Engineer, City of Fort Lauderdale - Water and Wastewater Capital Improvement Program (Waterworks 2011). Responsibilities included inspecting construction activities in conformance with the contract, project drawings, specifications, schedules, cost estimates, procedures, quality requirements and safety standards during the construction of the Peele Dixie Membrane WTP. Reviewed CCTV inspection videos of existing pipelines, produced analysis reports/tables for infiltration and inflow projects and identified portions of pipes to be lined or replaced based on analysis. Responsibilities also included assisting in small design reviews on different water and waste water installation projects. Project Manager, Seminole Tribe of Florida (STOF) — Owner's Representative for the North 64"'Avenue 8- inch Diameter Water Main Design by Atkins (Hollywood Reservation), FL. Responsibilities include continuously monitoring and reporting on the schedule and financial performance of the project as well as reviewing the consultant's monthly pay applications for approval. Responsibilities also include coordination between the Owner, the design consultant and technical reviewers to ensure that the project is designed according to STOF Standards and Best Management Practices. Project Manager, Seminole Tribe of Florida (STOF) — Owner's Representative for the 16 -inch Diameter Hard Rock Water Main Loop Design by Atkins (Hollywood Reservation), FL. Responsibilities include continuously monitoring and reporting on the schedule and financial performance of the project as well as reviewing the Keep Miami Beach Rising Above DIANA MERISIER, PE consultant's monthly pay applications for approval. Responsibilities also include coordination between the Owner, the design consultant and technical reviewers to ensure that the project is designed according to STOF Standards and Best Management Practices. Task Lead, Seminole Tribe of Florida (STOF) - Seminole Indian Hollywood Reservation Water and Sewer Master Plan. Responsibilities included monitoring project schedule and budget, providing biweekly project reports and coordinating between CH2M and STOF Staff. Responsibilities also included developing a collection system hydraulic model using InfoSWMM, a water distribution system model using InfoWater and documenting model results. Project Manager, Seminole Tribe of Florida (STOF). Implementation of Cityworks as a Computerized Maintenance Management System at the STOF Water Treatment Plant. Responsibilities included monitoring project schedule and budget, providing biweeklyproject reports, coordinating between CH2M and STOF Staff, preparing for and hosting monthly progress meetings. Project Manager, Lift Station #7 Improvements, Cooper City, FL. Responsibilities included monitoring project schedule and budget, developing monthly invoice narratives, coordinating between the CH2M Gainesville Office staff for numerous disciplines, the design -build group and Cooper City staff, performing design calculations to size the pumps, wet well and the valve vault, assembling Broward County Permit application package and coordinating with Broward County Staff to ultimately deliver Bid Documents to Cooper City. Project Engineer, Keys Aqueduct Authority; Florida City, FL. Assisted the Construction Manager on the Expansion of the J. Robert Dean Water Treatment Plant for the Florida Keys Aqueduct Authorities (FKAA). Responsible for investigating requests for information, coordinated client meeting, prepared meeting minutes, prepared request for quotation and letters to contractors. Assisted Construction Manager with daily activities. Project Engineer, Sewage Pump Station 691 and Sewage Pump Station 692 Condition Assessment and Basis of Design Report, Miami -Dade WASD, Miami, FL. Responsibilities included performing a condition assessment of the mechanical components of Pump Station 691 and Pump Station 692 which have a firm capacity of 16 MGD and 30 MGD respectively, writing the process mechanical section of the Conceptual Design Technical Memorandum and the process mechanical section of the Basis of Design Report for both Sewage Pump Stations in coordination with a senior conveyance technologist. Responsibilities also included coordinating with the pump manufacturers to obtain pump curves and budgetary cost information for the two stations. Project Engineer, Sanitary Sewer Evaluation Survey (SSES) Program — Task 36, City of Suffolk, VA. Served as hydraulic modeler using the software MikeUrban. Responsibilities included calibrating the gravity sewer portion of the City of Suffolk Locality hydraulic model by setting up scenarios, selecting network loading node, running wet weather simulation of distributed flows, and comparing obtained wet weather hydrographs with previously developed hydrograph from SWMM models. Project Engineer. Hickory Creek, Segment VII, Seagoville Road and Old Elam Road Sewer, IH 20 Water Main Design Project, Dallas County Water Control and Improvement District No. 6, Dallas, TX. Responsibilities included designing and preparing construction plans and specifications for more than 7,000 linear feet of 8 -inch to 21 -inch -diameter wastewater transmission main designed to upgrade the aging wastewater system of the City of Balch Springs. Responsibilities also included developing construction cost estimate for the project and assisting through the bid and award phase. CH2M Water and Wastewater Services HELEN LU, PE Project Engineer, Miami -Dade Wastewater Master Plan, FL. Technical support of modeling tasks for the pressured sewer systems. The model included 1500+ pump stations. Evaluated the original InfoWorks CS hydraulic model developed by other third party, and support the model update and validation tasks to meet capacity analysis needs. Project Engineer, Use and Standards Attainment Project, NYCDEP, NY. This $15 million project provided the technical, scientific, and economic bases to support regulatory processes needed to tailor water quality standards to the highest reasonably -attainable use and to allow water quality standards to be attained upon implementation of recommended projects for New York Harbor waters. Assisted in model development and updates for the City's 14 WPCPs service areas, coordinated with sub -consultants on modeling task review, developed a water quality database program using VB and Access database, which included user -interface for data input, QA/QC, and query through a web -sharing application. Modeling software utilized include XP-SWMM, InfoWorks CS, EPA SWMM and in-house Fortune Program. Modeling Lead, Capacity, Management, Operation, and Maintenance (CMOM) Sewer Evaluation Capacity Assurance Plan, Clayton County Water Authority, GA. Provided technical lead on model development/calibration and capacity analysis for a major sewer basin with an InfoWorks CS hydraulic model without doing detail wastewater simulations due to time restriction. It also included detail flow data analysis for RDII with more than 80 meters by using EPA Sanitary Sewer Overflow Analysis and Planning (SSOAP) tool. Senior Technical Support, Sanitary Sewer Overflow (SSO) Control Program, City of Springfield, MO. The program focuses on wet weather SSO improvements encompassing both public- and private -side infiltration and inflow reduction solutions for the City to reduce stormwater induced overloads and wastewater discharges. Provided technical support on hydraulic modeling tasks. Technical Lead, 2010 Wastewater Flow and Local Study and Strategic Master Plan, Clayton County, GA. Technical lead for use of Sliicer'M for wastewater flow monitoring and rainfall data analysis to estimate RD II in support of wet weather capacity management alternatives. Used InfoWorks CS to create a simplified model for RDII evaluation. Water/Wastewater Engineering Lead, Water Distribution System Pump Scheduling Energy Management System Project, Gwinnett County DWR, GA. Updated the distribution system hydraulic model and assisted the model application of the energy optimization studies. Modeling Lead, Water Distribution System Master Plan, Town of Cary, NC. Converted existing model to InfoWorks WS, updated and calibrated model, prepared CIP needs through build -out; included water quality modeling. Also evaluated emergency responses and potential restructuring of pressure zone boundaries. Trained Town on use of model. Modeling Lead, Water Distribution System Master Plan, Winston-Salem, NC. Constructed all -pipe InfoWorks WS model and used for master planning. Used the model to help the utility with various O&M tasks including existing system operation optimization, emergency responses, and water quality studies. CH2M Water and Wastewater Services Education MS, Civil Engineering, Youngstown State University BS, Civil Engineering, Arkansas State University Registrations/Certifications Professional Engineer: OH Distinguishing Qualifications • Extensive experience in emergency field operations, including assessment of emergency repairs, bypass pumping, repairs, cleaning, and public relations; field and desktop assessment of capacity problems, including Sanitary sewer overflow (SSO), maintenance and operations and control; condition assessment for emergency operations, routine maintenance, and capital projects; and rehabilitation projects. • Experience with modeling climate change impacts on sewer flow using data from Southeast Florida Climate Change Compact • Utility Experience, sixteen years with Cincinnati Metro Sewer District Wastewater Coll ction.D;w►sit Susan Moisio, PE Wastewater Collection System SME Qualifications Susan Moisio has 30 years of experience in planning and executing capital projects. She is currently serving as the Global Practice Director for Conveyance and Storage. In this role, she stewards the development of modeling processes to further develop wet weather planning and implementation. Susan leads a global team of wet weather planning professionals and brings cutting-edge modeling and flow analysis processes to client's hydraulic modeling projects, including currently working on the City of St. Petersburg Wet Weather Overflow Mitigation Program and is the Conveyance Lead for the Miami Dade Ocean Outfall Legislation Program where she led the team to model the impacts on sewer flow from sea level rise on groundwater infiltration and climate change on the design storm. The team used the regional planning tools available from the Southeast Florida Climate Change Compact. Similar/Qualifying Experience Conveyance Leader, Hydraulic Modeling/Capacity Assessment; Ocean Outfall Legislation (001) Program, Miami -Dade County Water and Sewer Department, FL. Serves as the conveyance leader, providing technical guidance for the evaluation, validation, and ongoing support for the hydraulic modeling, pump stations, and force mains to improve water quality. The S5.7 Billion, 11 -year OOL Program is driven by a regulatory mandate from the Florida Legislature to eliminate all wastewater discharge to the Atlantic Ocean by 2025. Providing system master planning and managing overall delivery ofa comprehensive, long-term program that encompasses the design, procurement, construction, and commissioning of an estimated 28 major capital projects. A critical aspect of the program is the rerouting of wastewater flows from the east (Atlantic Ocean) to the west, where a new membrane bioreactor treatment plant will be designed and constructed to treat the flows. After treatment, more than 450 mgd of treated effluent will be injected into deep wells for both reuse and disposal. Technical Lead, Wet Weather Overflow Mitigation Program — Phases I and II, City of St. Petersburg, FL. Tasks included analyzing the City's collection system for inflow and infiltration (1/1) (e.g., data collection, data inventory, I/1 characterization, modeling assessment, alternatives analysis) and developing recommendations for the mitigation of future overflows through I/1 removal for comparison against solutions focused on improvements to the water reclamation facility. Lead Modeler/Model Quality Assurance/Quality Control (QA/QC), 55O Control and Wastewater Facilities Program, City of Baton Rouge/East Baton Rouge Parish, LA. Responsible for InfoWorks modeling tasks to develop a capital improvement plan for the control of SSOs and basement flooding. System includes 304 pump stations, manifold system, and three wastewater treatment plants (WWTPs). This is a multi-year project where Keep Miami Beach Rising Above • SUSAN MOISIO, PE CH2M serves as the program manager. Duties also include QA/QC of the modeling team and development of processes and protocols for the evaluation of the sewer system. Hydraulic Model Leader, SSO 700 Integrated Watershed Action Plan for East Branch Mill Creek, Metropolitan Sewer District of Greater Cincinnati (MSDGC), Cincinnati, OH. This watershed with one of the largest SSOs. The tasks are to complete the development of an integrated watershed model to support the sustainability effort for the Wet Weather Improvement Plan. Tasks include model update, performance evaluation, alternatives analysis and BMP analysis. The East Branch Mill Creek Watershed has multiple combined sewer overflows (CSOs), SSOs, overflowing manholes, and basement backup locations Senior Technologist, Lower Mill Creek System Analysis, MSDGC, Cincinnati, OH. Assisted with modeling efforts in the evaluation of the Default Remedy set forth in their updated Wet Weather Improvement Plan (WWIP). Phase 1 of the WWIP allowed the District to evaluate alternative solutions for the reduction of CSO volume in the Mill Creek Basin. This project involved conceptual planning, modeling and cost estimating of multiple grey and sustainable solutions to achieve the required metrics of CSO volumetric control as outlined in the WWIP. Senior Technical Consultant, Wet Weather Plan, City of Springfield, MO. Provided development, calibration, and alternatives analysis of sanitary sewer system models for completing the development of the City's wet weather plan, which will be focused on identifying and addressing chronic SSOs within the separate sanitary sewer collection system during system evaluation. Project Manager, Design Storm Analysis, MSDGC, Cincinnati, OH. Responsible for analysis of design storm methodology, development of best practices for design storm, evaluation of typical year rainfall, antecedent moisture calculations, modeling software, and rainfall -derived infiltration and inflow. Developed protocol for rainfall -derived infiltration and inflow/initial abstraction continuous simulation analysis. Co -located in a project office with the utility staff and the consultant staff for the 3 years of model development, calibration, and validation. Technical Advisor, Condition Assessment Costing Tool, Sanitation District Number 1 of Northern KY. Responsible for developing cost tables, and advisor on strategy development for costing tool using the SCREAM technology to evaluate repair and rehabilitation decisions and cost the selected alternative. Cost: S500,000. Task Leader, Mission Main Township No. 1 Peak Effluent Treatment Facility, Johnson County Wastewater, KS. Responsible for the development and calibration of an InfoWorks CS hydrologic and hydraulic model of 160,000 linear feet of pipeline. This system includes three peak flow treatment facilities. Technical Modeling Lead/Senior Technical Consultant, Integrated CSO/SSO Overflow Control Planning and Regulatory Negotiations Assistance, Evansville Water and Sewer Utility, Evansville, IN. Provided development, calibration, and alternatives analysis of the sanitary sewer system models for completing the development of the Utility's Integrated Overflow Control Plan, which will be an overall capital improvements plan that integrates the Utility's CSO LTCP with a prioritized set of projects focused on identifying and addressing any chronic sanitary sewer overflows (SSOs) found within the separate sanitary sewer (SSS) collection system during system evaluation. This multi-year complex project utilized SWMM. Analyzed more than 1,200 alternatives to develop a comprehensive CSO and SSO plan. CH2M Water and Wastewater Services Education I MS, Agricultural Engineering, Oregon State University BS, Agricultural Engineering, University of Minnesota Registrations/Certifications Professional Engineer: CA, NV Distinguishing Qualifications • Experience in all phases of conveyance system route analysis, planning, permitting, design, and construction for major large -diameter pipelines, valve stations, and pump stations • CH2Iv1's Global Technology Practice Lead for Conveyance Design • Detailed experience in system hydraulics, including steady state and transient conditions; expertise in control systems for equipment used to manage system hydraulics • Range of experience encompasses all design support services, including site and route selection, preliminary layout, survey and mapping, corrosion analyses, geotechnical investigations, noise mitigation studies. permitting environmental compliance, cost estimates, and construction schedules:,, Phil Ryan, PE Wastewater Pumping/Lift Stations SME Qualifications Phil Ryan is CH2M's most experienced project manager in conveyance planning and design projects. He leads our Conveyance Design Practice with the firm. Mr. Ryan's primary emphasis has been the design and planning of pipelines, flow control stations, pump stations and related water resources facilities for potable and raw water, reclaimed water, and sanitary sewer systems. He is experienced in all phases of project planning, permitting, design, and construction. Mr. Ryan is a recognized international expert in pipeline planning and design. His experience is supplemented by practical on-site construction support and extensive involvement with key design support services. Similar/Qualifying Experience Senior Technical Consultant, South District WWTP Renewal and Replacement Upgrades, Miami, FL. Provided senior consultant services for the Miami -Dade County's 54 -inch -diameter force main replacement project, which involved a field condition assessment and immediate rehabilitation as the transmission force main had no redundancy. Conducted an analysis of the force main's current route, working closely with WASD. A full geotechnical analysis and topographical survey along the project routes was an important part of this analysis. Using our proven, successful route analysis approach, identified four new potential routes before selecting the final route for the new force main. After completion of the route evaluation and preliminary design, CH2M provided complete engineering design services for the preparation of contract documents for construction of approximately 4 miles of a new 54 -inch -diameter PCCP force main. Project Manager, EchoWater Project, Primary Effluent Pumping Station Design, Sacramento Regional County Sanitation District (SRCSD), CA. The primary effluent pumping station (PEPS) for SRCSD's EchoWater Project provides the necessary lift to allow a new biological nutrient removal (BNR) process to be added into the existing treatment train at the Sacramento Wastewater Treatment Plant. The preliminary design phase of the work involved development of the overall project configuration supported by SRCSD's business case evaluation (BCE) process used to aid in comparing alternatives and reaching project decisions. The pumping station design was supported by a combination of computational fluid dynamics and physical hydraulic modeling to verify the configuration while minimizing project schedule risks. The pump station includes four 120 mgd capacity vertical axial flow pumps, each fitted with a variable speed drive. An innovative vacuum assisted pumping system is used to allow the discharge pipes to flow at negative pressure over the high point into the distribution structure, thereby reducing capital and recurring pumping costs for the District. Keep Miami Beach Rising Above PHIL RYAN, PE Project Manager, Hill Canyon Wastewater Reclamation Project - Preliminary Design, Ventura County, CA. Managed preparation of the preliminary design report for the Hill Canyon Wastewater Reclamation Project. The preliminary design included detailed evaluation and development of the alignment for a 4 -mile, 30 -inch transmission pipeline. Coordination with affected utility owners was an important component of the alignment selection. Preliminary design efforts also included evaluation of a leaf gate/rubber dam diversion facility in Conejo Creek and a 325 -horsepower, 25-cfs pumping plant. Hydraulic analyses, cost estimates, estimated water yield evaluations, permit identification, and institutional issues analyses were also important features of the preliminary design. Task Leader/Senior Technical Consultant, Lake Ray Hubbard Indirect Recycled Water Project, Phase 1, Dallas Water Utilities, Dallas, TX. Served as the task leader for the site selection and preliminary design development for the 100 mgd intake structure and pump station on the Trinity River in suburban Dallas. The project involves site and route selection for 60 -inch pipelines plus an intake and related facilities and intended to convey 100 mgd of water from the main stem of the Trinity River to the North Texas Municipal Water District's constructed wetlands. Provided senior technical consultant services for the pipeline route selection and preliminary design aspects of the work and assisted the team in applying CH2M's unique pipeline route selection process to the proposed pipelines and extended the process to help the team select overall system alternatives including both intake sites and pipeline routes. Senior Technical Consultant, West Sacramento Force Main (WSFM), Sacramento County, CA. Senior technical consultant responsible for detailed review of design analyses, plans, and specifications. The WSFM included 3.4 miles of twin -barreled, 60 -inch force main, one-half mile of 24 -inch trunk sewer, and 6,200 feet of 30 -inch trunk sewer line. The project also included the 1,400 -foot crossing of the Port of Sacramento's Deep Water Ship Canal with the twin -barreled, 60 -inch pipelines installed by horizontal directional drilling. Also, included in this water crossing were the City of West Sacramento's 27 -inch -diameter sewer force main and fiber optic facilities. The projects included three railroad crossings, a state highway crossing, and several roadway crossings. Project Manager, Freeport Intake and Pump Station, Freeport Regional Water Authority (FRWA), Sacramento, CA. Extensively involved in all phases of project development, planning, support to the environmental consultant, design, permitting, and construction of this large regional water supply system. Led the technical efforts to plan the pipelines, river intake, and related facilities for the Project including an extensive route study to select the preferred corridor for about 18 miles of 84 -inch, 72 -inch, and 66 -inch pipelines across an urban portion of Sacramento County. Prior to final design, served as the Project Manager for preliminary pipeline alignment development within the selected corridor, which resulted in an alignment within about 10 feet of the actual constructed pipeline for more than 90 percent of the route. Senior Technical Consultant, Southern Delivery System, Colorado Springs Utilities, CO. Senior technical consultant for the schematic and final design of the raw water pipelines and pump stations for this regional water supply system. Work included implementing CH2M Pipeline Route Selection Process for the route studies to select the apparent best pipeline route from Pueblo to Colorado Springs and siting studies. Also, included site selection for the pump and valve station sites along the alternative routes. Provided schematic design for all facilities after routes and sites were identified. Completed final design for the pipeline system and one booster pump station. The raw water system includes about 45 miles of 66 -inch diameter pipe, three pump stations ranging from about 14,000 hp to about 21,000 hp. CH2M Water and Wastewater Services ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX E tiA MAMBEACH Insurance Requirements RFQ No. 2017 -129 -KB WATER & WASTEWATER SYSTEMS CONSULTANT PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017 -129 -KB el MIAMI 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 Employer's 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. .. 1 '-KB 33