Loading...
Agreement with Ardurra Group, Inc 2_0 32 6 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 CiA Contract No. 2271220 AGREEMENT BETWEEN. CITY OF MIAMI BEACH AND ARDURRA GROUP; INC. FOR.. ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS PURSUANT'TO REQVESt FOR QUALIFICATIONS NO.2022422-ND aIREAPPDP-RAW4IIPM,P1/ DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22-122-03 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARDURRA GROUP, INC. FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS 2/8/2023 1 1:54 EST This Agreement made and entered into this ("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 ARDURRA GROUP, INC., a Florida Corporation having its principal office at 4921 Memorial Hwy, Suite 300,Tampa, Florida 33634-7520(hereinafter referred to as"Consultant"). WITNESSETH: WHEREAS, on January 20, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications No. 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects (the"RFQ") on an "As-Needed Basis"; and WHEREAS, the RFQ was intended to provide access to engineering consulting firms in accordance with Section 287.055, Florida Consultant's Competitive Negotiation Act ("CCNA") for future work as the need may arise; and WHEREAS, on June 22, 2022, the City Commission approved Resolution No. 2022-32175, respectively,authorizing the City to enter into negotiations with Ardurra Group, Inc.,and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS,the Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, attached hereto as Exhibit D1, are incorporated into this Agreement by this reference; 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 2 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • •Co ht ra ct.N o.22-1'22-03, `Consultant Shall•perform;•at,the•:City's option, and which must be duly.authorized, in w"ritirigi,.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, bm111ding °codes), ordinances,. 'rums, 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;• ttte elements contained in the. Construction Documents recommetded_by the+Consultant,(arid 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'Selvices not specifically enumerated as Additional:Services(as defined herein)shall also be considered'Basic Services: CITY(OR OWNER): "City"shall mean.,the City of Miami Beach; a Florida munidipal corporation. having•it's principal.-offices at 1700 Convention.Center Drive;'Miami'Beach; Florida,.3$139: In all. respect5;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 enforcementof any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority es a governmental body'and shall not be attributable in.any rhanherto City as a Party to this Agreement. CITY COMMISSION: "City ConiCfilsion"shall m_ean,'the governing,and legislative body.of the.City;. CIITY'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 Com mission under this Agreement,.onto regulatory or.administrative bodies having.jurisdiction..over the'Project): CONSTRUCTION COST BUDGET:"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;(1009/o completed) plans; technical specifications, drawings, schematics, documents, and.'diagrams prepared by the architect/engineer of record for the Project,setting forth in detail the requirements for the construction of the'Project.The Construction Documents shall setforth:in full all details necessary to complete the. construction of the, Project in.,accordance with the Contract Documents. Construction Documents shall nit 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. 'CONSULTANT: "Consuftant"Shall mean the entity named on:page 1''of this Agreement that will perform •(or cause to be performed through subconsultants acceptable to the City) all,:Services required under'this Agreement and/or Consultant.Service Order.When the term"Consultant"is used in this Agreement it shall' also be deemed to include any•.dfficers, employees, or agents of Consultants, and any other''person or entity .acting, under the supervision, direction, or control of 3 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No. 22122 03 Consultant t9 provide any Services or similar professional services With respect to a Project (Subconsultants��.). The.Consultant shall not be replaced.by any other entity;.except•as;otherwise li permitted in this Agreement:, The Subcorlsultants in.Schedule" "D", 'attached hereto, are_'hereby approved by the CityManager'for the Project. CONSULTANT SERVICE ORDER:Consultant•.SerV ice Order ("CSO")shall mean the..work order issued by the, City ta. 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. Service Order Amendments shall be approved in: aecordance•with. 'Contract Approval Authority Procedure.03:02 or as.amended:'The.City Manager reserves the right to seek-the approval.of the City Commission for•any such::Service Order Amendment. 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,additionsi or reductions.in the term S of this Agreement including,without lim itation,. authorizing a,change in the. Services, or the method and manner of performance'thereof, or, an • adjustment In the fee and/or completion dates. Contract Amendments shalt be approved in'accordaince With Contract Approval Authority'Procedure 03:02, or as amended. The. City Manager reserves the right to seek the approval of the City Commission for.any such Contract Amendment. CONTRACT.DO,CUMENTS:-"Contract'.Documents:'shall mean this Agreement (together with all exhibits, schedules,, 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 exhibitsj. schedules, addenda, and 'written.amendments issued thereto),the.Request for. Qualifications (NRFQ"),.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)far a minor changes in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and the Consultant. 'for performance of the .Work contemplated by (or reasonably inferable from)the Contract Documents 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:The Contractor may be,-a general contractor, construction manager, .design-builder or any other duly licensed construction consultant .selected pursuant to any other procurement Methodology available under Florida law. 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, 4 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 . .brItraot No!._22-122-0a •Stoririwater retention and disposal, and parking requirements applicable tO the prbject 'DESIGN DOCUMENTS: 'Design DoCument$'!Means.all plans,ciraWings apecifications, 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 the Project necessary for the final preparation of the WO% 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 Documenta.However,approval by the City shall not in any Way be cOnetNed, interpreted and/Or deemed.to•constitute a waiver or excuse Consultant's obligations to ensure the Design Documentsare constructible; in compliancewith all Applicable Laws .and in accordance with the Contract DOOLiments, PROJECT:: "Project'ehall meanthat certain.City capital projectdescribed.in the Consultant Service' Order., Failed:Cost "Project Cost' shall,mean the estimated,total cost of the Project, as ,described in the CSC): Project Scope: "PrOject Scope"01811 Tri Oen!the description of the'PrOject,as described in the CSO. PROJECT ADMINISTRATOR:: "Project Administrator'shall mean the individual designated by the City Manager who shalt:be the City:a 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 Dbcpmehts" shall mean the RFQ, together; with all amendments or addenda thereto (if any),which is incorporated by reference!into this Agreement and Made a part hereof provided, hOWever,that in the event of an express conflict between any term(s) in the Proposal Documents and this Agreement, the terms set forth in this 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.schedUies attached;to. this -Agreement and referred to as followsSahedtle A—Consultant Service Order Schedule B HOurly Rate Schedule Schedule C— Approved SubcOnsultants Schedule D .FEMA Provision for Contracts 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 and further described in the osca. 8ERvicEs . "ServiCes" shall mean all ervibes, work, and actions by'the Coneultant performed 5 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 000tratt,No,,;2241-224)1 pursuant tO or'undertaKen under this Agreement including servicee delineated as part of the Scope of SerVicee, SOFT COSTS ''soft Costs" shall mean costs related'to the Project Other than Construction Cost including; Without. limitation, Consultants:'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: "Statement of Probable Construction Cost"theft meanthe detailed estimate prepared by Consultant in.Construction Standard index,("CS.11 format or other format approved by'the Project Administrator, which inductee- the Consultant's estimated total construction cost to the City of the Work for the Project(as established in the Contract Documents,be they may be amended from time to tiMe),, the Statement of Probable COnetructidn 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 deteta accountfor an/,anticipated price esbalation.. WORK:: °Work" shall mean.all Woof, materials, equipment, supplies, tools, machinery, utilities., fabricetion,transportation, inaurance, bonde, permits and-conditions thereof; building.code changes and government approvals, licenees, tests,.quality assurance and/or quality control inspections and related, certifications, surveys; studies, and other items, work and-services that are,necessary or appropriate„forthe'total conatruction, inatellation.. 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 ConeOltarit shall provide Basic Services for'the PrOjebt, epecifica sCribed' in the Consultant Service Order and in:accordance with the hourly rates in Schedule:13: The Consultant -anal! be qualified and properly professionally licensed 'Professional'in the State of Florida and .as. otherwise ,requiredP by any entities, agencies, boards, governmental 'authorities and/or .any other ,professional -organizations with jurisdiction,governing the,professional practice area for which the professional has been engaged by City, Further,-any Subconsultant that may perform Services on behalf Of the Consultant,shall be.a qualified and properly professionally licensed professional in the State of Florida and as otherwise required.by any entities, agencies; beards, governmental authorities and/or any other professional'organizations with jurisdidtion gOvething,the professional practice area for which the subconsultant has been engaged by Consultant to perform professional serviCes'in Connection with the Project. 2.2: The'Consultant Shalic ornmence the Services upon receipt'of a.-written Consultant Service Order signed by the City Manager or deeignee. Consultant shalt countersign the Consultant Service Order upon receipt arid'return the Signed copy tb'thetity„ 2 As it relates to the'SerVices and the PrOjett, d.onsultant rrants.apct 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 aa,m may be amended or adoptettf from tirne. 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 ell of the serviCes reqUired under this Agreement shall be performed in accordance with the standard of Care normally exercised 'in comparable projects in South Florida. -Consultant warrants 'and represents to the City that it is experienced, fully .quolified,, and properly licensed (pursuant to Applicable LaWs), to perform the Services. Consultent warrants and represents'to the. City that it is responsible for the technical 6 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22,12.2-03 accurary,of the ServireS; 2.6 The COnsuitant's Basic'Services moy,coriist,of Various'tasks, including planning, design, bidding/aWarcli preparation of a DCP, studies, construction administration, and Additional:Services (as maybe approved),allas further described in the Consultant Service Order;and shall alSolnClude any and all of COOSUltanes responsibilities.and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Coristruttion. RESPONSIBILITY FOR CLAIMS AND 1-IA131U-tit& No action or omission by City shall waive or okcuso Consultant's obligations Under the Agreement and/or Other Contract Documents.and Consultant shalt remain fully liable for all work performed by Consultant including,without lirditation, any•design errors or omissions (if applirable.to the services performed by Consultant). 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 subronsUltants)„forthe accuracy and corn petency of the Services,nor shall any City apProval and/or decisions be deemed tobean,assurriptiOn of such responsibility by the City fora defect,error or omission.in the Services. MOreover,neither the City's inspection, review, apPrOval, or acceptance of, nor payment for, any Services required under the Agreement shell 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 ariting 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 ,Consultants misconduct, unlawful acts, negligent acts, errors or Omissions in .the petform ante of the Agreernent. 2:7 TIME:It is underttood thattimeis ofthe essence in the completion of the,Project and;in this respect,the parties agree as follows: 2,7.1 Term: The term of thiS.Agreemerit shall rommenceupon exeCution by the City and Consultant, Which shell be the Effective Date referred to on page l' hereof, and shall be in effect for three ( ) years ("Initial Terrii"), plus two(2), one.(el),year renewal options, to be exercised at the sole discretion of City Manager (Initial!Terra and any renewals.shall be collectively referred to as the'fere!):Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines 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 COnsultantSerVice_Order). 2:7,2 The Consultant shall perfOrnilhe, 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. 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 ContorrentWOrk by others. 2.7.4 The-ServireSshall, 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 delays by the „City (or authorities having jurisdiction over the Project) in reviewing and approving. the Consultants 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 7 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 'Contract,NO.122-122-03 reasan, for the particular delay; the requetted edfutthleht :(te. Otention) tci the PrOject Schedule; and a revised anticipated schedule of cornpletloh: UpOri 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 forcorppletion,cif the particular work involved, and authorize that the appropriate adjustment barnacle to the, Project Schedule. The,Project Administrator's epprOVal (if granted)shall be in writing. Z8 Consultant ohail use its best effixtt to maintain a constructive, profeOtiOnali, cOoperative working relationship with the Project Adminittrator, Consultant; and any and all other individuals. and/or firths that have.been contracted, or otherwise retained; to perform work on the Projept. 2.9 The Consultant that,:perf our)its duties under thisAgroern Olt,end:undere'Consultant Service Order,in:a competent,timely end,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 perform an ce im potsible 2.10 The Consultant is responsible;for the profesSional quality,.technical accuracy,completenese, performance and of all Services required under the Agreement and under the Consultant Service Order(including the,services performed by SubdontOltentt), 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 consultant 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 Consultants 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 replacementOrrepair of any defective materials and equipment_and for the cost.of the re-performance of any non-conforming construction work resulting from such deficient Services for a period beginning on 6-ie Effective Date of this Agreement and ending twelve (12),monthsfollowing final acceptance of the Work The Project Administrator theft.notify:the,Consultant,,in writing,of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall.have the fight at any time, in its tole and absolute discretion-, to subrhit fcr. 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, Consultants, other design ProlestiOhals, and/Or other consultants retained'by the City);the.intent of such requirement it to enable the Consultant to receive input from others professional expertise to identify any discrepancies, errors. or omissions that are inconsistent with industry standards relating to 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 16 items identified by other reviewers in accordance with this subsection. Consultant shall receive commentsfro.m reviewers, in Writing. 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 acknowledges that a performance eValuatiOn Of the Services:rendered throUghoui this Agreement will be completed by the City and kept in the City's: files for evaluation of future solicitations. 8 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contra0t No..22-122-03. 2.12 Consultant.agrees that when any portion•of the'Services relates• to a professional serC/ice 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 pmploy: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 or her designee (Le,the Project.Adrninistrator). I1'3:-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 snake available to any third party(ies). any'non- public information concerning;the Services or the Project,withouttheprior written consent_'of the City Manager or the.Project Administrator, unless such disclosure is indident 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, da not delineate every'd.etail 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, ;rn writing, and shall obtain. the Project Administrator's: written cotlsent before ,proceeding with such work•.and/or services. 'Ifs 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. 216' 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 conpletion.of the Project. ,2;17 'THECITY HAS Na OBLIGATION TO ASSIST,FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT',S OBLIGATIONS UNDER THE AGREEMENT O.R OTHER CONTRACT DOCUMENTS, THECITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE'DISCRETION.AND SHALL NOT, IN ANY WAY; BE 9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22-122203 '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. THIS SHALL INCLUDE, 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/ORAN.YOT HER PROVISION OFTHISAGREEMENT 'OR OTHER CONTRACT DOCUMENTS,,THIS SECTION SHALL GOVERN. 2;18: GREEN BUILDING STANDARDS: If applicable, the' Consultant shall .cornply with the requirements.of Section 255.25.75, Florida,Statutes, and Chapter 100.of•the City Code, as.both.may be amended from,time to tirri'e, addressing 'applicable •Leadership in 'Energy, and .Environmental • Design (LEED)compliance requirements: 2:19 SUBCONSULTANTS.:All services provided by suboonsuitants shall be consistent with those commitments madeby the Consultant in its Proposal and during the competitive solicitation selection process and interview,as indicated in•Schedule C.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 Subcofisultants. The Consultant shall not retain, add, or replace any subconsultant without the.•prior written approval 'Of the City Manager or designee, 'in response to a,•wriitten 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 subcons ultants; 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 subeonsultant 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 bythe:subconsultant. Paymentof 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. 10 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract N9-,22422403 ARTICLE'3.THE'CITY'S RESPONSIBILITIES al The City Manager Shall:designate a Project Adminittrator, whb shall be,the.Citysauthorizect representative to act On,City's behalf with respect to the City's responsibilities or matters requiring ;City's,approval under the Contract bocurnentS... The Project Administrator shall:be authorized to transmit instructions, receive information,interpret and define City policies and decisions with respect to the Services and the Project and to act on the bity'S behalf in,respect of such other matters as the City Manager may specify i The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided,however,that any failure tif 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 Contratt Doc umentS, 3,2 The City Shell make available to Consultant, fOr the convenience:of the Consultant onlY, information that theCityhas 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 expreSsor implied.certification,warranty,.and/or irepresentation as to the accuracy or completeness Of such information.and. assumes no responsibility,whatsoever with respect to, the sufficiency, completeness oraccuraCyof such information.The Consultant understands,.and hereby agrees'and' acknowledges; that it is obligated to verify tithe extent it deems necessary all information furnished' by the City, and that it is solely responsible for the accuracyand applicability of all such information used by Consultant Such verification shall include, without limitation,visual examination of existing. conditions in all locations encompassed bythe Project where such examination can be made without using destructive measures(i.e. excavation or derndlition):.Survey information shall be spot checked to the.extent that consultant has satiSfieditSelf as tO the.reliability of thifOrmatiOn. 3;3 .Atany,time;in his/hersOle disCretion;the OityManagerrnayfUrniShaccatriting,and counseling. services for the ;Project (including, without limitation, .auditing -services to verify'the Consultants applications for payment,or to ascertain that Consultant has properly remitted payment due Wits SUbconsditants or venderS),,, 3..4 if the City observes otherwise becomes.aware of any fault or defect in the Project,or non- coriformancewiththe Contract DOCum ents;the.City Manager;through theproject Administrator shall give,prompt written nOticethereof to the'Consultant. The' City Manager, acting in its proprietary capacity as Owner and not in its regUlatciry. Capacity,.:Shall,,renderany, 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 Corn mission shall,be the final authority to'do Or to approve the f011bwingettions or Conduct, bypaseage'of anehabling resolUtiOn or amendrnenttOthis Agreenient 3,6,.1: The:City COmtnission 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 sere.Of the majority of the-stook of a Corporate consultant. 3.62 CcintraOt AmendrrientS .shall be approved in .accordance 'with Contract Approval Authority.POOedureO3O2 or as amended, ,O;;cept.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 bythe City shell be made. Except where otherwise expressly noted in I I, DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 'Contract No.22-122-03' this Agreement ,or the Contract Documents;, the it Manager shall issue decisions. and authorizations which Mal/include;,without limitation, proprietary review,,approval, or commentupon the'schedules; plans, reports,, estimates, contracts,and other'documents submitted to the City by, Consultant. 3.7:1 The City.Manager shall have priar,review and approval Of the Project Manager (and any replaceinenttyand 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,theprior approval of the City Commission which approval (if granted at MO'shall be.:in,its We discretion`. 3:7.4 Contract Arnendrrients 'shah: 'be-approved in accordance With Contract-Approval AUthority Procedure 03.02_or:as art%ended, .3:7.5 The City.Managermay,in,hit/her-Sole disretion; form atom niittee-or:commiftees,,or inquire of,,or consult with,persons forthe purpose of receiving advice an:d recommendations relating to the exercise the City's powers,.,duties, and responsibilities under'this Agreement or the'Contract Documents. 3.7.3, '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(t)'under this Agreem ent,and, should such default remain uncured,in terminating the Agreement.(pursuant to and in accordance with Article.IC hereof). 3.8 The'City's review, evaluation, or commentas,to any.documents,prepared:by or on behatf'of the Consultant shall, be solely for the purpose of the City's determining,for its awn satisfaction the. suitability of the Project('or portions thereof),as 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,RESPONSIBILITY FOR.CONSTRUCTION COST 4.1 The. City shall establish a -Construction Cost Budget for the Project; at.Set forth in the Consultant Service Order,:Consultant shall design the Project so that the Construction Cost.Budget for the Project is not exceeded,, As part of theBasic Services Consultant shall design and/or re- design the Project to the .Construction Cost Budget in accordance with this. Article. 4, making,all revisions necessary to maintain the Construction.Cost Budget,. Consultant shall attend meetings with the City to,rev low and discuss cost estimates, cost-saving alternatives; and implementation or revision of the Design Document's.and Construction Documents to address'such items,'as May be necessary; to meet the established.budget paramete,rs.set forth in the-Construction Cost Budget. 4.2. Consultant'shall provide and/or update the'Statement of Probable Construction,Cost at each stage of completion of the Design Documents and at completion'of the Construction 'Documents unless otherwise specified in:a written directive of the Project Adnfi inistrator,. 4:2.1. At completion of the conceptual. design (at such stage of completion of the Design 12 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Cdntract.No.22122-03 Documents as' may he specified by the Project Administrator),.!Consultant.shall provide the City'a •'Statement of Pl•obableConstruction Cost,which must include-an estimated'Construction.Cost for the Project within a range of;plus or minus fifteen percent(,+/L15%oyof the:Construction Cost budget,. If at the foregoing stage of design; the-Consultant's Statement of Probable Construction Cost exceeds the City's.Construction Budget by more than fifteen percent.(15%a), then the Project Administrator shall ,provide notice thereof to the Consultant. Consultant shall then-identify the cause(s),for the difference"and recommend.in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total' costs in the Statement of Probable .Construction.Cost to Within fifteen percent(15%) of the City,'s Construction Budget. Upon obtaining, City's approval.of ahy proposed..modifications, Consultant shall Incorporate such modifications;within the Design Documents as part of•the.Basic Services and at no,additional cost to.the City.. 4.2:2. At the'30%and 60%a completion of the Design Documents,Consultant shall update its. Statement of Probable Construction Cost,which must include an estimated Construction Cost for the. Project within a.range,of plus or:minus ten percent(,+/-10%).of the Construction Cost Budget, If at the.foregoing stages.of design, the.Consultant's:Statement of Probable Construction,Cost exceeds the City's, Construction Budget by more than ten percent (10%), the Project,Administrator-.shall: provide notice thereof to the Consultant. Consultant shall then identify.the causes)forthe difference and 'recommend in writing for. the City's approval :any modification.in the Design Documents necessary to:conform to the. Consultant's estimated total costs in'theStatement of Probable Construction_Cost..to within ten percent'(10%) of the'City's Construction Budget. Upon obtaining City's=approval of any,proposed,modifications; C'onsultantshall:incorporate,suchmodifications..within the Design,•Documents as part of the Basic Services and at no.additional cost to the City.. •.4:2:3. At the, 90% stage completion of the Design Documents and at completion'of the ConstructionDocuments;.Consultant shall`update its Statement of Probable:Construction Cost,which must include an estimated Construction, Cost for the Project.within a range of plus or minus five percent(+/-5%)of the Construction Cost Budget. If at the foregoing stages of design,,the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by-more than five percent(5%), the Project Administrator shall provide notice thereof to.the Consultant. Consultant shall then.identify the cause(s) for the difference and recommend in writing for the City's-approval any modification in the Design,Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to, within five percent (5%) of the City's Construction Budget.Upon obtaining the City's approval,.Consultant shall promptly modify.the Design 'Documehts:or Construction Documents within the time period sPecified by the Project Administrator. (which time period for completion shall not exceed ninety (9.0) .days from the.date Consultant is• notifiedto redesign), as part of the Basic Services and at no additional cost to the City, 4.2.4:. To ensure-that the Construction.Cost shall,not exceed the City's,Construction Budget,, each Statement of Probable Construction.Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees,general conditions and a reasonable and appropriate construction.contingency.. 4 3: Consultant shall certify and'Warran t to the City that the Statement of Probable Construction Cost and any update thereto,represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional .familiar with the construction industry, provided, however that.Consultant cannot(and does not)guarantee that bids or negotiated prices wilt not vary from any estiriiates of Construction Costor.other cost evaluation(s)prepared(or otherwise provided). by Consultant. 4.4. 'If the lowest and'best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent.(1.0%), the Project Administrator shall:provide notice thereof to,the Consultant, and the Consultant shall redesign the'Project within the Project Scope, construction schedule,.sequence of Work, orsuch other action, as deemed necessary, to reduce the.Statement 13 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.:2q-122-03 of Probable Construction Cost,;and.Consultant shall provide:any'required revisions•'to.the Contract Documents: •(including, without limitation, the Construction .Documents) within the, time, period specified by the Project Administrator(which time period for completion shall not exceed ninety(90) days:from_the date Consultant.:is notified to re-design),.and shall provide.re-bidding services,as many times as maybe reasonably requested by the City,as'partt of the Basic.Servicesand at no additional coat;t)the City, in order•to;bring.any resulting,.responsive and:responsible bids within ten.percent ('l0%)of the Consultant's final updated:Statement of Probable Cost, 4.5. The Construction Cost.Budget shall.not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances•(such as Force Majeure)which are beyond:the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approvai which", if granted .at.all,.shall:be at the sole•.and,reasonable discretion. of the City Commission. The•City Commission shall have.no obligation'to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission•may, at its sole and absolute discretion,terrninate.this.Agreement(and the:remaining.Services)without any further liability to the City. 4.6. 'The City,Commission may,et its sole and absolute discretion,'and without relieving Consultant of its obligations under this'Agreement to design the Project to the Construction'Cost Budget as set forth in Sections 4.1 through 4:5 above,:separately elect any of the following options__(1)approve an increase toy the Construction Cost Budget;(2)reject all bids, and (at its option)authorize rebidding of the.Project;:(3)•abandon the•Project-and,terminate the•remaining Services without any further liability tote City;'(4)•select as many deductive alternatives as.maybe,necessary to bring the lowest and best bid within the Construction.Cost:Budget. ARTICLE`5: ADDITIONAL SERVICES 5.1 Additional Services shall only be perfor"rried. by .Consultant following receipt of written authorization ;by the Project ,Administrator ,(which, authorization must be obtained prior ;to .Corimrhencerrientof anysUch additionalwork by Consultant)'. The written authorization shall contain a description of the Additional Servicesrequired, a lump•sum to be negotiated at•the timeof;the request for additional services or a•fee(in:accordance with the rates in.Schedule"13" hereto),with a"Not to Exceed"amount. Reimbursable Expenses (if any) with a "Not to Exceed"amount the, 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, 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 Reirnbursables,expense reviews). 52 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 execution of this Agreement(excluuding conditions determined by all prior,studies available to: .Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). iI DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • Contract No.22422-03. CitytegueSted.__Revisions to Construction Documents: _Making revisions -to Construction Documents resulting-in or from City-requested changes in Scope of-WOd< 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 ConStiltent. 5.2.4 Expert Witness: .Except insofar as the.Conatiltant is required by legal process or Subpoena to appear and give testimony,preparing to serve or Serving as an expertwitnesain 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.,tha Consultant .or in which-the performance of the Consultant not in'issue.: 51.5 Procurement; ,AasiStancein connection with,bid protests, re-bidding,.or re-negotiating :contracts•(except for Contract:PbcOrnent.revisions and re-bidding services required Under SectiOn 4.4 hereof,which Shell be provided at no:additional'cost to'City). Models: Preriering 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.Consultantin the provisiOrrof Basic SerVices:. 6.2.1. Threshold Iritoection/Materiali Testing,and InSbectibn: Providing threShOld inspection services and material testing/special inspection:Servicesi.Provided that consOltant,,es part of the -Basle Services, Shall' report. on the progress the '9110k,, including any defects and defjoientieS that May be observed in the.Work. ,5.2.8 Pre-Design Surveys.& Testing,:,EnvirOnmentel investigations and site evaluations; provided, however,. that .surveys of the existing :structure l'required t to complete as-built OOCirrtientatiOn are,not additional sei-vioes, 524 •Geotechnioal .enqineering. providing gecitegtinibeli .engineeting rvice or site -surVeys:. Additibnal servieee maybe requested by the.City uting a'ConSultant Service Order-(C89):. For each!proposed_Consultant $erviee'Orcler,:Qoneultent shall provide the City withe,Costproposal on a lump sum or not-to-exceed basis based on_the fee schedule set forth.in Schedule 13"'hereto. .Consultant Service Order shall 'be executed in accordance 'With, Contract Approval Authority .ProcedUre',03:62 ores arnehded.,Any'CSC not executed in accordance herewith.shall be.null and void. .EXCeptas,specified herein,-services that are required,fOr completion of the Construction Qockirriefits beitiert of Consultant's BOO,SerNiioes. 43. bprsat5fe.apons_es.§411 be authorized and approved in accordance witnArtiOle 6 hereto. ARTICLE 6.-REIMBURSABLE EXPENSES 6.1 Reimbursable, ExpenSes must be .authOried, ir advanCe, in writing, ,by the .Rrojodt AdMinistratOr. Invoices or vouchers for Reimbursable Expenses shall be Submitted"to.the:Project; Administrator(along with any'supporting receipts and other back-up matatial requested by the Project AdMinistretor). Consultant shall certify as to each such invoice and/or voucherthat the aMounts and: items claimed as reimbursable are "true and correct and in accordance with. the Agreement!! 13eirn bursa ble Expenses may include:but not be limited to, the folldwing• Cost of reproductiOn, courier, and postage and' handling of. drawings, ;plans,- speCifications,and Other ProjeCt documer.ts-(ecludi1g,*rod u ction s for the office use 15 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract Nb,-22422,0' •of the Consultant and it ,scibconsUltante; and coiyier, poStage and.handling costs between.:the-ConSUltant and its StibConsultante).. • Costs for reproduCtion and preparation.of:orOphidstor community workshQP • • Permit feesreqUiredby City ofiMiarrif Beach regulatory bodies having JUrisdictiOn over the Project(Le. City permit:re*: 62 ReirnbOrSable,eXpenses, are ail Set aside bY the; City and shall only indlude actual expenditures made by the Consultant in the Interest;of the Projects provided such expenses are authorized in advance by the City Manager in a CSO The reimbursable expenses allowance, as specified herein; belongs to;and shall be controlled by the City(i unused portions will be retained by the City and shall not be paid to COnSultant).. Only approved travel-related expenses authorized by a CSO will be reimbursed to'the Consultant in an amount not-to-exceed the agreed upon amount reflected On the corresponding :CSC and.in ,accordance with the..City-Wide Procedure OD.-26:01 (Travel on Business) as may be updated by the City frOrti time to time. ARTICLE 7. COMPENSATION.kik SERVICES 7.1 ''ConSultants "Lump Sum" or !lNot;to ExCeed"fee for.prOvision of the SerViaes, or portions thereof, as may be set forth and described•in the Consultant Service.Order attached hereto as. Schedule "A", issued for a particular Project, Shalt be negotiated between the City:and Consultant; and shall be set forth in:the Consultant Service Order and iri.aCcOrdanCe:with Schedule"B". 7.2 Payments for SerVices shalt be. made within,forty-five.(45) calendar days of receipt and approval of 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 Consultants Progress Schedule (to be submitted with each imbibe), 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.Servidesshall be.compensated iii accordance with the hourly'billOg rates set forth in Scheckile."S,' 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 Mt): Z4 Approved ReinlOursable.EXpenses shall be:paid in accOrcianceWithArticie 6 hereto,up to the 'Not °to, EXCeedl! Reimbursable ,allowance amount set forth :in Consultant Service Order :(as applicable), Any request for payment of Reimbursable Expenses shall also be. included with ,Consultants payment request. NO mark-4 shall be allowed on Reimburspble..EXpenses, 75 'ESCALATION:The initial hourly rates set forth in.Schedule.8 shall remain constant for the Initial Term of the agreement Ninety,(90)days prior to expiration of the Initial Term;the City Manager may consider an.adjustment to the preaeding.year's unit costs for the subsequent year. Any such adjustments if any shall be based on.a corresponding increase in the Consumer Price Index forAll ,Urban Consumers'U'.S. City overage(1982-84=100), as established by the United States Bureau of Labor Statistics ("CP1n,or material adjustments to the scope or requirements of the RFQ by the City; including (but not limited to) living wage increases prOvided, however) that in no event shalt any • annual increase exceed the Consumer'Price Index for All.Urban ContOmers ln the event that the City Manager determines that the requested increase is unsubstantiated; the Consultant agrees to perform all duties at the durrent dost terms. 16 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract'Np.22422-03, 7.6. Nortetainage"shall.be n adefrorrl.the Consultant 'Compensation on accbUnt.Of sums withheld by the City on payments to Consultant, 7,_7 METHOD OF BILLING AND PAYMENT Consultant-shall invoice.the:Project Administrator in a timely Manner,but no more than once one monthly basis,per project:.Involces;shall identify/include 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.sub-consultant work is used, the percentage of completion shall 'be identified'. Invoices shalt. also itemize..and summarize any Additional Services'end/or Reimbursable Expenses. A'copy''of the written approval of the Project, Administrator for the requested Additional Service(s)or Reirrmbursable;Expense('s) shall'accompany the invoice. Invoices shall be,submitted to.the City at the.following address: Accounts Payable:payables@miamibeachfl.gov 7.71 if',requeated;Consultant shall provide back-up for past:and current invoices that records hours for all work(by employee category),:end cost itemizations for Reimbursable :Expenses.(by category). ARTICLE 8:CONSULTANT'S ACCOUNTING AND OTHER RECORDS '8:1 All books, records.(whether financial or otherwise), correspondence; technical documents, and any other records.or documents related to the-Services:and/or Project will be available for examination and audit by the City Manager, Or his/her authorized representatives, at Consultant's office-(at the address designated in Article 15 "Notices'),during customary business hours.- All such records shall be kept at least for a period of three (3) years.after Consultant's completion of the 'Services. .Incomplete or incorrect entries in such records and accounts relating.personnel services and expenses may grounds for City's,disallowance of any fees or expenses based,upon such. entries. Consultant:shall also bind its subcohsultahts to the requirements of this Article and ensure corn pliance therewith. ARTICLE 9.:OWNERSHIPS 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 produced in the performance of this-Agreement,,or related to the Project, whether in its native electronic form,paper orother hard copy medium or in electronic Medium,except with respect to copyrighted standard details and designs owned byte 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(orwithin 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-diScIose, 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 17 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 'contract Na.22=12203 a third party and Used or reproduced by the Consultant in the performanOebt this Agreement'.Nothing contained:.herein shall be deem ed"to ekdlude:any doeurnent frorn.Chapter-1 19, Florida:StatuteS. 9.2 The COnsOltant is,permitted to.reproduce copyrighted,rhaterialdeschbed above Stlbject-tci prior written approval'of the City Manager. 9:8 At the City's option, the Consultant may be.autoriked, 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 amount not greater than 50%of the original fee earned to adapt the.Original Copyrighted materiel 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 resulting from.suoh,Modificatfon. 9,5 The.COntuitant "Shall; bind all: suttontultants tb the: Agreement reqUirementsfer re-Ute; plans arid speofficatiOnS, ARTICLE,10.TERMINATION,OF AGREEMENT 10.1 TERMINATION'FOR LACK.OF FUNDS: The City'is a.goVernynental entity and.lis„Subject to the appropriation.of funds by its:legislative body in an amount sufficientto allow:continuation:Of:its performance in accordance with;the terms and conditions of this Agreement.,In the event there is a lack of adequatef unding either for the Services or the Project(or both), the City may terminate this AgreeMent withoUt fUrther liabWty 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 thattheConsultant(1)Violates. any provision of this Agreement or performs same in bad fait' (2) unreasonably delays'the performance of the Services or any portion thereof;or(8)does not perform the 5ervicesorany portion thereof in a timely:and satisfactory mariner, 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 fr.*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 takeover the remaining Services and completethem by contracting with.another Consultant(s) or otherVvise. 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. 10.21 In the event of tettnination:for cause by the City;the City-shall only dbiigätedto pay Contultant for those Serb ices satisfactorily performed and accepted prior to the.date of termination (es 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 purulent to 'this subsection 1.02.2;the City shall'have no:further liability to Consultant. 1'02.3 As a condition,precedent to release of any payment vVhich may be dile to COnsUltaht under subsection 10:22,'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, thOselefereribedin subsection 9.1 hereof). The City shall not be,responsible for any Cost incurred by Consultant for assembly, copy, and/or delivery of PrOject dbournents pursuant to this subsection. 1$ DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No:22-122-0.3 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.Withoutpertalty, 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, SerVicet. satisfactorily performed and accepted up to the termination date (as set forth,in the City!S written notice)J and for ConsUltants costs in assembly and delivery to the Project Administrator of the Project documents(referenced in subsection 10.2:$ above), Upon payment of any amount which may be duelo.Consultant pursuant this subsection 10.3,the City shall have no further liability to•ConsOltent 104 TERMINATION BY CONSULTANT: The Consul,tarit may only terminate this Agreement for cause upon thirty pm days prior written notice to theCitY, 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:Heat be granted.a thirty (30)day cure period (commencing Upon receipt of Consultants initial written notice): 10.4.1 The Consultant shall haVe.no right to terminate this Agreement for cenvenience. 10,6 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 doc urn entS(fOrdelivery to the Project Administrat0r). ARTICLE'It. :INSURANCE 11.. INSURANCE REQUIREMENTS:'The vendor shall maintaihthe below required insurance in effect prior to awarding the contract and for the'duration of the contract The maintenance of proper insurance coverage is a material:element of the contract and failure to maintain or renew coverage Maybe treated as a material breach'of the contract,•which Could result,in withholding of payments or termination,of the contract. 11.1 The maintenance of proper insurance doverageis a material element of thesAgreernent arid failure to maintain or renew coverage may be treated as a material breach of the Agreement,which Could result in Withholding of payments or tern'ination of the Agreement. A. Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter.440 and'Employer Liability. Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, 'the Contractor and each employee shall hold the City harmless, from any injury incurred during performance of the dontract The exempt contractor shall also submit(i)a written statement detailing the number of,employees and;that they are.not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii)a copy of ,a Certificate of'Exemption, B. Comnierdial General 'Liability Insurance on an ocdurrente baSis, including prOdUCta and completed operations, property damage,bodily injury and personal &advertising'injury with limits no leSS than $1,0000,0 per occurrence, and$2,000,000 general'aggregate. C. Automobile Liability Insurance Coveringany automobile.,if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit,no less than $1,000,000 combined )9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Co ntract No.22-122-03. per accident for bodily Injury arid property.damage. D, 'Prafessional Liability (Errors .& Omissions) ,Insurance appropriate: to the. Consultant's: profession, witti•Ilritit'na less than$2,Q0.0,000': 1:1,:2 Additional Insured-City of Miami Beach must be:included by endorsement as an additional insured With respect to all liability policies(except Professional Liability and Workers'Cornpensation) arising out of work or operations performed on behalf of the Consultant:including materials, parts, or equipment furnished in connection with such.work or operations and automobiles owned, leased,. hired or borrowed ih the form,of an endorsement to:the Consultant's insurance. 11.3 Notice of Cancellation -.:Each insurance'policy required above shalt provide that,coverage shall not be cancelled, ;except with notice"to .the City of Miami Beach :c/o, EXIGIS Insurance 'Compliance Services. 11.4. Waiver of Subrogation. - Consultant agrees to .obtain any endorsement that may be necessary to affect the waiver•of subrogation on the".coverages required. However,this provision." applies regardless-of whether the City has received a waiver-of subr..ogation endorsement from the insurer. 11,5 Acceptability of insurers-Insurance must be:placed with insurers with a current AN,Best rating of Arating.of N,VII or higher,. If not.rated, exceptions.may be'made for members.of the Florida,lnsurance Funds(i,e FWCIGA,,FAJUA).. Carriers may also be,considered if they are licensed and authorized. to do.insurance business in the•State.•of Florida. 1126 Verification of Coverage - :Consultant .shall furnish.the City with original .certificates-and amendatory endorsements,, or copies of the applicable, insurance; language, effecting coverage required by this.contract. All certificates and endorsements are to be,received and approved by the City before work commences. However,failure to obtain the required documents prior to the work 'beginning shall not waive the Consultants obligation to provide them. The City reserves the right to require complete„certified copies of all required insurance policies, including endorsements,required 'by these specifications,atany time: CERTIFICATE HOLDER ON ALL COI MUST READ;' CITY OF MIAMI.BEACH c/o EXIGIS Insurance'Compliance Services P.O.Box'947" Murrieta,:CA 92564 Kindly•sube it all' certificates of insurance, endorsements, exemption letters,to'our servicing,agent, EXi.GIS,,at: "Certificates-miam ibeachariskworks.com 11:7 Special Risks or Circumstances •The City of Miami;Beach reserves the'right to modify' these requirements, including, limits, based on the nature :of the "risk, ,prior experience, •insurer, coverage,mother special circumstances. Compliance with the foregoing requirements shall'not relieve the vendor of his liability and'obligation under this"section or under any other section of this agreement.. ARTICLE 12.INDEMNIFICATION AND HOLD HARMLESS 12.1 To•the fullest extent permitted by Section 725,08, Florida ,Statutes, the Consultant shall" 20, DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No..22'-122-03 indenlnifyand hold harmless the.City and its.officers,employees, agents;artd 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, ands 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 attorneys fees which may issue thereon. Consultant.expressly 1.inderstands.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,arnployees 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;whichthe City participated either through review.or concurrence of the Consultant's..actions. In reviewing,.approving or rejecting,any submissions by the Consultant, orother 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 Consultants:performance of the Services 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 incrementall costs to the. .City resulting out of the,errors or omissions;by.the'Consultant, including, without limitation, the direct, indirect and/or consequential damages resultingfrorn the Consultant's.errors and/or omissions or any cotbinatien thereof. Damages shall.include.delay damages caused,by,the error, orniission;, or any combination thereof.. Should he.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 Project Administrator. 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 notagree.with,the decision: of the Project Administrator,the.Consultant shall present any,such objections,in writing;to'the•City Manager. Tie Project Administrator and the Consultant shall.abide by the decision of.the City Manager, This. paragraph does not constitute a waiver of any patty'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 Agreementonlyif in so doing the.City can place alimit on its liability for any cause of action for money damages due to an alleged breach bythe`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 amounts) :actually paid to Consultant hereunder.. • Consultant hereby expresses its willingness to,.enter into this Agreement,with Consultants 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(d) actually paid by the City to the Consultant hereunder, 21 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract NO:22-1.22 03 Accordingly,and notwithstandin'g any other.term:or..condition,of thls:Agree`m:ent, Consultant hereby agrees•,that the City shall not be liable to Consultant for'nioney damages due to an,alleged breach,by theCity of this Agreement, in an amount in excess,of the"not to exceed amount"of Consultants'fees under this Agreement,which amount;shall be reduced by any arnount(s)actually paid by:the City to Consultant.hereunder. Nothing Contained i(1 this Subsection, or elsewhere`in this Agreement,.is iin any way.intended to be a waiver of the Iirriitation,placed upon'City's liability;,as set fdrth in'Section 766128, Florida Statutes. SUBJECT TO 'CONSUTLANT'S: COMPLIANCE WITH, TH EQtJIREIAErT OF SECTION' 558,0035, FLORIDA. ;STATUTES,. A DESIGN PROFESSIONAL WHO IS AN. INDIVIDUSL EMPLOYEE OR._AGENT OF CONSULTANT MAY NOT BE HELD_ INDIVIDUALLY LIABLE FOR NEGLIGENCE OCCURING WITHIN' THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT. •ARTICLE 15, NOTICE Until changed by notice in writing, all such notices and communications shall. ,be addressed as follows: All written notices given to City by Consultant'ahall be addressed,to: City.,Manager's.Office' City Of Miami Beach 1700 Convention Center Drive Miami Beach,,Florida 33139 Attn:Aline T. Hudak, City Manager Email:AlinaHudakRrniarr ibeachfl.gov With,a copy to: Public Works Engineering City of Miami.Beach 1.700 Convention Center Drive Miami Beach, Florida 33139 Attn: Cristina.Ortega Castineiras; PE, ENV SP Phf 305-673-7080 ext. 26153 Email:.CristinaOrtegae,miamibeachfl.gov All written notices given to'the Consultant'from the City shell be.addressed to; ARDURRA.GROUP,;INC: 4921,Memorial Hwy,Suite 300. 'Tarn pa,,FL 33634 Attn:Agustin Maristany, PE Ph:786=656-4045•. Email:amari'stany aC�ardurra.com All notices mailed electronically to either party shall be deemed to be'sufficiently transmitted. ARTICLE'1,6.CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC.RECORDS LAW 16.1 Consultant shall.comply with Florida Public Records law under Chapter 119, Florida 2.2 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract"No.22-122;03 Statutes,,es.May be amended from,time to time. 162 The term"public records!-Shall have the:Meaning set forth in Section 119;011(12);which means all documents, papers,, letters, maps, books; tapes, photographs, films, sound recordings; data processing software,or other material;regardless of the physical form,Characteristics,or means of transmission; made.or received pursuant to law or ordinance:or in connection with,the transaction of official business-of the, City,. 163 Pursuant'to Section 1.19:0.701' of the•Florida Statutes;if the Consultant meets the definition of"Consultant"'as defined in Section 119;0701(1)(a),the=:Consultant Shall: (a) Keep and maintain public records required by the City tosperform the service, (b), Upon request from the City's-custodian.of public records;,providethe City with a copy of the requested: records or allow the•records•to: be, inspected.'or copied 'within, a reasonable:time at.a cost.that does not exceed the cost provided in Chapter 119,. Florida Statutes or as.otherwise provided by law; (c) Ensure that ptblic records that are exempt or confidential and exempt from public records.disclosure requirements are not disclosed, except as.authorized by law, for the duration of the contract term and following completion. of the Agreement lf. the Consultant does not'transfer the records to,the City (d) Upon cornpletion'of the Agreement, transfer,at no cost to the City, all public records. .in possession of the Consultant or.keep-and maintain.public records required by the. City to perform the.service. If the Consultant transfers.all public records,to the City upon'Completion of the.Agreement„the Consultant..shall destroy any duplicate public :records that are:exernpt or confidential' and exempt from public re0orde disclosure requirements; if,the Consultant keeps and maintains public records upon corripletion, rof the Agreement,-the Consultant shall meet all applicable requirements for retaining' public records: All records stored.electronically must be provided to the City; upon :request'fromthe City's custodian of public:records;in a format that is;compatible,with the information technology systems of.the.'City 16 4 REQUST,F(OR,RECORDS;NONCOMPUANCE. 18.4.1 A request,to inspector copy public records:relating to,the City''s contractforservices Must be made directly to the City.If the;City does not,possess the requested records,the City .shall immediately notify the.Consultant of the request, and,the Consultant must provide the. records to the City or allow the records to be inspected'or copied within a reasonable time. 16.4.2 Consultant failure to borrrplywith The City's request f Orrecordeshell.constitute •a breach of this Agreement, and the City;atits sole:discretion may:(1)unilaterally terminate the Agreement (2)•avail itself of the remedies set forth under the Agreement:and/or(3)avail itself of any.availableremedies atlaw or inequity. 1:6.4:3 A:Consultant who fails to provide the public records'to the City'Within.a reasonable time'may.be subjectto penalties under•s: 119.10. 16.5 .CIVIL ACTION. 1.6.5.1 If a,civil'action is filed against Consultant:to compel production of public records :relating.to the City's,contract foreervices,the court shall assess and:award against the Consultant the,reasonable costs of enforcement,,including reasonable attorneys' fees,if: (a) The court determines•thatthe Consultant unlawfully refused to comply with the public records.request within a reasonable time;and (b) At least 8 business days before filing the-action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied'with:the.request,to the City and to the Consultant. 23 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract Mb. 2.2-122-03 1 a 5.2 A notice complies with subparagraph (16.5.1)(b) if It is sent to the CitY's custodian of public records and to the Consultant at the Consultant's address listed on its Contract With the City or tb the Consultants registered agent. Such notices must be sent by common Carrier delivery service or by registered, Global Express Guaranteed, or certified mail;With postage or shipping paid:by the sender and with evidence of delivery,,which May:be in an electronic format.. 16:53 A Consultant who CoMplies with a public records request within:8 business days afters the nOtice is Split isnot liable for the reasonable coSts of.enforcement. 1p,p' IF THE CONSULTANT HAS QUESTIONS REGARDING THE. APPLICATION OF CHAPTER tip, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE.PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC 'RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL.E. GRANADO, CITY CLERK 1100 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA'33139 RAFAELGRANADOaMIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1' 'Pursuant to Section 2-256 Of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may;on a random basis, perform reviews audits, frOpectiOns, and investigations on all City cOntracts, throughout the duration of said contracts, This random audit is separate and distinct from any other audit performed by or on-behalf of the City, 17.2 The Office of the Inspector General is authorized to investigate,Cityaffairs and empowered to review past, present and proposed City programs, accounts,records, contracts and transactions. In addition; the Inspector General'has the.poWertb subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and prograMs. Monitoring of an existing City project or program may include a report concerning whether the project is on time,within budget and in confirmarice With the contract docuMents and applicable law. The Inspector General shall have the power to audit, investigate, monitor,oversee, inspect and review operations activities, performance and procurement process including but not,limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers,agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and:corruption. Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to.fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10)days written notice to the COnSultant, the Consultant shall make all' 24 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract llo..:22,12,03 requested•records,and documents available to the Inspector peneral for inspection'and'cOpying..The Inspector General Is empowered to retain the services of independent priVateseCtor auditors to audit investigate, monitor,oversee, inspect and review operations actiYitieS,.PerfOrMarice and procurement !process including but not limited to project design,, bid. specifications, (bidipropoSel). submittals, activities of the Consultant its officers,agents and employees,lobbyists, City staff and elected officials to enure.COmpliancewith the Contract documents and to:detect fraud and corroptipm- 17:4 The Inspector'General Shall:haye the right to.inspect and copy ail dPcUrnents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to,performance of the,contract, including, but not,limited to.original estimate files change order estimate files,worksheets,,proposals and agreements frorr and With sUcoessful subconsultants 'and suppliers, all project-related correspondence, ,memoranda,instructions;'financial documents, construction documents, .(bid/proposal) and .contract documents back-change docurnentS, all dbct:itnenta-Phd records which inVO1Ve cash,trade or volume discounts, insurance proceeds,'rebates, Or dividends.received,payroll and personnel records and supporting documentation torte aforesaid documents and redords. 17.S 'The ConSultant.Shall rnaka'available,at.itt offibe et all reasonable,times the records, materials, and other evidence.regarding,the acquisition (bid preparetidn). and performance of this Agreement for eKamination,.audit, or reproduction, until three(S)years afterfinal payment under this Agreement or for any.longer,period required by statute-or.by other clauses of this Agreement; In additiOrt: (a) If this Agreement is omelet*or partially.tent hated,the ConSultatit-shall al<e available records relating ID the work terminated Until' three (0), years after any resulting final termination settlement;and (b) Tne-tonSultant Shall make available records relating, to appeals or to litigatiOn or the. Settlement of,claims arising under or relating to this Agreement uat such appeals, litigation, or Clain:Isere finally resolved: .- 17,6 The*Visions in'this section shall apply to the Conaultarit,its offiberk agents, . employees, subcOnSultants and suppliers, The Consultant shall incorporate the provisions in this -Section in all subcontracts and all other agreements executed by the Consultant in 'connection with, theperformence of this Agreernent, IT7 Nothing:in this';,section,shall impair any independent,right lathe City tO conduct audits'Or investigative aotivitjes. The provisions of this section are neither intended nor shall they'be.ConStrued to impose any liability on the City by the.Consultant or third partieS, ARTICLE B..MISCELLANEOUSP ROVISIONS 181 VENUE AND 'WAIVER OF JURY'"TRIAL;. this Agreement shall'oe goyerned' 15`y 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-bade County,_Florida, if in state- court .and the !I:1:$. District Court, Southern District of Florida,. .in federal coUrt. .BY 'ENTERING INTO THIS AGREEMENT,. 'CONSULTANT AND CITYEXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY-HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED To, OR ARISING OUT OF, THIS AGREEMENT: 18.2' EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that, it will not discriminate against any employee or applicant for employment.ter work under this,Agreement 'because of race; color, national origin, religion, sex, gender identity, sexual orientation, disability, 25 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • Contract No.22.122-0- trieritator familial status, or agei,andwill take affirtnativestepstoensure that apPlicarits:areernployed and employees are treated during'employment without regard to race,Color, national.Origin, religion, •sex,:gender identity,,SexUal,Orientation, disability,fnarital or farnilial statUs,,,or age, 18,3 pif BUG ENTITY CRIMES ACT In,accordance with the Public:'Entity Crimes Act(Section 20.133, Florida,Statutes), a person or Ciliate Who is 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 0 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,Conalltent,supplier,SUbcOnsultent,or subconsultant under a contract with theCity,,and may not transact business,with•the'city in excess of the threshold amount provided in'Section 287,017, Florida Statutes,for Category Two We period of•35 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 Cityi'and pursue.debarment of'Consultant 18.4 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, cOrtimiisibn,. perCentage,gift, or other consideration'contingent open or resulting from the award or making of this Agreement For'the breach'or violation of this subsection,'City shall have the right to;terrninate the Agreement, without any liability or, at its discretion; to deduct from,the contract.price(or otherwise recOveathefull arnount of such fee, aim rn isSiOn, percentage,gift,•or bontideration. 185 LAYV$ANO kEOULATIONS:. .„ • 151 The p.onsultantshall, during theTerrhof thiS Agreen1P-nt.be governed by.,-4 A:poem*. Laws which may have abearing on the'SerVices involved jn the Project. 18.5.-2*Orblect.CiOcum&its I ri•accordance with Section 119.971 (3),( )(4 Florida Statutes, entitled "General exemptions from inspectitig,or copying public records:: 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 Conetitution. 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 arcnitedt,'engineer,*or Consultant,who is performing work On or related to the Project, or upon a showing of good cause before a court of bompetent jyriSdictiOn. 'The entities or persons receiving such. information shall: maintain the exempt status of the information. 18:5;2.1 In•addition to the requirements in tniS siibtettion 18.5,2, the Conetiltant 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 wr1t1hg.. • 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project dOcumenteare Wipe kept and maintained in a secure location. 1.6 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ccntract No:22,-1224S3 11/3.5.2.3 Each set of the Project dOcuMents are to be numbered and the whereabouts of thedOcurnents,Shall be tracked at all4Irnes. 18;5.2.4 A log is developed to tradkeach Set of documents logging in the date, time; and name.of theindiVidual(s).that Work on Or view the documents. 186.8• E.-Verify ,18 5.3.1 Consultant shall comply with Section 448.095; 'Honda Statutes, "Employment Eligibility" ("ENetifyStatut ),as may be amended from time to time, Pursuant tOtheErVerify Statute, commencing on January 1,2021, Consultant shall register with and use the E-Venfy system to verify the work authorization Status of all newly hired employees during the Term of the. Agreement. AdditiOnallY, ,Consultant shall expressly require any :subconsultant performing work or providing services. pursuant to the Agreement to likewise utilize the LS. Department of Homeland Security's E-Verify system to verify the employment eligibility-of all new employees hired by the subconsultant during the contract Terra. If Consultant enters into a contract With an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract ,with, or subcontract with an unauthorized alien Consultant shall maintain a copy of such affidavitfOr the duration of the Agreement or such other.extended period as may be requited under this.Agreement • 18.'532 'TERMINATION RIGHTS. 185.8.2.1 If the City has a good faithibelief that Consultant has.knowingly violated Section 448.09(1), Florida Statutes, the City.Shall terminate this, Agreement with Consultant for causer and the City shall thereafter have or owe no further obligaticin.Or liability,to Consultant. 183:5.2.2 lithe City has.0,good faith:belief that a $ubtonsultant has knowingly violated the foregoing Subsection 1.8,53.1 but the Consultant otherwise compiled with such subsection,the City will promptly notify the Consultant and order 'the .Consultant to immediately terminate the Agreement with the sUbtonsulfont. Consultant's failure to terminate a. subconsultant shall be an event of default under this Agteement, entitling City tolerrninate the Consultant's.contratt for'catiSe. 10.5.3;23 A contract tertninated under the, foregoing Sub:sectron 18.5.32.1 or 185,3.22 IS hot in breach .Of'contract and may not be considered as such.: -1115.3.2.4 The City or Consultant or a .Subtonaultant may file an action with the,Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3,2.1 or 185:3.2.2 no later than 20 calendardayS after the date bawl:11th the Contract viras,terminated. 185.3.2.5 If the City terminates the Agreernent with Consultant,under the foregoing Sub-Section '18.58.2.1 Consultant may not be awarded a public contract for Otteast 1 year after the date Of termination Of this Agreement. 18.5.3.2.6 Consultant it liable fOr any additional costs incurred by the City as a result of the termination of this Agteement under this Section 18.5.3. 27 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No..22-122=03' '18.6 FORCE MAJEURE;. a; A.'".Force Majeure' event is an event that(i)in fact causes a delay in the performance of the Contractor or the City's.obligations under the Agreement, and' (ii).is beyond the reasonable control of such party unable to perform the.obligation, and (iii) is not due to an'intentional act error,omission,,or negligence of such party,and (iv)could not have reasonably been foreseen and prepared for by such party at any prior to the occurrence of the event.:Subject to the foregoing criteria, Force Majeure may include events such,as.war,civil insurrection,riot,fires, .epidemics !pandemiics,. terrorism, sabotage;. explosions, embargo restrictions, .quarantine restrictions, transportation accidents, strikes,strong hurricanes or tornadoes,.earthquakes, or other acts of.God which prevent;performance.Force Majeure shall not include technological iinpossibiliity, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. b. If the City or Contractor's performance of its contractual;obligations is prevented or delayed by an:event believed'by'to be Force Majeure;.such party'shall immediately,upon learning of the.occurrence of the event or`of the corn thencem ent of any such delay„but in any case within, fifteen(15), business days thereof; provide notice: (i) of the occurrence'of event of Force Majeure;(ii).of the.nature of the event and the cause thereof, (iii)of the;anticipated impact on :the Agreement; (iv) of-the anticipated period of the delay, and (v)'of what course off-action such party plans to take in order to mitigate the detrimental effects of the event. The'timely delivery of the notice of the occurrence of a'Force Majeure event is a condition precedent to allowance of any relief pursuant 46 this section; however; receipt of such notice shall hot -constitute acceptance that the event,claimed:to be a Force Majeure event is,in feet Force Majeure,,.and the burden of proofofthe.occurrenceof a Force Majeure event shall be on.the- requesting,party., ,c, 'Tl e.City may, in its Sbie:and_absolute discretion,;make amendment or equitable adjustment: in the contract terms and"conditions and/or pricing, to address very limited unforeseen. circumstances outside of the.successful Bidder's control relating to certain supply.chain.issues and extreme market.volatility. The City may, but shall' have no obligation to consider or otherwise approve ari adjustment,wherepricing or-availability of supply is affected by"extreme- or unforeseen volatility in the marketplacesetisfying,ata•minimum,all of the following criteria: 1)the volatility is due to causes wholly beyond the successful Bidder's control;2)the volatility affects the entire marketplaceor industry, not just the particular successful Bidder's;source of supply; 3),the effect on pricing or availability :of supply is.substantial; and•4) the volatility so affects the successful Bidders that continued performance,of the Contract would result In an excessive or unreasonable substantial loss or financial hardship.to;the Bidders, Such.'as, for example, en event implicating insolvency or" bankruptcy. Any_ adjustment would require irrefutable evidence,and written approvals by the,.Director of Purchasing Services...For the. avoidance of doubt, this section does not in any•way alter or affect the 'allocation. of risk between the City and;the Bidders pursuant to the•Contract,:or Bidder's assumption of all risks, relating to its performance in accordance,with the Contract'terms. d. 'No'party hereto shall' be liable for its failure to carry out its obligations under the Agreement during a period When such"party is rendered unable, in whole or in part,.by Force Majeure,to carry out such obligations. The.suspension of any of the obligations under this Agreement due to.a Force Majeure event shall be.of no greater scope and no longer duration than IS required.The party shall use its reasonable best efforts to continue.to perform its obligations hereunder to the extent such.obligations are not affected orare only partially affected by the Force Majeure event,and to Correct or Cure the event or condition excusing performance-and 28 • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No:'22-'12?-03' otherwise to reniedy its inability to,perform.to.;the sextert its,inability tO perf orrti fa the:direct result Of the Force'Majeure event'with:alt reasonable dispatch':. 1.8,7 CORRECTIONS TO 'CONTRACT DOCUMENTS: If applicable to. the 'performance Of Consultant's- Services, the Consultant shall .prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, ,and/or. ambiguities Which may exist in the Contract Documents prepared by Consultant, including documents prepared'by its subconsultants. Compliance with this subsection, shall not be construed to relieve.the Consultant from añ'y liability resulting from.any such errors:,omissions;.and/or atribiguities'in°the Contract Docur> ents•and other documents or Services related thereto, 1.8.8 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: 1'8.9 SLICCESSORS 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)th'e 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 b"y,the Consultant. 18,9 PROVISION;OF:ITEMS•NECESSARYTO'COMPLETE SERVICES: in the'perforinance of. the Servicesprescribed herein, it;sllall be the responsibility,of the Consultant to provide all,salaries; wages, materials; equipment, subconsuitants, and other purchased services; etc.,as necessary to complete said Services. 18.1'0' INTENT OFAGREEMENT:" I8.16.1 Thee intent of the Agreement's,for the Consultant'to provide all necessary items for the proper completion of the.Services..The Consultant shall perform,as:Basic Services,Such incidental work which may not be:specifically referenced, as necessary to complete.the Project.. 18.A0:2. This Agreement is for the.benefitof 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 1'8.10,8 No acceptance,,order,.payment', orcertificate 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. 18::1,0.4 This' .document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein;- an.d the •Patties 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 29 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 .COfttraqii\jci.22-122703' r10:Modificafi6ry,amendmentor alteration in thelerms or bonditIons,,contained herein shatl be effective unless •memorialized in written document approval and executed with.rfie same formality and of eqOal:dignity herewith, [REMAINDER'OF THIS PAGE LEFT INTENTIONALLY BLANK] 30 • • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 DocuSign Envelope ID:225CF126-B28A-4619-946D-7A2C75AA7152 Contract No.22-122:03 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. FOR CITY: Attest CITY OF MIAMI BEACH: DocuSigned by: ratfat,C ` . aeo ah i4AI � GiFFX�E`f..13fikANADO,CITY CLERK AT.HUDAK„ ITY MANAGER Date2/8/2023 I 1:54 EST APPROVED AS TO FORM&LANGUAGE FOR EXECUTION FOR CONSULTANT: " rlr'12� ARbURRA GROUP,INC. )City Attorney Date Signature/ • Agustin Maristany, PE Print Name 12/5/2022 Date 31. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No. 22=122-03 SCHEDULE A CONSULTANT SERVICEORDER SAMPLE(.CSO) Contract# Dept,CSO# - Change Order# Consultant: Project Title: Authority(Must select one) City awarded continuing contract for NE services for a project whose estimated cost of construction. does not exceed$4 million. City awarded continuing,contract for thestudy,planning activity,or.other services whose costs are estimated not to exceed$500,000. City,awarded project-specific contracts not subject to CCNA limitations for continuing contracts. $y.ao:epting this,CSO..Consulant agrees to provide services pursuant to the attached.proposal dated and the terms. cond1ons,and rates established In the above-reterenoed contract between the City and the Consultant.Consultantexpiki:ly agrees that no other terms and'conditions shall apply to the work regardless of whether said other terms and conditions are included herein or in any anachment to this CSO.'Any deviation,from the scope of Work agreed to herein shall require a change order approved by the City, Estimated calendar days to complete the work: Tolal amount original CSO $ Total amount this Amendment $ Total amount all previous Amendments $ Total Amount for Engagement $ • Account.Code: Approval of New Subconsultants: If a new subconsultant is being added,City Manager approval is required. Name Amount $. $ For City(Name) Signature Date Project Admin(required): Dept Director(required): Procurement ACM: CM:,Alina Hudak For Consultant(Name) Signature Date Lead Project Admin: Notes By signing.the consultant.aclptowledges that this CSO is not valid and no work may commence until the City has issued a purdha •order for the C50.The C' shall not be liable for cha .• mlatin:to an work that is not. ,uarri to a C -issued.urchase order. 32 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No..22t-122r03 SHEDULE B CONSULTANT HOURLY RATES .._,„ - ,... .., -• .. ..:-. , . _,,,, LABORCATEGORY: HOURLY RATE AdminiCleriCal $ 59.09 Administrator ' $ 100_45 Associate $ 222.17 CADD Manager $ 179.63 CADD OperatOr • $ 135.90 CADD Technician $ 88.63 Clerk $ 94.54 Designer $ 127_63 Draftsman $ 85.09 Draftsperson $ ¶19.55 'Engineer $ 159.24 Engineer /Assistant: Engineer $ 1133.54 'Engineering Intern $ 105.18 Engineering Technician $ 53.18 Field Inspector $ 10045 Inspector $ 100.45 Principal $ 280.00 Principal Designer • $ 16663 Principal Engineer $ 178.45 Project Engineer $ 194.99 Project Engineer Senior $ 219.22 Project Geotechnical Engineer '$ 141.81 Project'Manager $ 229.26 Project Manager Senibr $ 280.00 Scientist / Assistant Scientist '$ 104.00 Senior Associate, $ 280.00 Senior Driller '$ 76.81 _ Senior Engineer $ 206.81 .Senior Field Coorctnator $ 170.1.7 Senior Geotechnical Engineer $ 168.99 Senior Principal.Designer :$: 1/37.90 Senior Principal.Engineer $ 203.26 Senior Principal Scientist $ 193.81 Staff Ge'otechnical:Engieer $ 106.36 Survey Crew Member $ 73.65 Survey Designating Crew Member $ .141.28.. Survey VAC Cre‘iv Member $ 159.60 • Surveyor & Mapper $. 134.49 Technician $ 81.54 Vice President , $ 280.00 33 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22-122-03 SCHEDULE C APPROVED SUBCONSULTANTS 1. MEDIA RELATIONS GROUP, LLC 2. EASTERN ENGINEERING, INC. 3. LOUIS AGUIRRE &ASSOCIATES, INC. 4. CORRPRO COMPANIES, INC. 34 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No. 22-122-03 SCHEDULE D FEMA PROVISIONS FOR CONTRACTS 111. CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS D2. BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM D3. SUSPENSION AND DEBARMENT CERTIFICATION FORM 35 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract NO.22'103 EXHIBIT,D1 datitroct-Provisions for Non-Federal Entity Contract s Under Federal Awards. The folloWing provisions shall be applicable to all work perfornied putsUant to the Contractand shall supersede any conflicting provisions contained elsewhere. A. 'BREACHES AND DISPUTE RESOLUTION. For all purchases in excess of the simplified acquisition threshold, currently 150,000, the following provisions-shell apply: (1) Disputes and Remedies—Disputes arising in the performande.of this;Contract which are not resolved by the Contractor and the City's.project manageror contractor managet,shall be referred,in writing, to the authorized representative of the City Mayor for a deCision,if there is a disagreement among the parties regarding the decision of the City Mayor's representative; then either party may submit any Clain, counterclaim, dispute and other matters.in°question between the Cityand the-Contractor arising out of or relating.to this Contract or its breach to a court.Of.competentlurisdictihn within The City of Miami Beach., (2) Performance During Dispute -.Unless otherwise directed.by the City; Contractor Shall continue performance under this Contract white matters in dispute are being resolved: (8).'Claims for Dan)ages-Should either party lo the-Contract euffer ury or damage to persOn, or property because of anY-aCt or omission of.the party or of any of his employees,agents or' Others for whose acts,he is legally liable; a claim for ciarneges therefore shall be Made in writing to such other,party within.a reasonable time after the first observance of such injury of •Oarg0. • B. T-ERivo1mi-ioN.-FO13 CONVENIENCE. The City,at its:sole discretion, reserves the right to terminate this Contract without cause'upon-thirty (3o) days written notice.Upon receipt of-such notice, the Contractor shall not incur any'additional costs under this dOntract.The City shall be liable-bnlyfor reasonable costs incurred byth.e.Contractor prihrto nOtice of temiination,The-City shall bete sole `t-easoriable costs.' C.DEFAULT;REMEDIES;TERMINATION FOR CAUSE The'City reserves the right to terminate this Contract, in part ar in whole,or plate the Contractor on probation, or to avail itself ofall other remedies available at law and equity, inclusive injunctive relief and specific performance,in the event the Contractor fails to perform in accordance with the terms ,and conditions stated herein Following breach of the•Contract by the Contractor, the 'City shall provide written,notice specifying the breach to the Contractor and advising the Contractor that the breach Must be cured immediately or this Agreement may be terminated by the• City. The City reserves the right to avail itself of any and all remedies available at law or at equity, including claims for damages and injunctive relief. The City,further reserves the right to suspend or debar the Contractor in accordance with the appropriate City ordinances, resolutions. ,and/or administrative/implementing orders. The 'vendor will be notified by letter of the City's:intent to 'terminate if,following the initial notice of oreaCh, the Contractor fails•to timely or adequately and to the satisfaction of the City cure said breach. In the event of termination for default, the City may procure the required goods and/or services from any source and use any method-deemed in its best interest.Al! re-procurement costs Shall be borne by the terminated.Coritracthr. D;EQUAL EMPLOYMENT OPPORTUNITY (1) In Connection with the performance of this Contract;the Contractor shall not.discriminate against any employee or applicant for employment because of race;,religion, color, sex, age, disability, ancestry, marital Status, pregnancy, sexual orientation, veteran's status, or-national Origin. The Contractor shall take affirmative action to ensure that applicants are employed i and that employees are treated during employment, without'regard to their race, religion, color, sex, age, disability, ancestry, marital status; pregnancy, sexual orientation, veteran's status Or national origin,. Such action shall include,but not be lirriited to;the following:emplo'yment,upgrading, promotion,demotion 36 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No. 22122;03 fi or transfer,.recruitment or recruitmentadvertismg, layoff-or.termination;"rates.of pay Or,other forms of compensation, and selection:for training,, including. apprenticeships. Contractor.further agrees to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. The Contractor,agrees to.;postin conspicuous,places, available to employees and: applicants.for employment, notices to be,provided by'MOC setting forth the provisions of this Equal Opportunity_clause, (2). The Contractor;shall,:in all solicitations or advertiseirients forerriployees placed by or on'behalf of the..Contractor,state that all qualified applicants:will receive consideration for employment without regard to rape;color, religion;,sex, sexual orientation, gender identity.,or netional.'origin. (3) The Contractor will not discharge or in any other mannerdiscririiinate against any employee or applicant for.:employment because such emploYee or applicant has inquired about, 'discussed;. or ,disclosed the compensation Of the employee or'applicant or another employee or applicant:.This provision,shall -not apply to instances in which an employee,who.has access to the compensation' informations of other employees Or applicants as apart of such employee's essential job functions discloses the ;compensation of such .Other employees or applicants to individuals who do not Otherwise. have access to such information,.unless.such disclosure is in response to a formal complaint orcharge, in furtherance of an investigation, ,proceeding, hearing, or action,, including an investigation conducted by the-employer,or is consistent with.the Contractor's legal duty to furnish information: (4) The.Contractor will send to each labor union or representative of workers with,which he has a collective bargaining agreement of other contract or understanding, e.notice to be provided advising, the said labor union or workers'representatives,of the Contractor's commitments under this section, and shall post copies.of•the-notice inconspicuous places-av:ailable toemploy.ees and applicants for employment (5) The Coritraptor.'will comply all'provisions of Executive Order 1.1245,of,September 24, 1965, and of the rules, regulations,;,and relevant.orders of the.Secretary Of Labor. (6) The Contractor will 'fur,.nish all information and.reports required by;Exeeutive Order11246 Of September 24, 1965, and by rules, regulations; and orders of the Secretary.of Labor,.or pursuant thereto, and will permit access to his books, records;and accounts by the administering agency-and the Secretary of Labor for purpose s .of investigation to ascertain ,compliance with such rules,. regulations,.and orders. (7) 'Ih the.event of the-Contractor's noncompliancewiith:the Equal Opportunity clauses ofthis Contract or with.-any,of the said!rules, regulations,. or orders, this.contract May,be.canceled, terminated, or suspended in;whole or in part and,the Contractor maybe declared ineligible for further government contracts or federally assisted construction contracts in.accordance with procedures-authorized, in .Executive Order 11246 of September 24, 1965, arid such other sanctions may be-imposed and remedies invoked as.:provided .in .Executive Order 11246. of September.24; 1965, or by .rule, regulation, or order of the Secretary Of Labor,or as otherwise provided by law. (6) The Contractor will include the provisions of this Equal'Opportunity clause in every subcontract or purchase order unless exempted by rules; regulations, or orders of the Secretary,of Labor issued' pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions WO be binding upon each of Contractor s vendors and subcontractors, The Contractor will take such action'with,respect to any subcontract or purchase order as..the City may direct as,a means Of 'enforcing such provisions, including,sanctions for noncompliance: EF DAVIS-BACON ACT, AS AMENDED (40 U.S.C. .§ .3141-5148) and COPELAND "ANTI- KICKBACK"ACT(18.USC.445 U.S.C.3145),The Davis-Bacon Attend the Copeland Anti-Kickback 37 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22-12240 Act only apply to the emergency Management Preparedness Grant Program, Homeland SecUrity Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port. Security Grant Program,and Transit Security-Grant Program,They do not apply to other FEN;likgrant and cooperative agreement;prograrhs, including the Public Assistance Program. Accordingly, if apPlicablete this Contract: (1)AO prime construction contracts•ineXcesS of$2,000 awarded by non-Federal entities must:include a provision for compliance with the Davis-Bacon Act (40 U S C §§ 3141-3144', and 3146-3148) as :supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering.Federally Financed and Assisted.Construction"). a) In accordance with the statute and if applicable, the Contractor must pay all laborers and mechanics employed or working upon the site of the work,.unconditionally and not less Often than.once a week,and without subsequent deduction or rebate on any account(exceptSuch payroll deductions as are permitted by regulations issued by the Secretary of Labor pursuant :to 29 CFR part 3),the full amount of wages and bona fide fringe benefits(or cash equivalents, thereof)at rates not less than the prevailing wages specified in A wage determination made byte Secretary of Labor. In,addition; contractors must be required to pay wages riot less. than once a:week.The City wilt attach a copy of the current prevailing,wage determination issued by the Department of Labor to this form, b) Contributions made or costs reasonably anticipated for bona fide fringe:benefitS.under Section 1(b)(2) of the Davis—Bacon Act on:behalf of laborers or mechanics are considered wages paid to such laborers.or mechanics subject to the provisions of paragraph.(0)(I)(iv)of 29'CFR§5.5;also; regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly)under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination forthe classification of work actually performed,without regard to except as provided in 29 CFR.§.5.5(0)(4). c) Laborers or mechanics performing work in more than one classification may be compensated et the rate specified for each classification forte time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is,perforMed.The wage determination (including Any additional classification and wage rates conformed Under paragraph:(a)(1)(ii) of 29 CFR§'5.8) and the. Davis—Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible:place where it.can be easily seen by the workers. (2)The Contractor shall comply with.18 U S C §874, 40 1.1,S.C,§,.3145, and the requirements of 29 C.F.R': pt.3'es may be applicable,which:are incorporated by reference into this Contract. Contractors and'SubbontractOrs are prohibited from Inducing,:IV any Means; any person employed in theconStruction,_completion;or repair of public work,to give up any part of the compensation to. which he or she is otherwise entitled. The Contractor or subcontractor shall insert in any subcontracts the clause in these subparagraphs (G)(1,)and (2), and also a clause,requiring the subcontractors to include this clause in any lower tier 'subcontracts The' Contractor shall be responsible -for the Compliance by any subcontractor or lower tier subcontractor with this clause A breach of this clause May be grounds for termination of Contract,and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§5.12. F. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OF 1962, 40 U.S.C. §§ 3702 AND 3704. if arviidable: the Contrattor and all of its SubeentradtOrt:shall cornply With the Contract Work Hours DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No:'22-122-03. •and, Safety Standards Act'of 1962, :40 'U.S.C. §§ 3702 and' 3704,•requiring that: mechanics and. laborers'(including,watchmen'and.guards):employed on.federally"assisted, contracts be.paid wages of not less than,one and one-half tunes their basic wage rates for•all hours worked in excess of forty" hours in a workweek.In the event of any violation of the preceding clause, the Contractorand any subcontractor responsible therefor shall be liable •forthe unpaid.wages: In addition; the Contractor and-subcontractor shall be liable to the City for liquidated.damages..Such liquidated damages shall be•coinputed.,with"respect to each individual laborer or mechanic,including watchmen and;guards, employed m violation of the clause set.forth herein, in the sum of$10 for each calendar day an which such individual' was required or permitted to work in excess of the standard'workweek of.forty hours. without'payment of the overtime-wages required, The City shall upon its own.action or upon written requestof:an'authorized representative of the.Departmentof Labor withhold or cause to be.withheld, froin..any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal'contractwiththe same prime contractor,or any other federally assisted contract subject to the Contract Work Hours and Safety,Standards Act,which is held by the same prime contractor,such..sumsas may be,determined to be to satisfy any liabilities, of such contractor or subcontractor.forunpaid wages and'liquidated damages as provided herein; The Contractor or subcontractor-shall insert in.any subcontracts this clause;set forth in subsection (F) herein also•a clause requiring:the subcontractors to include this clause in.say lower tier.subcontracts: The prime contractor shall'be responsible. 'for compliance by any subcontractor or lower. tier subcontractor with the clausesset forth in herein: G.RIGHTS TO INVENTIONS MADE UNDER A.CONTRACT OR AWARD. if:the Federal award meets the definition of'funding agreement under 37 CFR§401,2 (a) and the City wishes to enter into.a contract with a small business.firm or nonprofit organization regarding the substitution of parties,,assignment:orperformanceof experimental,developmental, or research walk under'that "funding.agreement;"'.the City must comply with the requirements of 37 CFR.Part 401,. "Rights,to.Inventions M Ode'by Nonprofit:Organizations.and SmaIB Business Firms UnderGovernment Grants,'Coiitracts and .Cooperative,'Agreernents," and any implementing regulations issued, by the awarding,agency., H..THE CLEAN AIR ACT'OF 1955, as.amended, 42.U S C.07401-76.71q and 'the FEDERAL WATER POLLUTION CONTROL ACT,asamended,33 U:S.C.'§§.1251=1387: ',(1), The Contractor agrees to .comply with all applicable standards, orders or regulations issued pursuant the'Clean Air.Act, as:amended; 42•U S.C. .§ 7401 et seq,.and issued pursuant to the Federal'Water Pollution Control Act;,as amended;, 33. 'USG. §1251 et.seq, (2) The Contractor agrees to report each violation to the City and•Understands.and agrees that the City will,in.turn.,report each violation as required to assure notification. to the City,.. :Federal Emergency 'Management Agency, and the appropriate Env.iron_mental Protection Agency Regional Office: (3) The Contractor agrees to include these requirements in each subcontract exceeding$150,000•financed in whole,or.in part with Federal provided by IFEMA. I.ENERGY CONSERVATION. Contractor agrees to comply with mandatoy standards and policies relating to. .energy efficiency which are'contained in the'Statee energy conservation plan issued. in compliance. 'with the Energy Policy and Conservation Act(42 U,S:C;Section 6321 et seq.)and (42 U.S.C.. 6201),. J. CERTIFICATION REGARDING DEBARMENT, SUSPENSION., INELIGIBILITY AND VOLUNTARY EXCLUSION. 39 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Cbi tract IV6..22-122-[)9 (1) This Contract is a covered transaction.far purposes of 2 C.F,R pt.:180 and 2 C.F.R.!pt., 3000., As,such the Contractor's required to verify that none of the Contractor, its.principals (defined at 2 C.F;R,.;§.180,995),or its;affii of es(defined at 2;C.F.R.§.180,905)are excluded (defined at 2 C,F.R: § 1.30.940) or.disqualified (defined at 2 C.F.R § 180.935). The Contractorrnust complywih 2 C.F.R.pt. 1.80,subpart C'and 2 C F,R,pt. 300.0 :subpart'G and must include a requirement to comply with these regulations:in any lower tier covered. transaction it enters'into. This certification is a material representation•of fact relied Upon by the City. if it is'later determined that..the Contractor did not comply with 2 C.F.R.pt 180,. subpart C.and 2 C.F.R.pt.,3000, subpart C, in addition to remedies available to the City;. the Federal Government may pursue available remedies; including but not limited, to; suspension.and/or debarment. The Contractor agrees to comply with the requirements.of pt. 180, subpart C and 2 C.F.R.pt. 30007"subpart'C and shall include a provision. requiring such compliance in it's lower tier covered transactions: .(2)':By;sigr ing,and submitting this"form,the Contractor"shall also execute and provide the City With; and require all lower tiered contractors.to also execute, the certification,set out in "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower tier Covered Transaction"attached hereto,The Contractor shall require all lower tier participants .to agree that they:'a. shall not knowingly enter into any lower tier•covered. transaction with a person who is debarred', suspended, declared ineligible, or voluntarily' excluded from participation in this covered transaction, unless authorized in writing:by the City; and ii. they,will include this clause titled "Certification Regarding Debarment Suspension; Ineligibility and. Voluntary Exclusion"; and the certification forrn,, without `modification,,in all lower tier covered transactions and in all solicitations for'lower'tier covered transactions., The Contractor May rely upon a certification of .a prospective. participant in a lower tier covered transaction that'it is not debarred, suspended, ineligible, or voluntarily excluded from the covered'transaction,'unless itknows that the certification 'is,erroneous.The Contractor may decide the method and.frequency.by which it determines• the eligibility, of its principals. The Contractor may, but is not required'to check the Non procurement List:issued by U.S General Service Adm inistration. Nothing contained in the foregoing shall:be construed to require establishment of system•of records in order to render in good faith the certification required by this clause.The knowledge and information of the Contractor and any other participant is not required to exceed that which is'normally possessed.by a prudent person in the ordinary,course oibusiness:dealings. If the Contractor or any other, lower tier participant in a covered;transaction_knowingly enters into a lower tier,covered transaction with, a person who is.suspended, debarred, ineligible, or voluntarily excluded from participation'in this transaction, :in addition to.all remedies available'to.the. Federal Government,the City May, pursue available remedies"including suspension and/or debarrent. K.BYRD ANTI-LOBBYING CERTIFICATION AND DISCLOSURE STATEMENTS. Contractors who apply or bid for or have received an award of$100,000.or more shall file the.required certification.Each tier certifies to the tier above that it will not and has not.used Federal appropriated funds to.pay any person or, organization for influencing or attempting to influence an•officer or employee of:any'agency,.a member of Congress, officer or employee of Congress,or an employee of a member of Congress•in connection with obtaining,any Federal contract,grant,or any other,award. ,covered by 31 U.S,C.§"1352, Each tier shall also-disclose any lobbying with'non-Federal funds that takes placein connection with obtaining any'Federal award:Such disclosures are forwarded from tier, to tier up to the recipient.. L.RECYCLEDPRODUCTS/RECOVERED MATERIALS The'Contractor agrees to comply with.all the requirements of Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act(42 IJ:S.G. § 6962), 40 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract No.22-12z 0a including'but not limited to,the regulatory provisions'of 40'CFRPart:247; and Executive Order12873, as they apply to the procurement of the'terns designated. n Subpart'B of 40 CFR Part 247.All goods and/or services to be purchased as a result of any award under'this..Contract shall'be ih,accordance With all applicable 'governmental standards,, .ihcluditag,. .but not limited to those issued by the- Occupation Safety and 'Health Administration (OSHA), the National :institute. of Safety Hazards (NIOSH), and the National, Fire Protection Association (NFPA), It shall be the,responsibility of The 'Contractor and vendors to,be regularly informed to conform to any,changes in standards issued by any regulatory-agencies that govern the commodities:or services applicable to this solicitation,;during the term of any'contract resulting, from this solicitation. In the performance of this Contract; the, Contractor .shall make maximum use'of.products containing recovered:.materials that are EPA- designated items"unless-the product cannot be acquired: (1),Competitively within a timeframe providing for compliance with the contract performance. schedule; (2)•Meeting Contract performance requirements;or(3)At a,reasonable price. Information about this requirement along with the;lief of EPA-designated items„is available at .E,PA's Comprehensive Procurement Guidelines web. site, htipss//www.epa.gov/smmlregulatory, background comprehensive-procurement-guideline= prggram•=cpg., M. CONTRACTING WITH SMALL. AND MINORITY BUSINESS, WOMEN'SS BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS,. . C.F.R. §' 2011.321(G). Pursuant to C.F R'200:.321;(g),the City will.take.all necessary affirmative steps to assurethat minority businesses, :worrien's business -enterprises,and.labor surplus area firms are used when possible, Affirmative steps must include: (1) Placing qualified ,small and minority businesses and women's business enterprises on solicitation.lists; (4.Assuring that small arid minority businesses, ;andwomen's,business enterprises-aretolicitedi whenever they are potential sources; .(3) Dividing total requirements, when .economically feasible„into smaller tasks-or quantities to permit` maximum, participation by small and minority businesses, .and women's business enterprises;' (4) •Establishing delivery .schedules, where The requirement permits, which encourage participation'by:small and minority businesses, 'and women's business enterprises; (5) Using the'services and assistance; as appropriate, of such -organizations as. the Small Business;Administration and the,Minority Business Development Agency of the Department of Commerce; an (6) Requiring the prime contractor,if subcontracts.are to be let;to take the affirmative steps listed, in,paragraphs.(1)'through (5)above. N. ACCESS TO.RECORDS:'fr addition to-the provisions,contain ed in the. Contract,,the.following access'to records requirements apply to this Contract (1)The Contractor agrees to provide the City,the.FEMA Administrator,the Comptroller General •ofthe United States, or any of their authorized representatives access to any books, documents, papers,and records of the Contractor which are directly pertinent to this Contract forthe.purposes ,of making:audits,exartinations,.:excerpts, and transcriptions. (2) The Contractor agrees to permit.'any'of the foregoing parties to.reproduce by'any means whatsoever or to'Copy excerpts and transcriptions as,reasonably needed: (3) The'Contractor•;agrees to provide th'e FEMA Administrator or his authorized representatives access to construction,or other work sites pertaining 'to the work.-being completed under. the. Contract.. - O, PROGRAM FRAUD AND FALSE OF FRAUDULENT STATEMENTS.OF RELATED ACTS'.The Contractor hereby.acknowledges that.31.U.S:C.Chap,38(Administrative Remedies for False Claims 41 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract Na.'22=122-03 and Statements)applies to the Contractor's actions pertaining to the Contract. P.DHS-SEAL,LOGO,AND FLAGS.The Contractor shall.not use the OHS seal(s),,logos,crests,of teproductions:of flags.or,likenesses.of DHS agency officials withoutspecific FEM'A pre approval:. Q'.'COMPLIANGE WITH FEDERAL LAW,REGULATIONS,,AND EXECUTIVE.ORDERS.1 hisis:an acknowledgement:that FEMAfinancial assistance.maybe used to fund`ell or a portion of the Contract. The Contractor•,will comply with all applicable. Federal law, regulations, executive orders, FEMA. policies, procedures;..and directives,. R.NO OBLIGATION BY FEDERAL GOVERNMENT The ;Federal Government is not a party to'this Contract and .is.not,subject to any.obligations .or. liabilities• to the non-Federal entity., Contractor, or'any other party pertaining'to'any [flatter;resulting from the Contract: S.CHANGES The.Contract may be modified by mutual,consent,in writing through the issuance of a:rnodificatioh to the Contract. T.INDEMNIFICATION For:any work'performed on Federally funded projects, the Contractor,agrees to indemnify and:hold harmless the Federal. Government,,its employees and/or contractors, the County,:its. employees and/or contractors,and the City its employees:and/or contractors from liability to third parties for claims.asserted'Iander the contract. U. E VERIFY.,The 'Contractor shlI: utilize the U.S.'Department of Homeland Security's '-,Verify system Ao verify the employment eligibility of all new.employees hired by.the Contractor during,the term of the Contract and,shall expressly require any subcontractors performing work or,providing services pursuant•to the Contract to.likewise utilize the.U.S.Departrrientof Homeland Security's E- Verify system•to verify the employment eligibility of all .new employees''hired by the:subcontractor during the Contract.terrn.. ,V.BOND REQUIREMENTS(2 CFR.§200:325). Notwithstanding Florida law or.City practice',at a minimum for construction or facility improvement contracts: or subcontracts exceeding the Simplified Acquisition Threshold (currently$150,000),,the following requirements must be Met A. A bid.guarantee from each bidder.-equivalent to fiveperbent(5%),of the,bid.price The"bid guarantee"'must cohsist of a firm commitmentsuch as a bid bond, certified check or other negotiable .instrument accompanying a bid as assurance that, the bidder will, .upon acceptance of the bid; execute'such,contractual documents:as,may be required within the time:specified. B.. A performance bond on the part of the contractor for 100 percent:of;the contract price: C. A payment bond bri the part of the contractor for lop percent of the contract price: 42 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 .contradt EXHIBIT D2 BYRD ANTI.;LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44.C.F.R.PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants,Loani, and'CoOperathfe Agreements The Contractor certifies,.to the:best Of'his or her knowledge;that: 1:No Federal appropriated.funds have been paid or will be paid;!by or on behalf of the Cohtradtor,to any person for influencing or attempting to influence an'officer or employee den agenCy,a'Merriber of Congress, an officer or employee Of Congress, or an employee of a Member of Congress in connection With the awarding of any Federal contract,the making of any Federal grant, the Making of any Federal loan, the entering into ofany'coOperatiye agreement, and the extension, COnnuatibn, renewal,enfoldment,or madifiotion,of any Federal COntratt,,granti loan, or cooperOtive.agreeMent . . If any flinds Other than Federal appropriated fund S navetipen paid or will be paid to any perSon or influencing or attempting to influence an officer or employee of any agency,a NI embefof cOngres, an officer or employee of CongreSs,or ad employee of a,Member of Congress in connection With this Federal,contract .grant, loan, or cooperative agreement, the Contractor shall complete and submit standard Earrn4.11., "Disclosure Forth to Report.LOOhyjne in:accordance with its instructions_ 3. The Contractor shall require that the language of this certification be included in the award documents for all-:suPaviards at all tiers (including subcontracts, subgrants, and contracts under grant* loans,. and cooperative agreements) and that all subrecipients shall certify,and disclose accordingly. This certification IS,a material representation of fact upon which reliance,was placed when this transaction was made or entered into, Submission of,thisCertifidation is-a prerequisite for making or entering into this transaction imposed by*81, U S C §1352(as amended by the Lobbying Disclosure Act of 1995),Any person who fails to file the required certification shall be subject to a'civil penalty of not less.than$10,000 and not mare than sinOoo,for each such failure: f he Contractor certifies or affirms-the trUthfulness and accuracy of each statement of its certification and disclosure, if any; In addition, the Contractor;underttendS and agrees that the provisions Of 31 1.1.8.C..-§3801 et:seq., apply to this certification and diiciosure, if any, 43 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Contract no.22,-1:::),2-.01 EXHIBIT D3 -S,U8PENSJON.ANO:DgB4RMENT CERTIFICATION The gontractOr.acitnowledges that: (1)This Contractis aOoverecitainsa0on for purposeS.of 2 C.F,11, pt. 180 and pt..300(j. As such the contractor is required to verity that none of the Contractor, its principals (defined;at 2 C.F,R.§ 180:095), or its,affiliates (defined at 2:OF.Fi..g 480,900 are excluded (defined at 2 § 186.940):or disqualified.(defined at 2 §180.985): (2)The Contractor must comply With 2 c.FA. pt. 180, suOpart C and C.F.R,pt..nog,.Wiped C and must"include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material'representation of fact relied upon: by the City.if it is later determined,that the Contractor did,not comply with 2 C.F.R,pt. 180,subpart C and 2 C F R pt.. 3000, subpart C,. in addition to remedies available to the City, the Federal Government may pursue:available remedies,.including Out ncit limited to suspension,andbir debarnient, (4)The Contractor agrees to cornplyiwith the requireMents Of 2 G.F.13::pti180; subpart,C and 2 pt 3000; .subpart C while this offer is valid and throughout the period of any contract that May arise from this.offer:The:Contractor further agrees to include a provision requiring such corn pliance in its,laver tier covered transaotione By virtue of subrnitting bid, bidder CerfifieS or affirms its complientewith the:Suspension and Debarment Certification. 1 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ATTACHMENT A RESOLUTION&COMMISSION AWARD MEMO DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 RESOLUTION NO. 2022-32175 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PERTAINING TO REQUEST FOR QUALIFICATIONS NO. 2022-122-ND, FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEMS PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HAZEN AND SAWYER, P.C., THE TOP-RANKED PROPOSER, AND A & P CONSULTING TRANSPORTATION ENGINEERS CORP., THE SECOND-RANKED PROPOSER, TO SERVE AS CO-PRIMARY CONSULTANTS; FURTHER, ESTABLISHING A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO WATER AND WASTEWATER PROJECTS ON AN AS- NEEDED BASIS; WITH RESPECT TO THE PRE-QUALIFIED CONSULTANT POOL, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARDURRA GROUP, INC., AS THE THIRD-RANKED PROPOSER; KIMLEY HORN AND ASSOCIATES, INC., AS THE FOURTH- RANKED PROPOSER; 300 ENGINEERING GROUP, P.A., AS THE FIFTH- RANKED PROPOSER; NOVA CONSULTING, AND STANTEC CONSULTING SERVICES, INC,AS THE TIED SIXTH-RANKED PROPOSERS; CHEN MOORE AND ASSOCIATES, INC., AS THE EIGHTH RANKED PROPOSER; AND AECOM TECHNICAL SERVICES, INC.,AS THE NINTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on January 20, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects; and WHEREAS, on January 28, 2022, the RFQ 2021-3122-ND for Engineering Services for Water and Wastewater Systems Projects(the"RFQ")was issued;and WHEREAS,a voluntary pre-proposal meeting was held on February 10, 2022;and WHEREAS,on March 25, 2022,the City received a total of 19 proposals;and WHEREAS, on February 24, 2022,the City Manager, via Letter to Commission No. 073- 2022, appointed an Evaluation Committee consisting of t: Mariana Evora, Assistant Director of Infrastructure, Public Works Department; Giancarlo Pena, Assistant City Engineer, Public Works Department;and Luis Soto,Senior Principal Engineer,Public Works Department; and WHEREAS, the Evaluation Committee convened on April 11, 2021, to review and score the proposals; and WHEREAS, the Evaluation Committee received 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 Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ;and Page 32 of 1232 • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 WHEREAS, the Evaluation Committee process resulted in the ranking of proposers as follows: Hazen and Sawyer, P.C., as the top-ranked proposer;'A& P Consulting Transportation • Engineers Corp., as the second-ranked proposer, Ardurra Group, Inc., as the third-ranked proposer; Kimley-Horn and Associates, Inc., as the fourth-ranked proposer; 300 Engineering Group, P.A.,as the fifth-ranked proposer,Nova Consulting and Stantec Consulting Services, Inc., as the tied sixth-ranked proposers; Chen Moore and Associates, Inc., as the eighth-ranked proposer, .and AECOM Technical Services, Inc., as the ninth-ranked proposer;and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis,the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with Hazen and Sawyer, P.C., the top-ranked proposer, and A & P Consulting Transportation Engineers Corp.; as the second-ranked proposer, to serve as co-primary consultants; 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 Ardurra Group, Inc., as the third-ranked proposer, Kimley-Horn and Associates, Inc., as the fourth-ranked proposer; 300 Engineering Group, P.A., as the fifth-ranked proposer; Nova Consulting, and Stantec Consulting Services, Inc., as the tied sixth-ranked proposers; Chen Moore and Associates, Inc., as the eight-ranked proposer; and AECOM Technical Services; Inc., as the ninth-ranked proposer; and further authorizing the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. 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 the recommendation of the City Manager, pursuant to Request For Qualifications No. 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects,authorize the Administration to enter into negotiations with Hazen and Sawyer, P.C.,the top-ranked proposer, and A & P Consulting Transportation Engineers Corp.; as the second- ranked proposer, to serve as co-primary consultants; further, establish a pool of pre-qualified consultants for specific tasks relating to water and wastewater projects, on an as-needed basis; with respect to the pre-qualified consultant pool, authorize the Administration to enter into negotiations with Ardurra Group, Inc.,as the third-ranked proposer; Kimley-Hom and Associates, Inc., as the fourth-ranked proposer; 300 Engineering Group, P.A., as the fifth-ranked proposer; Nova Consulting,and Stantec Consulting Services,Inc.,as the tied sixth-ranked proposers;Chen Moore and Associates,Inc.,as the eighth-ranked proposer,and AECOM Technical Services, Inc., as the ninth-ranked proposer; and further authorize the City Manager and City.Clerk to execute an agreement upon conclusion of successful negotiations by the Administration and.the City Attomey's Office. PASSED AND ADOPTED this °2171- day of /1"e 2022. ATTEST: JUN 2 3 20M RAFAEL E.GRANADO, CITY CLERK DAN GELBER, MAYOR • APPROVED Asro FORM&LANGUAGE ��. f • c. . City Attorney Vie Dete kIACORPRATED' ale- - •Page 33 of 1232 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: June 22,2022 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY • OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PERTAINING TO REQUEST FOR QUALIFICATIONS NO. 2022-122-ND, FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEMS PROJECTS; AUTHORIZING - THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HAZEN AND SAWYER, P.C., THE TOP-RANKED PROPOSER,AND A& P CONSULTING TRANSPORTATION ENGINEERS CORP., THE SECOND-RANKED PROPOSER, TO SERVE AS CO-PRIMARY CONSULTANTS; FURTHER, ESTABLISHING A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO WATER AND WASTEWATER PROJECTS ON AN AS NEEDED BASIS; WITH RESPECT TO THE PRE- QUALIFIED CONSULTANT POOL,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARDURRA GROUP, INC.,AS THE THIRD-RANKED PROPOSER; KIMLEY-HORN AND ASSOCIATES, INC.,AS THE FOURTH-RANKED PROPOSER; 300 ENGINEERING GROUP, P.A.;AS THE FIFTH RANKED PROPOSER; NOVA CONSULTING, AND STANTEC CONSULTING SERVICES, INC, AS THE TIED SIXTH-RANKED PROPOSERS; CHEN MOORE AND ASSOCIATES, INC., AS THE. EIGHTH RANKED PROPOSER; AND AECOM TECHNICAL SERVICES, INC., AS THE NINTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Hazen and Sawyer, P.C. and A & P Consulting Transportation Engineers Corp.,the first-and second-ranked firms,respectively,to serve as co- primary consultants for engineering services required for water and wastewater projects. Additionally, the Resolution authorizes the Administration to negotiate with the following firms to establish a pool of prequalified consultants, pursuant to Section 287.055, Florida Statutes, for limited engagements or specific tasks: Ardurra Group, Inc., as the third-ranked proposer, Page 27 of 1232 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Kimley-Hom and Associates, Inc.,as the fourth-ranked proposer;300 Engineering Group, P.A., as the fifth-ranked proposer; Nova Consulting, and Stantec Consulting Services, Inc., as the tied sixth-ranked proposers; Chen Moore and Associates, Inc., as the eighth-ranked proposer; and AECOM Technical Services, Inc.,as the ninth-ranked proposer. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY Many of the City's infrastructure assets are near or past their useful life.A comprehensive review of the water and wastewater infrastructure was performed in 2019, which resulted in the Water and Sewer System Master Plan(through 2045)for addressing the necessary improvements. In' 2020,the City's 5-year Water and Sewer Capital Improvement Plan was approved to address the most critical infrastructure needs. The projects covered by the 5-year Capital Improvement Plan (CI P)include but are not limited to:sewer pump stations renewal and replacement(R&R), water booster stations R&R and new construction, gravity main inflow, and infiltration, and water main and force main replacements or improvements:Overall., the capital improvement plan intends to provide a roadmap to implement improvements for a more resilient, robust, and future-proofed water and wastewater infrastructure. • ANALYSIS On January 20, 2022,the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects. On January 28, 2022, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 10, 2022. The Department issued bid notes to 17,980 companies through the e-procurement system, with 138 prospective bidders accessing the advertised solicitation. RFQ responses were due and received on March 25, 2022. The City received a total of 19 proposals from the following firms: • 300 Engineering Group, P.A. • A&P Consulting Transportation Engineers Corp. • AECOM Technical Services, Inc. • Ardurra Group, Inc. • Black&Veatch Corporation • Calvin, Giordano&Associate, Inc. • CPH Inc. • EXP U.S.Services, Inc. • Gannett Fleming, Inc. • Hazen and Sawyer, P.C. • HDR Engineering, Inc. • Kimley-Hom and Associates, Inc. • Milian,Swain&Associates, Inc. • Nova Consulting, Inc. • SRS Engineering, Inc. • Stantec Consulting Services, Inc. • Tetra Tech; Inc. • • WSP USA, Inc. On February 24, 2022, the City Manager appointed the Evaluation Committee via LTC # 073- Page 28 of 1232 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 2022. The Evaluation Committee convened on April 11, 2022, to consider the proposals received.The Committee was comprised of Mariana Evora,Assistant Director of Infrastructure, Public Works Department; Giancarlo Pena,Assistant City Engineer, Public Works Department; and_Luis Soto, Senior Principal Engineer, Public Works Department. The Committee was provided an overview of the project and 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. Currently, the estimate of projects to be implemented through 2027 is approximately $230 million. Because of the significant amount of work to be implemented,staff believes it is prudent to award more than one primary firm. Therefore, staff recommends awarding the first- and second-ranked firms, Hazen and Sawyer, P.C. and A& P Consulting Transportation Engineers Corp., respectively, as co-primaries. Projects awarded to the co-primaries are not limited to the • limits established in Section 287.055(2)(g), Florida Statutes; however, projects that exceed the thresholds established in the statute shall require prior City Commission approval. • Further, to assist with smaller projects or tasks which likely will be required, staff also recommends establishing a pool of firms to whom projects can be awarded pursuant to the limits established in Section 287.055(2)(g), Florida Statutes.Task orders for projects that exceed the limits established in the referenced statute shall not be allowed. Task orders for projects awarded pursuant to the pool • may be approved by the City Manager or designee in accordance with City policy. A summary of each firm is available upon request. SUPPORTING SURVEY DATA N/A FINANCIAL INFORMATION The City is working to execute the Water and Sewer 5-Year Critical Needs Plan, approved by Commission in 2020. The total Water and Sewer 5-Year Critical Needs Plan through 2027 is estimated at $230 million, and approximately $80 million worth of projects are currently underway. CONCLUSION After reviewing all of the submissions and the Evaluation Committee's rankings, I note that the Evaluation Committee has found Hazen and Sawyer, P.C. and A& P Consulting Transportation Engineers Corp.to be the top-and second-ranked firms, respectively,responding to the RFQ. For the last five years, Hazen and Sawyer has been the incumbent Prime Proposer providing the City with subject matter expertise on its water and wastewater systems projects. Hence, it is very well qualified and has demonstrated extensive experience with City projects and with projects of other agencies in the Tri-County area. Hazen and Sawyer has assembled an extensive local team of qualified professionals ready to meet the City's current and future needs.A & P Consulting Transportation Engineers Corp. is a local company with significant Page 29 of 1232 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 experience in water and sewer projects, including some completed in the City of Miami Beach. Its proposal demonstrates its ability to move projects along various phases such as planning, design, and construction. Moreover, its experience involves a diverse range of scopes of work, such as pump stations, pipelines, and emergencies. Finally,the firm has demonstrated its ability to be reliable and able to provide permitting assistance. • Further, I concur with staffs recommendation to award a contract, as co-primary firms, Hazen and Sawyer, P.C. and A& P Consulting Transportation Engineers Corp., the first and second- ranked firms, respectively. Doing so will allow the Administration to more effectively address the large number of projects requiring implementation.Additionally, I recommend the following seven (7) firms, based on the City's anticipated needs and potential volume of work, be approved to participate in the pool of prequalified consultants to assist with smaller engagements relating to water and wastewater work in accordance with Section 287.055(2)(g), Florida Statutes:Ardurra Group, Inc., Kimley--Hom and Associates, Inc., 300 Engineering Group, P.A., Nova Consulting, Stantec Consulting Services, Inc., Chen Moore and Associates, Inc.,and AECOM Technical Services, Inc. . Based on the foregoing, I recommend that the Mayor and. City Commission approve the Resolution authorizing the Administration to enter into negotiations with Hazen and Sawyer, P.C., the first-ranked proposer, and A & P Consulting Transportation Engineers Corp., the second- . _ ranked proposer, to serve as co-primary consultants. Further, the Resolution authorizes the • Administration to negotiate with the following firms to establish a pool of prequalified consultants for specific tasks relating to water and wastewater projects: Ardurra Group, Inc., as the third- ranked proposer, Kimley-Hom and Associates, Inc., as the fourth-ranked proposer, 300 Engineering Group, P.A., as the fifth-ranked proposer, Nova Consulting and Stantec Consulting Services, Inc.; as the tied sixth-ranked proposers, Chen Moore and Associates, Inc., as the eight-ranked proposer, and AECOM Technical Services, Inc., as the ninth-ranked proposer. Finally, the Resolution authorizes the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration and the City Attorneys Office. Applicable Area Citywide Is this a"Residents Right Does this item utilize G.O. to Know"item.pursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Public Works/Procurement ATTACHMENTS: • Description o Attachment A ❑ Resolution Page 30 of 1232 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ti a z lc s x n o a fD 532cLO=la-i A ZW mD: v � L�n, d � As 9 y 5vvmymOmm4QFnm < o3 � t'o �id 1 a a g y S- t= �0,-1. $nm n 0 WIP -eX ���8111 y g P -/ '�I Vil �y^�as $ 7 a 51 $ m' 0 (5, y e $ �C 0 C y NJ ggl ne Wi. if bR r" v .-- W n O ? -Zo.gn(an n. O -4 m a.„ K isp. F jig Ji P m a P P 2 5 gi57If § et .2 • v . @ n EV C it "xi _I' N m = J y N N Et b b 0 Z r n n M ± N rr y 55 i2 ! ttlaiitg rsc. ± aO01 W O m V EA Cl Ol al V Cp aI V m COm CO IDS' a � ox �� � � q .r u1D1o(n�ocnwmrn(nom Cn(nWO1mR m • a g I z 1 p3 is O o a a a a a co a 0 01 a a a a a a u u a 1 a �; O CA N CA CO GO O O Oa CI w O CaCn Ca Ca Ca Ca g m OOOIII O z O . . . . . . . . 0 0 0 0 0 0 0 0 0 0 0 z! co co co a)V V CD CO V CO CO Co-1 CO CO O CO CD CO 00(n CO V W 000 W+N01 t0 O COm CO CO Z . CO "I .-1 V O)d+N-1. N CO V O 8 (0 CO Cn W N + RaflIClllg. mg o sZ 0 o m a u a m o o m a o a C. a u u 0 m 0mp 0 > Ti...., - a))r-.ha Ca Co 04.QD 0710 Co m(ODO 0+0 CCa Ca r , �'1 I a 0 • 0 = A 7 Z o m NO Co CD wO Co CO O to n fa (nw Ca W W CDO S -1 3 a 0 7 D 2 a o i _ OD 0Dy� ((pp e(pp e _ -ES ES ERR W(mO(mD O 00mo(+A 03 CERA W Ol Om) V g R • to CDO co V n)N O 0 A(O O V A OV1V IS) - Ranking W 0m3O A+Om)Ao V 001 CON+ 4Aopc0 0 .4 Q . 0 C 7 a Cn tnmwOW OCnNO W co W Ow W W W o.� s 0 V .�(( co C,Q CCOO CO CO co�CO CO 01 ha ODD V A mV co CD co O Dt m V Et O A O r N W O d O W V84'4' lJ + Ranking i:..:--,0,- y='•3' 1:71;'i•1•''_ - 4,r, v... , ..r_.r..a'eal. -1'1'r Cmn C.)W 03)N(WOO(WncoW�0 00 COOD O W 0 C a s R CO COV co NANN+OmmO ONACd N + Ranking DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 M I A f��/ 1^ I BE CHProcurement Department / /�-� n 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 • REQUEST FOR QUALIFICATIONS NO. 2022-122-ND ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEMS PROJECTS(the"RFQ") March 16,2022 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other 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). The deadline for questions has passed. No further questions will be considered, and no further extensions will be made. I. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Friday, March 25,2022. All proposals received and time stamped through PeriscopeS2G, prior to the proposal,submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals.Hard copy proposals or proposals received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480. • Enter the Conference ID No: 883 910 03# To join on your computer or mobile app Click here to join the meeting II. REVISIONS 1. Section 0300, Proposal Submittal Instructions and Format, Tab 2, Experience and Qualifications of the Firm and Team, Section 2.2 Qualifications of the Team, of the RFQ, is hereby amended as follows. (Underlined denotes added language): Provide an organizational chart of all the prime proposer's personnel and subconsultants, each team members'qualifications and the role that each team member will play in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. 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 RafaelGranadola7miamibeachfl.gov RFQ No.2022-122-ND Addendum#3 3/16/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MMIAMI BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. si ,•rely,if Aienis rement Director Balance of Pape Intentionally Left Blank • • RFQ No.2022-122-ND Addendum#3 3/16/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 M I AM 1 B EAC H Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2022-122-ND ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEMS PROJECTS (the"RFQ") March 9,2022 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other 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. REVISIONS 1. Delete Section 0400, Proposal Evaluation of the RFQ,in its entirety and Replace with Revised Section 0400, Proposal Evaluation, attached hereto as Exhibit G. III. ATTACHMENTS. EXHIBIT A: Hazen and Sawyer's Contract under RFQ No. 2017-129-KB (Inclusive of Proposal) EXHIBIT B: The City of Miami Beach Water Master Plan EXHIBIT C: The City of.Miami Beach Sewer Master Plan EXHIBIT D: The City of Miami Beach Renewal and Replacement(R&R) Report EXHIBIT E: LTC#073-2022 EXHIBIT F: Pre-Proposal Meeting Sign-in Sheet EXHIBIT G: Revised.Section 0400, Proposal Evaluation IV. RESPONSES TO QUESTIONS RECEIVED. Q1: In Section 2.1 Qualifications of the Proposing Firm, must experience be submitted in each of the areas of expertise(a.through h.)or can a firm submit on selected areas of expertise,for instance just a.through d.? Al: Bidders are advised that the referenced areas of expertise are representative of the City's current and anticipated requirements for the awarded firm(s). Further,the majority of City projects require a mix of referenced competencies. Few, if any, projects are single expertise projects. Therefore,it is not feasible for the City to predetermine the mix of competencies that will be required by any given project, particularly future projects. Bidders are reminded that the areas of expertise requested may be satisfied by either the prime or a team member of the prime. Q2: Would you be able to send me a copy of the proposal submitted by Hazen and Sawyer for RFQ NO. 2017- 129-KB and any awarded contract with the dollar amount of awarded work? A2: Please refer to Exhibit A,Hazen and Sawyer's Proposal and Contract under RFQ No.2017-129- KB. RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 M I AM I B EAC H Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q3: Page 72, Appendix D - Please confirm that Standard Form 330 will be used for 2.1 Qualifications of the Firm and for 2.2 Qualifications of the Proposer Team. A3: The Standard Form 330 will be used for 2.1 Qualifications of the Firm and 2.2 Qualifications of the Proposer Team. Bidders are not limited to the ten (10) project maximum noted on the Standard Form 330. • Q4: Page 7, Section 4- States "When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR). However,the next sentence states that"No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet." Is the Dun & Bradstreet SQR to be submitted with the proposal? A4: The Dun & Bradstreet SQR is not to be submitted with the proposal. If required, the City will request. Q5: Page 7, Section 5 - The section states that no goods and services shall be purchased from the state of Mississippi but the link to Resolution 2016-29375 also includes a ban on services from North Carolina. Is there a ban on services from North Carolina? A5: There is no longer a ban on travel to North Carolina nor moratorium on purchasing goods and services sourced in North Carolina. Q6: Section 2.2 requires a resume to be submitted for each individual on the team. Should this information be submitted on Section E of the SF 330? A6: Resumes are to be submitted on Section E of the SF 330. Q7: Section 2.1 requires 3 projects for each area of expertise and states bidders are not limited to the 10 project minimum as stated in the SF 330. Are we to submit the requested projects in 2.1 for A through H in Section F of the SF 330 form? A7: Submit the requested projects in 2.1 for A through H in Section F of the SF 330. Q8: Section 2.2.1 Project Experience of the Team again requires that we submit at least 3 projects relevant to each area of expertise. This suggests that we are to submit another section of projects on Section F of the 330 in addition to those provided in response to Section 2.1 (A through H). Are we to utilize Section F of the SF 330 form to submit a second set of projects for A through H listed in section 2.2? A8: Utilize Section F of the SF 330 to submit a second set of projects for A through H listed in Section 2.2.1. Q9: Are there character limits and/or space (between characters) limits for the"boxes"to be completed in the online Questionnaire form that we need to adhere to? A9: The smaller boxes (i.e. how many years in business or zip codes) have a character limit of 5- 10.The bigger boxes(i.e.for the phone numbers) have a character limit of 15.The other boxes(i.e. names and addresses) have a limit of 20-50 characters. The boxes themselves have a limit of 45 characters across and 5 rows down.This will include spaces,dashes or special characters.. RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MProcurement Department I AM I B EAC H 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q10: On Section 0400. Item 3, Qualitative Criteria, we noticed that 5 points for Veterans' Preferences will be awarded. Can a firm use a subconsultant to obtain the 5 points? A10: Only the prime consultant is eligible for Veteran's Preference points. Q11: Section 0300, Item 4, Electronical Proposal Format: TAB 2— Experience & Qualifications of the Firm and Team. Item 2.1 requires the submittal of at least three SF 330 firm projects for each of the areas of expertise (items a through h).•Do we need to submit a complete SF-330(all sections) under 2.1,or do you want only the project sheets (Section F of SF-330) located here? All: Submit Section F of the SF 330 in response to Tab 2,Experience and Qualifications of the Firm and Team,Section 2.1 Qualifications of Proposing Firm. Q12: Item 2.2.1 Project Experience requires us to submit relevant experience of each team member with emphasis on the specific areas of expertise (items a through h). After the requirement of staff experience, the RFQ has the same paragraph that was provided under Item 2.1 requesting firm projects. So,in addition to the Org Chart and SF 330-Resumes we are providing within this section, do we need to submit project sheets again? Al2: See response to Q8 above. • Q13: I would like to receive electronic copies of the awarded firms'submittals for RFQ 2017-129-KB-Engineering Services Water Wastewater Systems. A13: Please refer to our website to find the contracts for the firms (inclusive of the proposals). Home Page-Awarded Contracts(miamibeachfl.gov) Q14: Does the city want firms to include resumes for everyone on the org chart or only for key personnel? A14: Include only resumes for key personnel. Q15: If a public outreach firm has an active contract with City of Miami Beach, would they be precluded from participating as a subconsultant on this RFQ? A15: The public outreach firm is not precluded from participating as a subconsultant on this RFQ. Q16: Could you please provide a copy of the following: (a)The City of Miami Beach Water Master Plan, (b)The City of Miami Beach Sewer Master Plan,and(c)The City of Miami Beach Renewal and Replacement(R&R) Report? A16: Please refer to Exhibit B, The City of Miami Beach Water Master Plan, Exhibit C, The City of Miami Beach Sewer Master Plan,and Exhibit D,The City of.Miami Beach Renewal and Replacement (R&R) Report. Q17: Can you please provide a copy of the recording of the pre-proposal meeting? All: The recording of the pre-proposal meeting was uploaded to Periscope S2G. RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 M I AM I BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q18: Can you please provide the names of the members on the evaluation committee once they have been selected? A18: Please refer to Exhibit E, LTC#073-2022. Q19: In Section 2.1 Qualifications of the Proposing Firm, must experience be submitted in each of the areas of expertise (a.through h.)or can a firm submit on selected areas of expertise,for instance just a.through d.? A19: See response to Q1. Q20: Please provide a sign-in sheet for the pre-proposal meeting. A20: Please refer to Exhibit F, Pre-Proposal Meeting Sign-in Sheet. Q21: Please provide a list of firms holding the current contract that will be replaced by this RFQ selections A21: The firms with an executed agreement pursuant to RFQ No. 2017-129-KB are Hazen and Sawyer, CH2M Hill Engineers, Inc., 300 Engineering Group, P.A.,AECOM Technical Services, Inc., Ardurra Group,Inc. (formerly King Engineering Associates, Inc.),and Wade Trim, Inc. Q22: Does the City want copies of firm and key personnel's licenses/certifications included in Tab 2 of the uploaded responses? A22: Include licensure of the key personnel as part of Tab 2, Experience and Qualifications of the Firm and Team,Section 2.2 Qualifications of the Proposer Team. Q23: Can a team mark its submittal to let the city know they are only to be considered for the pool of qualified consultants? A23: Yes,a team can mark its submittal to let the City know they are only to be considered for the pool of qualified consultants. Q24: Regarding the contents of the submittal for the pool of pre-qualified consultants,would you want a full team with sub-consultants or only the submitting firms qualifications? A24: All submittals will include the experience and qualifications of the proposing firm and the team. Q25: The RFQ states that a prime consultant will be selected along with a continuing pool of prequalified consultants. What will be the responsibility of the prime consultant versus the pool of consultants? Will there be a reporting relationship between the two? A25: Please refer to Section 0100,Instructions to Respondents and General Conditions,Section 3 Purpose, Subsection 3.1 and 3.2 for a description of the responsibility of the prime consultant versus the pool of consultants. The prime and pool will not have a reporting relationship unless mutually agreed upon by all parties. RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Procurement Department M I /�I V 1.I B E C.H 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q26: How many consultants is the City looking to select in the pool of consultants? A26: To be determined. Q27: The qualifications/experience requirements and evaluation criteria are very specific. How will the City evaluate/consider consultants that provide qualifications in some areas, but not all? A27: See response to Q1. Q28:Tab 2.2.1: It is our understanding that Tab 2 is people based. Should we show a minimum of 3 projects per each category for each team member? This would make our key personnel resumes 2-3 pages for each. Please clarify. A28: Proposer shall submit detailed information regarding the relevant experience and proven track record of each team member in, providing the scope of services similar as identified in this solicitation. Q29: Page 56 of the RFQ "Insurance Requirements" - Do all subconsultants have to maintain the required insurance limits provided in the RFQ? A29: The awarded Prime Proposer(s) haslhave to maintain the required insurance limits provided in the RFQ. Q30:Would the City please clarify what is meant by"Change Management Plan"?Is this in reference to change orders or climate change? A30: "Change management Plan" refers to change orders, such as project scope, cost, and/or schedule changes. Q31: I would like to request the City's 5-year Water and Sanitary Sewer Capital Improvement Plan that are referenced in Section 0100 of RFQ 2022-122-ND. A31: The City's 5-Year Water and Sewer Critical Needs Capital Improvement Plan refers to the proposed projects prioritized within the Water and Sewer Master Plans for the first five years of the planning period. Please refer to Exhibit B,The City of Miami Beach Water Master Plan,and Exhibit C,The City of Miami Beach Sewer Master Plan. Q32: The SF 330 is limited to 10 projects. What is the City's preferred method to submit additional projects to meet the RFQ's minimum requirements? A32: Additional projects are to be submitted on Section F of the SF 330. 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 RafaelGranado@miamibeachfl.Qov Contact: Telephone: Email: Natalia Delgado , 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 M I AM I BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. si ••rely,IAl, lenis ' r urement Director Balance of Page Intentionally Left Blank RFQ No.2022-122-ND Addendum#2 3/9/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIProcurement Department /Jj\I B E C H 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl:gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2022-122-ND ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEMS PROJECTS (the"RFQ' March 7,2022 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other 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). The deadline for questions has passed. No further questions will be considered, and no further extensions will be made. I. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m.,Monday,March 21,2022. All proposals received and time stamped through PeriscopeS2G,prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 883 910 03# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. 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 RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. si ,-rely,IAI° erns •r urement Director RFQ No.2022-122-ND Addendum#1 3/7/2022 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH Request for Qualifications (RFQ) 2022-122-ND Engineering Services for Water & Wastewater Systems Projects SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS APPENDIX D STANDARD FORM 330 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH SECTION 0100 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 Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.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 Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. BACKGROUND. The City is over 100 years old, and many of its infrastructure assets are aged near or past their useful life. Improvements, and expansions have been made throughout the City's history.A comprehensive review of the water and wastewater infrastructure was performed in 2019. The City developed its Water and Sanitary Sewer System Master Plan, covering a planning period through 2045. In 2020, the City's 5-year Water and Sanitary Sewer Capital Improvement Plan (CIP) was approved to address its most critical infrastructure needs.The projects covered by the 5-yearClP include: • sanitary sewer pump stations renewal and replacement(R&R), • water booster stations and ground storage tanks R&R and new construction, • gravity main Inflow and Infiltration Reduction, • water main and force main replacements and/or upsizing to address age, capacity and/or fire flow issues, The City also developed calibrated hydraulic models for its water distribution and its sewer force main systems, using InfoWater and InfoWorks, respectively. Overall, the proposed longer-term capital improvement plan intends to provide a roadmap to improve the community with a more resilient, robust, environmentally responsible, and future proof, water, and wastewater infrastructure. Hence, it is important that Proposers have an understanding of Miami Beach's vulnerabilities to climate change and sea level rise; are familiar with the work and regional planning tools of the Southeast (SE) Florida Climate Change Compact, and aware of the City's approach to incremental adaptation over time. The City is interested in partnering with the most innovative and solutions-oriented engineers in the field dedicated to resilience and Miami Beach Rising Above. The scope of this RFQ does not include stormwater projects for which the City currently has a consultant for engineering services related to the neighborhood improvement projects to address stormwater and other resiliency improvements not relating to potable water and wastewater. The projects under the scope of this RFQ are further articulated in Section 2.1 and 2.2 below. 2.1. Water. The City of Miami Beach (City) purchases treated potable water from Miami-Dade County and redistributes it to City residents and businesses. For this purpose, the City owns, operates, and maintains the water distribution system within the City's service area of approximately 7.5 square miles (Figure 1-2). Water is supplied through five interconnects (four duty, one emergency). The City's water system serves approximately 100,000 residents, 30,000 hotel guests, and a floating population (i.e., employees) of approximately 70,000 people. Water distribution and system pressure is controlled by City's six booster pump stations. The booster pump stations downstream of the WASD interconnects are used to supplement the system pressure supplied by WASD and increase system reliability during emergencies.The two pump stations located adjacent to the ground storage tanks are used to pump water from the storage tanks into the system and can also be leveraged in the event of an emergency to supplement water from WASD. The City's distribution network is comprised of approximately-184 miles of water mains. The largest water main pipe diameter in the City is 36 inches. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH 2.2. Wastewater.The City collects wastewater from its customers, including satellite cities, and conveys it to Miami/Dade County for treatment. 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"). Sewage is collected throughout the.service area and pumped through a single 60-inch connection to Miami-Dade Water and Sewer Department's (WASD's) Central District Wastewater Treatment Plant (CDWWTP) for treatment and disposal. The collection system includes the gravity sanitary sewers and major gravity interceptors, whereas the transmission system includes the pump stations and force main network. The sanitary sewer system consists of 23 pump station service areas (basins), approximately 117 miles of gravity sewer mains, approximately 26 miles of active force mains, and over 3,100 manholes. 3.PURPOSE.The purpose of this RFQ is to select a prime consultant and a continuing pool of prequalified consultants for the water and wastewater/sewer systems that do not include the stormwater program or the above ground improvements. 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: 3.1. Prime Consultant(s).The City may make an award to qualified consultant(s) that can act in the capacity of the City's prime consultant on its long-term capital improvement projects for water and wastewater.The selected prime consultant shall provide the City with subject matter expertise to the City of Miami Beach on its water and wastewater systems. The Consultant must have a team of qualified individuals who can guide the City of Miami Beach through the decision-making process of making its water and wastewater systems resilient,environmentally responsible, dependable, and future proof. While the City intends to make an award to a single consultant, it reserves its right to award to multiple consultants if it deems it is in its best interest.Additionally,the City reserves the right to engage other consultants, either through option 2 below or through other means, to assist the City in its water and wastewater endeavors. The prime consultant shall be selected in accordance with the Consultant's Competitive Negotiation Act for related projects as defined in Section 287.055(2)(f)(2), Florida Statutes.As such, the scope or value of the work awarded to the prime consultant shall not be limited to the limits established pursuant to Section 287.055(2)(g), Florida Statutes. 3.2. 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), Florida Statutes. 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. Projects awarded to pool contractors are subject to the limits established in Section 287.055(2)(g), Florida Statutes, for continuing contracts. 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. THIS RFQ, AND ANY RESULTING CONTRACT, IS ISSUED AND GOVERNED BY SECTION 287.055, FLORIDA STATUTES 4.STATEMENT OF WORK 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.The City is 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 subsequent items may be awarded in the future. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMIBEACH I. Water and/or Wastewater Systems Hydraulic Modeling II. Design, Permitting, Bidding Services,and Construction Services for: a. Water and sanitary sewer pipelines b. Water and sanitary sewer main subaqueous and aerial crossings c. Ground storage tanks and water pump stations d. Wastewater Pump Stations Design e. Water Pump Stations Design III. Adaptation of the Water System Capital Improvement Plan (CIP)to shifting needs IV. Adaptation of the Wastewater System Capital Improvement Plan (CIP)to shifting needs V. Various studies, reports,etc. 5.ANTICIPATED RFQ TIMETABLE.The tentative schedule for this solicitation is as follows: RFQ Issued January 28, 2022 Pre-Proposal Meeting February 10, 2022 @ 10:00 a.m. ET Join on your computer or mobile app Click here to join the meeting Or call in(audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 142 018 858# Deadline for Receipt of Questions February 23, 2022 @ 5:00 p.m. ET Responses Due March 14, 2022 @ 3:00 p.m. ET To join on your computer or mobile app Click here to join the meeting Or call in (audio only) (1) Dial the TELEPHONE NUMBER: 1 786-636-1480 (Toll-free North America) (2) Enter the MEETING NUMBER 883 910 03# Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 6. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Natalia Del'ado 305-673-7000 x26263 NataliaDel u ado@miamibeachfl.•oy Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.eov; or via facsimile: 786-394-4188. The Proposal 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 0100-5. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 7. PRE-PROPOSAL MEETING OR SITE VISIT(S). A pre-proposal meeting or site visit(s) may be scheduled. Attendance for the pre-proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre-Proposal Meeting must follow these steps: DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH Join on your computer or mobile app Click here to join the meeting Or call in(audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 142 018 858#' Proposers who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to participate. 8. 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 Periscope S2G. Any prospective proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G 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. 9. 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 10. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (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). 11. 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. 12.DETERMINATION OF AWARD.The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received.The evaluation committee is advisory only to the city manager.The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process 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. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Manager 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. 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. 13.NEGOTIATIONS. Following selection,the City reserves the right to enter into further negotiations with the selected Proposer. 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. 14. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 15. PERISCOPE S2G (FORMALLY BIDSYNC). The Procurement Department utilizes Periscope S2G, Supplier-to- Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G, Supplier-to- Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications and submit electronic bids visit https:l/www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier-to-Government at support@bidsync.com or 800.990.9339, option 1, option 1. 16. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self-Service(VSS)webpage(https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx)will also provide you with purchase orders and payment information. Should you have any questions and/or comments,do not hesitate to submit them to vendorsupport@miamibeachfl.gov 17. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry.of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce(NGLCC)and small and disadvantaged businesses,as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system(Periscope S2G,Supplier-to-Government).These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH SECTION 0200 GENERAL CONDITIONS TERMS & CONDITIONS —SERVICES. By virtue of submitting a proposal in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated herein,which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurementlstandard-terms-and-conditions/ • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1.ELECTRONIC RESPONSES(ONLY).Proposals must be submitted electronically through Periscope S2G(formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals.The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G@periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non- responsiveness. Non-responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 3.OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire(completed and submitted electronically),the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs,and sections as specified below.The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. TAB 1 Cover Letter&Table of Contents Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs,sections with tabs and page numbers to facilitate the evaluation committee's review. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH TAB 2 Experience&Qualifications of the Firm and Team SUBMIT THE BELOW REQUESTED INFORMATION UTILIZING THE ENCLOSED STANDARD FORM 330 (APPENDIX D)—ARCHITECT-ENGINEER QUALIFICATIONS 2.1 Qualifications of Proposing Firm.Utilizing the enclosed Standard Form 330(Appendix B)—Architect Engineer Qualifications, submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies,with emphasis on the following areas of expertise: Submit at least three(3)projects relevant to each area of expertise,performed within the last ten(10)years as evidence of the requested experience. Projects must be submitted in the order indicated below. Bidders are not limited to the ten (10) project maximum noted on the Standard Form 330(Appendix B). a. Water Booster Pump Stations and Sewage Pumps Stations. Experience must include the design of a triplex pump station, or larger, and 1,000 gallons per minute (gpm) or greater in capacity; and the design of a dry well/wet well pump station configuration. b. Inflow and Infiltration Reduction and Sanitary Sewer Evaluation Surveys.These projects must also include compliance with Miami-Dade County Department of Regulatory and Economic Resources(DRER)Sanitary Sewer Evaluation Survey(SSES) requirements. c. Force Mains and Water Mains. Experience must include urban design of a 36-inch or larger water main of at least 1,000 continuous linear feet in length and a 42-inch force main or larger of at least 1,000 continuous linear feet in length. d. Gravity Sewer Systems. Experience must include the design of a 24-inch or larger gravity sewer system of at least 500 continuous linear feet in length e. Trenchless Technologies for Pipe Installation/Rehabilitation. Experience must include a horizontal directional drill of a 24"diameter pipe or larger crossing under Florida waters. f. Water hydraulic modeling utilizing the InfoWater software to assess the capacity of a water distribution system and assess the impacts of private development. g. Wastewater hydraulic modeling utilizing InfoWorks software to assess the capacity of a wastewater collection and transmission system. Experience must include the analysis of gravity sewers and the analysis of pump stations and force mains. h. Experience in Public Outreach. Some of this experience must be in Miami Beach. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team members'qualifications and the role that each team member will play in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. 2.2.1 Project Experience. Submit detailed information regarding the relevant experience and proven track record of each team member in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies,with emphasis on the following areas of expertise: Submit at least three (3) projects relevant to each area of expertise, performed within the last ten (10) years as evidence of the requested experience. Projects must be submitted in the order indicated below. Bidders are not limited to the ten (10) project maximum noted on the Standard Form 330(Appendix B). a. Water Booster Pump Stations and Sewage Pumps Stations. Experience must include the design of a triplex pump station,or larger, and 1,000 gallons per minute(gpm) or greater in capacity; and the design of DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH a dry well I wet well pump station configuration. b. Inflow and Infiltration Reduction and Sanitary Sewer Evaluation Surveys. These projects must also include compliance with Miami-Dade County Department of Regulatory and Economic Resources (DRER) Sanitary Sewer Evaluation Survey (SSES) requirements. c. Force Mains and Water Mains. Experience must include urban design of a 36-inch or larger water main of at least 1,000 continuous linear feet in length and a 42-inch force main or larger of at least 1,000 continuous linear feet in length. d. Gravity Sewer Systems. Experience must include the design of a 24-inch or larger gravity sewer system of at least 500 continuous linear feet in length e. Trenchless Technologies for Pipe Installation/Rehabilitation. Experience must include a horizontal directional drill of a 24"diameter pipe or larger crossing under Florida waters. f. Water hydraulic modeling utilizing the InfoWater software to assess the capacity of a water distribution system and assess the impacts of private development. g. Wastewater hydraulic modeling utilizing InfoWorks software to assess the capacity of a wastewater collection and transmission system. Experience must include the analysis of gravity sewers and the analysis of pump stations and force mains. h. Experience in Public Outreach. Some of this experience must be in Miami Beach. TAB 3 Approach and Methodology Submit detailed information on the proposed approach and methodology. Include information on approach and methodology that the Proposer and its team have successfully utilized on previous engagements to accomplish a similar scope of work. The information to be provided within this tab should address, but need to be limited to the following: • project planning; • project phasing; • strategies to meet schedule and budget requirements without compromising quality, considering both design and construction phases; • quality assurance/quality control management plan; • change management plan;and • project communications and public outreach plan. Balance of Page Intentionally Left Blank DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION OF PROPOSALS. All responsive proposals will be evaluated in accordance with this section. If more than one proposal is received, the City Manager may appoint an Evaluation Committee to consider and provide feedback on the qualitative factors of each proposal. 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 RFQ, may, without an evaluation committee,recommend to the City Commission that the Administration enter into negotiations. In the evaluation of proposals, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. Failure to provide the requested information within the time prescribed may result in the disqualification of proposal. 2. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: 3. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. revenue) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager.The results of the Evaluation Committee process do not constitute an award recommendation.The City Manager may utilize,but is not bound by,the results of the Evaluation Committee process,as well as consider any feedback or information provided by staff, consultants or any other third-party in developing an award recommendation in accordance with Section 0100, Sub-section 112. In its review of proposals received,the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the following criteria. Qualitative Criteria Maximum Points Experience and Qualifications of the Proposing Firm 50 Experience and Qualifications of the Team 30 Approach and Methodology 20 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work (0-5 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: 5 Less than $250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 TOTAL AVAILABLE POINTS for Qualitative, Quantitative 110 and Veteran's Preference Criteria 4. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH 5. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Qualitative Points 82 74 80 Committee Quantitative Points 5 5 0 Member 1 Total . 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee - Quantitative Points 5 5 0 Member 2 Total 95 79 66 Rank 1 2 3 • Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation.The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate,to develop an award recommendation to the City Commission,which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH APPENDIX A MIAMI BEACH Special Conditions 2022- 122-N D ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH 1. Term of Contract. It is expected that any resulting agreement shall be valid for a term of three(3)years from the effective date.The contract could be extended for an additional two (2), one (1)year terms, at the sole discretion of the City Manager. 2. 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. 3. 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). 4. 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. 5. Licensure. Consultant shall hold a "Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations, as applicable. 6. Roadmap. Firms providing professional services under continuing contracts shall not be required to bid against one another.The user department may select the consultant it deems to be most qualified for the particular project. 6.1 Approval of Task Orders for Prime Consultant. Prior to the commenced of work on any, a task order and corresponding purchase order must be issued by the City. Task orders that exceed the "continuing contract" limits established in 287.055 (i.e., study activities with fees greater than $500,000 or professional services for projects with an estimated construction cost greater than $4 million) shall be approved by the City Commission.Task order for lesser amounts may be approved by the City Manager. 6.2 Approval of Task Orders for Pool Consultants. Prior to the commenced of work on any, a task order and corresponding purchase order must be issued by the City. Task orders are limited to the"continuing contract"limits established in 287.055. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH. APPENDIX B MIAMI BEACH Sample Contract 2022- 122-ND ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 AGREEMENT BETWEEN CITY OF MIAMI BEACH �\\ _ ) ./ i. .' • �`ti '/ AND f N.„... ,, \ Gf XXXX --.� -�N \\ i / \\/ FO \,` \ \ \ ti\' \ 'XXXXXXX ;/ �\ \; i o'"-`DISCIPLINE: XXXXXXX ti , -' RE..�SOLUTION NO. XXXXXX 1` k\ /,,, ---....../ k--------"----'\ '''')''-/ �, l 1 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES s, 134 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTON COST 154 \,� \„ ARTICLE 5. ADDITIONAL SERVICES A \ -'// 177 ARTICLE 6. REIMBURSABLE EXPENSES ^ 19 ',\, // _-:---. . `\\'` ; . ARTICLE 7. COMPENSATION FOR SERVICES -: \ - , /, 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND.\L,OTHER RECORDS/ 21 - ARTICLE 9. OWNERSHIP OF PROJEC\ DOCUMENTS 21 `�,�, ARTICLE 10. TERMINATION OF AGREEMENT\ '`. / 22 \\ \.\_ , ARTICLE 11. INSURANCE..- . - ti,e ` ''-�%' 23 x z.. ._ �_— `\\ / ARTICLE 12. INDEMNIFICATION AND HOD HARMLESS 244 ARTICLE 13. ERRORSAND OMISSIONS 245 ti, �\,R i% ARTICLE 14. LIMITATION OF,-LIABILI/Y 255 \ ARTICLE5 / `NOTICE '�\ ( Y 255 i.t N,\ ARTICLE 16:-FLORIDA PUBLIC RECORDS LAW 296 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 28 `\, ;;jf ARTCILE 18. MISC-ELLANEUS PROVISIONS 29 SCHEDULES: SCHEDULE A 36 SCHEDULE B 38 SCHEDULE C 39 2 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz \ \ \.„ \ '.• \ A \ \ \ '1/4y, 21,/ ( 3 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXX FOR ,� PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN-SPECIALIZED CATEGORIES"AS-NEEDED" BASIS,/ 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 XXXXXX., a Floridacorporation having its principal office at XXXXXX (hereinafter referredd �to as Consultant).N, W I T N E S'S-E T H: \ ,� �, • O WHEREAS, on XXXXX, the City Commission Opproved the issuance of Request for Qualifications No. XXXXXXX (the RFQ); and \\ ` , • WHEREAS, the RFQ was intended.t`o.provide"acces ,to architectural and engineering consulting firms in accordance with the Florida\Conultant s,C,ompetitive Negotiation Act for future work as the need may arise; and t\ \ \ t/ i \1 WHEREAS, on XXXXX`\the City Comrpission approved Resolution No. XXXX, respectively,authorizing the City td•enter into_negotiations with XXXXX and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City`-and the_Consultan have negotiated the following agreement pursuant to the RFQ; and \ >-. ' - e V �;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. 4 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 Artic1 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 nicipal corporation having its principal offices at 1700 Convention,/Center Drive, Nliam`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 Cityiexercises its regulatory authority as a governmental body including,but hot'lir, ited to, its')rpgulatory authority for code inspections and issuance of Building Department p`ermlts, Public,Works Department permits, or other applicable permits within its jurisdiction;the exethise`of such regulatory authority and the enforcement of any Applicable Laws,shall be deemed to hav`e,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. '`\ \2.<` CITY COMMISSION: "City Commission"4�shall`mean then-governing and legislative body of the \ ` 1 City. ''�. � J CITY MANAGER: The"City Manager_ shall mean thechief administrative officer of the City. The City Manager shall also be construed fd-include any'duly authorized representatives designated by the City Manager n 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 tfiiS,Agreement, or to regulatory or administrative bodies having jurisdiction over the-Project)•:,_`.,�� CONSTRUCTION COStBUDGET%he "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 a rchitect/engineer of record for the Project,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. CONSULTANT: The named entity on page 1 of this Agreement, the"Consultant"shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise 5 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 required by any entities,agencies, boards,governmental authorities and/orany other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable.to the City) all Services required under this Agreement and/or Consultant Service Order. 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 Services 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 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 subconsulta'nthasbeen"engaged by Consultant to perform professional services in connection with the Project:''The subconsultants in Schedule"D", attached hereto, are hereby approved by the City Manager,for,the Project. f .N `\,/ CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work`order issued by the City to Consultant (in substantial form as in S heduleA,attached hereto)?that specifically describes and delineates the particular Services'(B.asic\Serviees\and/orAdditional Services) which will be required of Consultant for the Project that is the subject'ofsuch Consultant Service Order, and which may include studies or s udjyactivitty, arid/or profes al 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'exeputed between City and Consultant, covering changes, additions, or reductions\in`the\terms,bf this Agreement including, without limitation, authorizing a chang in-the Services'or`themethod and manner of performance thereof, or an adjustment in the`fee-and'/or,completion,dates. 44/ Contract Amendments shall be approved in-'accordance with Contract Approval Authority Procedure 03.02. The ty Manager reserves the right to seek and obtain concurrence of the City Commission for approval..of any such Co tsar ct Amendment. � CONTRACT DOCUMENTS 'Contract`Documents"shall mean this Agreement (together with all exhibits-ad- xhibits d-denp, 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 Request,for:Qualif cations(RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), they 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 Consultant for performance of the Work covered in the Contract Documents, including, without limitation, a general Consultant, construction manager; design- builder or any other duly licensed construction Consultant selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, 6 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 informqon 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 alltems of the Project necessary for the final preparation of the 100%'c9mpleted, permitted Construction Documents in accordance with the requirementsfof_,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 I;as submitted completed Design Documents to the City and (b) the haveNbeeh4eviewed and/approved by the City and agencies having jurisdiction in accordance\with tie procedures as provided by the Contract Documents. However, approval by the Cityyshall not in''any,ray be construed, interpreted and/or deemed to constitute a waiver or excuse•\Consultant•s obligations to ensure the Design Documents are constructible, in compliance'wlth,all.Appli cable Laws and in accordance with the Contract Documents. ‘\ �- PROJECT: The"Project"shall mean that certain City capital project described in the Consultant Service Order. Project Cost: �T,he "Projectt✓Cost" shall mean the estimated total cost of the Project, a \desc ibed1in-the Consultant Service Order (CSO) ,/ .' P oiect Scone. The "P ject Scope" shall mean the description of the Project, as described in the Consultant Service Order (CSO). 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;alathorizations 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 7 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 A-1 — Consultant Compensation Schedule B— Hourly 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 describedin Schedule'>'A'"hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, includingat services delineed�as-part of the Scope of Services. •%�` .t. SOFT COSTS: "Soft Costs"shall mean costs rellated,to the Project�other than'Construction Cost including, without limitation, Consultant's Basic Services, Additional\Services, surveys, testing, .,� 1. l. A �.!r general consultant, financing, permitting fees-and other similar costs;\as-determined by the City, that are not considered as direct costs for the construct n of the Project. STATEMENT OF PROBABLE CONSTRUCTION COSThe "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard'Index(CSI)format or other formatapproved by the'Project Administrator,which includes the Consultant's estimated t t I construction\cost,;to'the City of the Work for the Project (as established in the Contract Doquments�as\they may be amended from time to time). The Statement of Probable Construction\Costshcll be insufficient detail to identify the costs of each element of the Project 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." . t WORK: "Work" shall mean)all labor,;materials, equipment, supplies, tools, machinery, utilities, fabricatlon;-transportation; insurance, bonds, permits and conditions thereof, building code changes and governmentapprovals, licenses, tests, quality assurance and/or quality control inspections and-related certifications, surveys, studies, and other items, work and services that are neeessary_or approppriate'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. \ r 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 8 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 carormally exercised in comparable projects in South Florida. Consultant warrants and represents to Ape City that it is experienced, fully qualified, and properly licensed (pursuant to Ap)icabe Laws)"to perform the Services. Consultant warrants and represents to the City that it is responsible'for the technical accuracy of the Services. :I \. 2.5 The Consultants 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 thecConsultant Service'Order; and shall also include any and all of Consultant's responsibies and obligations with respect to the Project, as set forth in the General Conditions of the Contract for:Constructlon, 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 liablelor all work performed by Consultant including,without limitation, any design errors or omissions (if\applicable to\the;services performed by Consultant). Written decisions and/or approvals issued byt+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 Services,nortishallany City approval and/or decisions be deemed to be an assumption of such responsibilityby the-City'for a defect, error or omission in the Services. Moreover, neither the City's inspection,\review;approval or acceptance of, nor payment for, any Services required urider4he 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,_negligentactserrors 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). 9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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. 32 2.7.4 The Services shall be performed in a manner that shallconform,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��equiring approval by the City (or other governmental authorities having jurlsciiction over the Project). Consultant shall immediately provide the Project Administrator with-w°ritten notice stating the reason for the particular delay; the requested`adjustment( e. extension) to the Project Schedule; and a revised anticipatetl_schedule`of completionUpon receipt and review of Consultant's request(and such`other documentation as th9.Project Administrator may require), the Project Administrator.,,may grant, a reasona6ler 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. i. , ,, k, 2.8 Consultant shall use its best efforts\to maintain a constructive, professional, cooperative working relationship with therProject_Administrator,Consultant, and any and all other individuals and/or firms that have been ontacted,'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, exceprto 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 underllhe ConsultantService-Order (including the services performed by subconsultants), within the specified time-period add specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to thejdisciplir es required for the performance of such Services in the State of Florida. The Consultarit,ts 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 for the cost of the 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 10 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 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, Consultants, 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 relating to comparable projects; or which are inconsistentwith Applicable Laws; or which are inconsistent with standards, decisions or approvals pro9yJded 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 j writing. 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 gccoUntitfie timelines of the Project schedule. . 2.11.1 The Consultant is advised that a'perforrnance 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.C( " 2.12 Consultant agrees that when any°portion of theServ`cen relates to a professional service which, under Florida Statutes, requires a license;certificate othorization, or other form of legal entitlement to practice and/or perform suchrSerrvice(s), it shf auall 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 Orde , a qualified licensed professional to serve as its project manager (hereinafter referred to as\the."Pjoject 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 Adminitrator:\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 Administrate_r),. 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the CityyManager or the Project Administrator (which notice shall state the cause therefore),;jX 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. 11 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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'roceeds 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,Servlce under this Agreement and shall also be deemed to be within the scope of services\delineatedlin the Consultant Service Order. (whether or not specifically addressed in the Scope of Sery ces). Mere notice by Consultant to the Project Administrator shall not•constitute authorizatio&o 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 Administratorshall be undertal eri't Consultant's sole risk and liability. \, 2.16 Consultant shall establish, maintain,<and categorize any andNall Project documents and records pertinent to the Services and shall providet°he,City, upon request, with copies of any and all such documents and/or records. In addition, Consultan*,t,shall provide electronic document files to the City upon completion of the Project" \ \ \ 2.17 THE CITY HAS NO .OBLIGATION\TOASSIST, 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 BEAT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED;-INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BYE 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''CONSUL'TANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERF9RM 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: If applicable, 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. 12 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 causethenames 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 Consultants and all of its subconsultants' compliance with the requirements of thisction and any other pr.oyision of the Agreement and/or Consultant Service Order. With re rSespect to the perfo\mance of work by subconsultants, the Consultant shall, in approving and''accepting such,\work, ensure the professional quality, completeness, and coordination of`the subconsultant's jork. // 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 creatioji(standing, ownership and professional licensure of the :Consultant (and`su'bconsultants), including organizational documents, operating agreements and profess.nal licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect tythe Project. However, the City's failure to request such documentation or evhdence and/or failure to enforce in any way the terms and provisions of this Section; the-Agreemen`t and/or anfy other Consultant Service Order during the Project does not excuse;waive and/orc condone'in any way any noncompliance pf 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 resp nsibility for the quality and acceptability of the services performed by the subconsultant. Payment-of,subconsultan'ts shall be the sole responsibility of the Consultant and shall not be cause for-any increasaln compensation to the Consultant for payment of the Services.)\ ,,�, K 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, 13 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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. / 1• - - 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, ,auding services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors)%'-,,\ 6 3.4 If the City observes or otherwise becomes a a e of any fault or defect in the Project, or non-conformance with the Contract Documents;the City;,through theProject Administrator, shall give prompt written notice thereof to the Consultant. �.' / r� \• \\ 3.5 The City,acting in its proprietary cap city as Owner and not in its regulatory capacity, shall render any administrative approvals and'deci'sions required under this Agreement, in writing, as reasonably expeditious for the orderly progre1ess Of\the Services and of the Work. \\\ \\, !J 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_`esolutibn or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment,'Ole,transfer or subletting of this Agreement. Assignment and transfer shall be defined to also_include sale of to majority of the stock of a corporate consultant. 1�75 3.6 , Contract Am endments m ndments. shall be approved in accordance with Contract Approval ,Authority Procedure 03.02 orVs amended. 3.7 !, 'Except.where.gther`wlr 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'whichi'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 14 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 Contract Amendments shall be approved in accordance withContract Approval Authority Procedure 03.02 or as amended. • 3.7.5 The City Manager may, in his/her sole discretion,forma committee or committees, or inquire of, or consult with, persons for the purpose~of°rece iiifi 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 de'faulenotice(s) under this Agreement, and, should such default rem 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'Citys determining for its own satisfaction the suitability of the Project, or portions tthoreof;`detailed:,in;such documents for the purposes intended therefor by the City, and may not\be'relied uponin any way by the Consultant or any other third party as a substantive-review thereof. ` • -/ ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction-Cost Budget for the Project, as set forth in the Consultant Service 'Order-.,Consultant t`shall',design the Project so that the Construction Cost Budget for the Project'is•noexcpeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to-the'Construction Cost Budget in accordance with this Article 4, making all.revisions nece'spry to maintain the Construction Cost Budget. Consultant shall attend meetings"with\the City 'to review"and discuss cost estimates, cost-saving alternatives, and implementation or revision\of the Design Documents and Construction Documents to address such items,--as nec`essaryOmeet the established budget parameters set forth in the City Construction-Budget: � 1 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of'completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost,which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent(15%),then the Project 15 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • Administrator shall 'provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent(15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30%and 60%completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated'Construction Cost for the Project within a range of plus or minus ten percent (+/-10%);of the Construction Cost Budget. If at the foregoing stages of design,the Consultant's Statement'of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent J(1:0%)a the\Project Administrator shall provide notice thereof to the Consultant. Consultant•,shall then identify the cause(s) for the difference and recommend in writing for the City's approval\a°ny modification in the Design Documents necessary to conform to the Consultant's estimated,totaLcosts in the Statement of Probable Construction Cost to within tenapercent (10%) of the City,'s'Construction Budget. Upon obtaining City's approval of any proposed'\modifications,\ consultant shall incorporate such modifications within the Design Documents as,part of the Basic Services and at no additional cost to the City. , ) % 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its4Statement of Probable Construction Cost, which must include an estimated Construction'Cost for'*Project within a range of plus or minus five percent (+/-5%) of the Construction Cost\Budget. If`at the foregoing stages of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%o) the Project,Administrator shall provide notice thereof to the Consultant. Consultant shall then-identify the causes) for the difference and recommend in writing for the City's approval any modifcatio In theeDesign Documents necessary to conform to the Consultant's estimated total, costsNin the-Statement of Probable Construction Cost to within five percent (5%) "of-the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified I y the Project Administrator (which time period for completion shall not exceed ninety (90) days\from the'd'ate Consultant is notified to re-design), as part of the Basic Services and'-at no additional cost to'the City. c`(4..2 4 To-ensure that'the Construction Cost shall not exceed the City's Construction Budget,each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant-shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however,that Consultant cannot(and does not)guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice 16 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions Lathe Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re- bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent(10%)of the Consultant's final updated Statement of Probable Cost. ��//_.off 4.5. The Construction Cost Budget shall not be exceeded 'w\thout)fuD justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) whiare beyond the control of the parties. Any expenditure above. this amount shall be\;such'bject to prior City Commission approval which, if granted at all, shall be at the/sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve''anincrease in the Construction Cost Budget and, if such Construction Cost Budget is .exceeded, the City Commission may, at its sole and absolute discretion,terminate-his Agreement,(and the remaining Services) without any further liability to the City. ,:M 2 /C .`1 ..�/ 4.6. The City Commission may, at its sole\and absolute discretion; and without relieving Consultant of its obligations under this Agreement.,to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Convstrkiction Cost.Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project y(3)-,abandon the.Project and terminate the remaining Services without any further liability to the City; (4) select as'many deductive alternatives as may be necessary to bring the lowesand best bid within the-Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services,�shall only bed performed by Consultant following receipt of written authorization by the1Froject'-Administrator (which authorization must be obtained prior to commenceent of any4\suchdd a tional work by Consultant). The written authorization shall contain,,description of the Additional'Services required; a lump sum to be negotiated at the time of the q eu st for additiorial`services or a fee(in accordance with the rates in Schedule"C"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; andlan'�amended Project Schedule (if applicable)."Not to Exceed"shall mean the maximum cumulative fees allowable(or, in the case of Reimbursable Expenses,the maximum cumulative expenses=°allowable), which the Consultant shall not exceed without further written authorization ofle 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 17 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 execution of this Agreement (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 arF/inconsist nt with written approvals or instructions previously given by City and/or aGe_due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required\byLegal po cess or subpoena to appear and give testimony, preparing,to(erve or serving assanrexpert witness in connection with any state or federal court action�o 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. T`' // 5.2.5 Procurement: Assistance inconnection with bid\protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions✓and re-bidding services required under Section 4.4 hereofrwhich shail`be/provided at'rio additional cost to City). 5.2.6. Models: Preparing professonal'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/MaferialtiTesting and Inspection: Providing threshold inspection services and `materiat�testing/special inspection services, provided that Consultant, as_part of the Basic Services'eshall report on the progress the Work, including any defects a\d deficiencies that' a/yybe observed in the Work. 5.2.8 Pre-Design Survey&Testinq: Environmental investigations and site evaluations, provided, however/fh`at•• surveys of the existing structure required to complete as-built ocumentation ar'e�not additional services. `5.2.9 Geotechnicahengineering. Providing geotechnical engineering services or site 'surveys. 5.3 Additional services may be requested by the City using a Consultant Service Order(CSO). For each proposed�;'.Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not-to-exceed basis, based on the fee schedule set forth in Schedule "C" hereto. Consultant Service Order shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Except as specified "herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall 18 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to supp9 t theamount invoiced, and as requested by the corresponding Department's Director). Consultant shall\ ertify as to each such invoice and/or voucher that the amounts and items claimed asreimbursable are "true and correct and in accordance with the Agreement."Only actual amounts incurred,and paid (i:equiring proof of payment) by the Consultant shall be invoiced, without any markup\and/or additions. ARTICLE 6. REIMBURSABLE6EXPENSES ''y„ 6.1 Reimbursable Expenses must be authorized,,,n advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable--Expensesliall be submitted to the Project Administrator (along with any supporting receipts and other back=up material requested by the Project Administrator). Consultant shall ce ti yf�as'to eactisuch invoice'nd/or voucher that the amounts and items claimed as reimbursable are`'I ue"and correct and in accordance with the Agreement." Reimbursable Expenses mayinc\lude, but note be limited to, the following: N. • Cost of reproduction, caurier,`and\postage/and handling of drawings, plans, specifications, and other Project d'ocurnents'((excluding reproductions for the office use of the Consultant-and itsubconsultants, and courier, postage and handling costs between the Co sul nnt_and its,,subconsultants). • Costs-for reproduction and preparation of graphics for community workshops. • Perm t'fees-q ired by City of Miami Beach regulatory bodies having jurisdiction /y over th0, roject%(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 sett forth and described in the Consultant Service Order attached hereto as Schedule"A", isued: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. 19 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing 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 set forth in Schedule A-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be all vedon Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule B shall-r�main constant for the Initial Term of the agreement. Ninety (90) days prior to,expiration of thelnitial Ternpthe City Manager may consider an adjustment to the preceding years unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in4he 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 materiaLadjustments tohe scope-or requirements of the RFQ by the City, including (but not limited to)`living wage increases provided, however, that in no event shall any annual increase exce'ed.three percent (3%):,,Inythe event that the City Manager determines that the requested,increase.isunsubstantiated;ithe Consultant agrees to perform all duties at the current cost terms.\.' `\ \\ 7.6 No retainage shall be made from'.the,..ConsultanVs compensation on account of sums withheld by the City on payments to Consultant: \ )/ 7.7 METHOD OF BILL NG`\AND`�PAYMENT.7 Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and.-:extent off the work performed; the total hours of work performed by employee-category; and the respective hourly billing rate associated therewith. In the event sub-consultant-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 approvaLbf theiProject Administrator for the requested Additional Service(s) or Reimbursable Expenses) shall accompany the invoice. Invoicesshall.be-submitted'to.the City at the following address: Accounts Payaabl`e:payables@miamibeachfl.gov 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). 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 20 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 d signs, drawings, renderings, calculations, specifications, models, photographs, reportsurveys, investigations, and any other documents(whether completed or partially completed),and copyrAtils thereto for Services performed or produced in the performance of this Agreement;,or rotated to theroject, 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 bythe Consultant or owned by a third party and licensed to the Consultant for,use and reproduction,sshall,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 with)n�thirty (30) days of completion of the Services (or within thirty (30),,days_of expiration,Nor earlier%termination of this Agreement as the case may be). However,the City may grant an exclusiye'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'anythird party without prior written approval from the City Manager. The Consultant shall;warrant to theC tythat it has been granted a license to use and reproduce any standard details and\d w esigng\oned by a third party and used or reproduced by the Consultanttin the performance of this,Agreement. Nothing contained herein shall be deemed to excludeGany ocument from Chapter'119, Florida Statutes. r -� \_\ 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 wilhbe;Iimited t07an amount not greater than 50% of the original fee earned to ada±,t the original copyrighted material,to a new site. sh'all-.have 'the right to modifythe Project or anycomponents thereof without 9.4 The City,. ! g J P 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 hall 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 21 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 compete them by contracting with another consultant(s), or otherwise. The Consultantshall 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 bees terminated. 10.2.2 In the event of termination for cause by the City the City shall¢nlybe obligated to pay Consultant for those Services satisfactorily'perforrned and accepted prior to the date of termination (as such date is set forth'n, or'canl be calculated from, the City's initial nt written default notice). Upon payme -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 'o any payment which may be due to Consultant under subsection 10.2.2; the Co sha ll all promptly assemble and deliver to the Project Administrator any anci,allProject documents prepared (or caused to be prepared) by Consultant(including, withoub(imitation, 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- roject 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*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/;erminates the 1Qgreementvfor 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./2 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. 22 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 Insurance requirements will be determined on a project by project ba sis at the time of Consultant Service Order (CSO). 11.1 The maintenance of proper insurance coverage is a material element'.of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement, which could result in withholding of payments or termination{7of the Agreement```/ 11.2 Additional Insured - City of Miami Beach must e\ncluded by°endor`sseement as an additional insured with respect to all liability policies-(exept Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in.�connection')with such;.work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. / \-`` 7 11.3 Notice of Cancellation - EachVinsurance pollcy �required above shall provide that coverage shall not be cancelled, except`�with\notice to'theCity of Miami Beach c/o EXIGIS Insurance Compliance Services., \\\ 11.4 Waiver of Subrogation \Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subroga`tion.on\the coverages required. However,this provision applies regardless offwhether the City`•as received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of\Insurers-Insurance must be placed with insurers with a current A.M. Best ratineof A:VII or higher. If not rated, exceptions may be made for members of the Florida n a Fu Insurands (i.e. FWCIGA, FA4JUA). Carriers may also be considered if they are licensed and authorized to do insurancebusiness in the State of Florida. ) 11.6 Ver-ification`of.Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work-Commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 947 23 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Murrieta, CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com 11.7 Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, priorrexperience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the'vendor of)his liability and obligation under this section or under any other section of this agreeme rit '7�� ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS i `• 12.1 To the fullest extent permitted by Section 725.08,Florida Statutes,gthe Consultant shall indemnify and hold harmless the City and its officers,_employes, agents, and instrumentalities, from liabilities, damages, losses, and costs, including,,but not.limited to, reasonable attorneys' fees, to the extent caused by the negligencerecklessness, or intentionally wrongful conduct of the Consultant and other persons employedVorutllized by/the Consult nt 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 �ppy all costs,judgments, and attorney's fees which may issue thereon. Consultant expressly unstands;and agrees that any insurance protection required by this Agreement o'r. \othe wderise.,provided>'by Consultant shall in no way limit its responsibility to indemnify, keep; arid'`save harmless and defend the City or its officers, employees, agents,,and instrumentalities as herein provided. 12.2 The Consultan6agrees-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_ornissions of the>,Consultnt-in which the City participated either through review or concurrence of=the Consultants actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility-or"lliability of the%Consultant (including, without limitation its subconsultants and/or any registered-professionals'(architects and/or engineers) under this Agreement). v.� 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 Consultant's performance of the Services 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. 24 DocuSign Envelope ID:59D12E6F-6507-4CF8-86313-7C23828F15A2 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 Project Administrator. 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 decisionofethe City Manager. This paragraph does not constitute a waiver of any party's right to proceedin a'court of competent jurisdiction after the above administrative remedies have been exhausted. \ ,!---. \ ARTICLE 14. LIMITATION OF LIABILITY`��� `a \ <\ The City desires to enter into this Agreement only if in so doing the City can place a l piit on its liability for any cause of action for money damages due tc pan alleged breach`b ((the City of this Agreement, so that its liability for any such breach nevel--exceds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less^any amounts) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to\enter into th s' Agreement, with Consultant's recovery from the City for any damages fo`rrac'tion forbreach,of contract to be limited to Consultant's "not to exceed" fee under this~Agreemerit;)less any\a ount(s) actually paid by the City to the Consultant hereunder. ;( \,�\ .�% �' Accordingly, and notwithstandinganyother`term or`condition of this Agreement, Consultant 9Y. .L � �, •,, hereby agrees that the City shall not be liable'to Consultant formoney damages due to an alleged breach by the City of this Agrement, in annamount 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. ` • f'`�._. ARTICLE 15. NOTICE Until changed:by notice \in'writing, all'such notices and communications shall be addressed as follows: All written notices giver,' City by Consultant shall be addressed to: 1/ City Manager.:s''Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Raul Aguila, Interim City Manager Email: raulaguila@miamibeachfl.gov With a copy to: City Manager's Office 25 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX riN XXXXXX XXXXX Attn: XXXXX Ph: XXXXX Email: XXXXXXX \_, All notices mailed electronically to either party shall be de med to be sufficientlynsmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE'WITH'ELORIDA,PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida PubliC•Records law under Chapter 119, Florida Statutes, as may be amended from time toiime. . ,Y • 16.2 The term "public records"shall have•the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books,tapes,photographs, films,sound recordings, data processing software, or other material\regardless ofithe physical form, characteristics, or means of transmission, made/or received pursuant,tc law or ordinance or in connection with the transaction of official business ofthe 16.3 Pursuant to Section 119.0701 f,the Florida Statutes, if the Consultant meets the definition of"Consultant" as def nmi ed in Section 1190701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request;frorn.the City's custodian of public records, provide the City with a j"�,�copy of the requ'estted records or allow the records to be inspected or copied within %` tea reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c)___---Ensure,that'public records that are exempt or confidential and exempt from public ___.records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if -the Consultant does not transfer the records to the City; •• (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement,the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records.. All records stored electronically must be provided to the City, upon request from the City's custodian 26 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS;NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to.the City or allow the records to be inspected or copied within a reasonable time. r 16.4.2 Consultant's failure to comply with the City's request for'records shall constitute a breach of this Agreement, and the City, at its sole discretion, r`nay: (1) 5\ unilaterally terminate the Agreement; (2) avail itself of the remedieset,;forth' under the Agreement; and/or (3) avail itself of any available remedies<at law or )\ in equity. \\\* 16.4.3 A Consultant who fails to provide the public`records to the City within a reasonable time may be subject to penalties under s\1 t9.10. �1\ � \ 16.5 CIVIL ACTION. , 2 16.5.1 If a civil action is filed against'a Consultant to compel,prgduction of public records relating to the City's contract for services,the•courtshall assess and award against the Consultant the reasonable costs<of enforcement;,including reasonable attorneys'fees, if: (a) The court determinesithat`the Consultant unlawfully refused.to comply with the public records request,within a reasonable time; and (b) At least 8 business days\before'filing the action, the plaintiff provided written notice of,the public records request,-including a statement that the Consultant has not compliedwith-the`request,rto the City and to the Consultant. 16.5.2 A notice complies withisubparagraph (16.5.1)(b) if it is sent to the City's custodian of public records-and to the Consultant at the Consultant's address listed on its contract with the City or,to.the-Consultant's)gistered agent. Such notices must be sent by common carrier delivery-service;or'by registered, Global Express Guaranteed, or certified mail;\with postage orshipping,paid by the sender and with evidence of delivery, which ,May-be�n an electr`pnic format. iit16.5.3—A-Consulta t who complies with a public records request within 8 business days 'after the-notice Is sent is not liable for the reasonable costs of enforcement. ti 16.6 IF THE _CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 27 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1700 CONVENTION CENTER DRIVE MIAMI BEACH; FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach,-; City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other\audit performedrby or on behalf of the City. 17.2 The Office of the Inspector General is authorized to(investigate City affalrsand"' empowered to review past, present and proposed City;programs, accounts, recor.ds, contracts and transactions. In addition, the Inspector General has\the\power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or programtmay.Include a.report concerning whether the project is on time, within budget and in conformance withAhe contract documents and applicable law. The Inspector General shall have the,•power.,to\audit,/investigate,;monitor, oversee, inspect and review operations, activities, performance and'procerement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, Iobbyists,\:City"saff and,elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating'a-percentage,of its overall annual contract expenditures to fund the activities and operations%of-the.4Office of Inspector General. • ti\ • 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and-documents available to the Inspector General for inspection and copying. The Inspector General\is empowered to retain the services of independent private sector auditors to audit, investigate, monitor,.over-see, inspect and review operations activities, performance and. procurement process including'but..not-limited to project design, bid specifications, (bid/proposal) submittals;-activities of the Consultart'its officers, agents and employees, lobbyists, City staff and elected officials to ensure,compliance with the contract documents and to detect fraud and corruption. 17.4 Theinspector'peneral shall have the right to inspect and copy all documents and records in the Consultant's possession,custody or control which in the Inspector General's sole judgment, pertain to performance'of the contract, including, but not limited to original estimate files, change order estimate ''files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back- change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates,or dividends received,payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, 28 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3)years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals onto litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, employees, subconsultants and suppliers. The Consultant shall incorporate`the�provisions in this section in all subcontracts and all other agreements executed by the Consultant,inonnection with the performance of this Agreement. 17.7 Nothingin this section shall impair anyinde endent ri ht to the City conduct audits or P independent g ,., � investigative activities. The provisions of this ection'°are neither intended nor shall they be construed to impose any liability on the City byte-Consultant or third parties. `c ARTICLE 18. MI CELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY\4RIAL:\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,,co flictof laws, Theeexclusive venue for any litigation arising out of this Agreement shall be Miami;Dade County, Flo�lda, if in state court, and the U.S. District Court, Southern District of Floridainfederal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVEANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURYN'OF`ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. �� 18.2 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, maritallor 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. 18.3 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 Consultant, supplier, subconsultant, 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 29 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 18.4 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, cornmiission, percentage, gift, or consideration. / l\ 18.5 LAWS AND REGULATIONS: `y` • /> 18.5.1 The Consultant shall, during the Term of this Agreement, b`e\'overned by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Project Documents. In accordant with Section.\119.071/(3) (b)(2), Florida Statutes, entitled "General exemptions frorn�inspeeting.or copying public records," all building plans, blueprints,,sche`rntic drawings, and diagrams, including draft, preliminary,and final formats, are exempt-from the provisions of Section 119.07(1), Florida Statutes,(inspection and copyinfof 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, mayfbe disclosed to another entity to perform its duties and responsibilities; to/a licensed architect, engineer, or Consultant who pe orming work on or-related to the Project; or upon a showing of good cause befbre.a court of competent jurisdiction. The entities or persons receiving such information-shall maintain the exempt status of the information. 18.5.2 1—,.„Inaddition to'the requirements in this subsection 18.5.2,the Consultant \�,, --::agrees to abide\by all applicable Federal, State, and City procedures, ��as maybe amended from time to time, by which the documents are handled;;copie \ d, 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 they7will not copy, duplicate, or distribute the documents unless _.`.,� ` •.'� authorized by the City Manager, in writing. 18.5.2.I The Consultant and its subconsultants agree in writing that the Project documents are to be,kept and maintained in a secure location. 18.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 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. 18.5.3 E-Verify 30 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify, the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not\employ,contryact with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement? yy \\ y 18.5.3.2 TERMINATION RIGHTS. ''ti`\\ . \ 18.5.3.2.1 If the City has'a`good`'falth\belief Jtpat Consultant has knowingly violated Section 448.09(1), FlorldaaStatutes, the City shall terminate this Agreement with Consultantfor cause, and the City shall thereafter have or owe kno further obligation'or liability to Consultant. 18.3.5.2.2 If�t\e City has`'a,goodfaith belief that a subconsultant has knowingly�vlolated\the foregoing Subsection 18.5.3.1 but the Consultant otherwise\•compliedwith such subsection, the City will promptly-notify the\Consultant-and order the Consultant to immediately terminatVh-e Agreement with the subconsultant. Consultant's failure to terminate a-su consultant shall be an event of default under this Agreemeritentitling-City to terminate the Consultant's contract for �- cause.use \; ti� � i 1, 18 5 3.2 3 A/Contract terminated under the foregoing Subsection �,, ,,\1,85.3.2:1 or 18.5.3.2.2 is not in breach of contract and may not be ., \considered as such. \: _ --•-• 18.53.2.4 The City or Consultant or a subconsultant may file an `-,,w .----=-, action with the Circuit or County Court to challenge a termination under �, the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 ti� 2 calendar days after the date on which the contract was terminated. t 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 31 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include\echnologicahimpossibility, inclement weather, or failure to secure any of the required'\permits%pu`rsuantto the Agreement. • `o\ 18.6.2 If the City or Consultant's performance of/its contractual oblig tions_is'prevented or delayed by an event believed by to be Force`Majeure, such party shaIlimmediately upon learning of the occurrence of the event or of the-cornmencement,of6ny such delay, but in no.case within fifteen (15) business days theereof-,\provide notice of (i) of the occurrence of event of Force Majeure, (ii) the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv)/of the anticipated period of the delay, and (v)of what course of action such party plans tatake in order'to mitigate the detrimental effects of the event.The timely delivery of the,notie of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in factt Force Maje re', and the burden of proof of the occurrence of a Force.Majeure eventshall-be on the r`equesting.party. _ , )/ 18.6.3 No party hereto shall beliable for its failure to carry out its obligations under the Agreement during a period when such-Party is rendered unable, in whole or in part, by Force Majeure::to carry out such obligations. The suspension of any of the obligations under this Agreement,due to a Force Majeure event shall be of no greater scope and no longer duration'than Jhe party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are ,only. partially affected by the Force Majeure event, and to correct or cure the event or ((condition excusing,,performance and otherwise to remedy its inability to perform to the `'extent its-inability to-perform is the direct result of the Force Majeure event with all reasonable-dispatch)/ 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of 'such occurrence, unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence,the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure 32 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of,this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 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.,] i/ 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the)performance of Consultant's Services, the Consultant shall prepare, without added compensation,`all necessary supplemental documents to correct errors, omissions, and/or ambiguitiesewfl\h may exist in the Contract Documents prepared by Consultant, including documents..\pcepared/by its subconsultants. Compliance with this subsection shall not/be construed to relieve th]Consultant from any liability resulting from any such errors; omissions and/or ambiguitiesNnrthe Contract Documents and other documents or Services related thereto:\ 18.8 ASSIGNMENT: The Consultant shall not a g;transfer orconvey tthis Agreement to any other person, firm, association or corporation 'in:whole or ir9part,without,the prior written consent of the City Commission, which consent, iven at allaall be at thp,Commission's sole option and discretion. However, the Consultant\if'will,be perm , shitted to cause portions of the Services to be performed by subconsultants, subject to the‘prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successorrs_, legal representative\s nd assigns to the other party of the Agreement and to the partners successors le gal representatives, and assigns of such party in respect to all covenants of this Agreeemt:.,The Consultant shall afford the City (through the City Commission) the opportunity to approve en o r reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach ofthis-Agreement byte Consultant. 18.9 PROVISION OFFF\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. 2r 18.10 INTENT OF AGREEMENT: 18.10.N heintent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the.Services.The Consultant shall perform,as,Basic Services, such incidental work which may not be specifically referenced, as necessary to complete • the Project. 18.10.2 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. 33 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 18.10.3 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. 18.10.4 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. \ \\ [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] \ . N//:.\\J.". \ / °//c\\.\\\\11,.'.\i„, i \ \ )‘ 'N.\\ '''\ \\\ -> „ 27' (f,c2._____---- \1/4,c.\, ' 1` 34 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 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 , 'p RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR. \, // Date 1. ! /7-----,, - n„ :\ ,,,iii // \ \\\.\/ t� \ U Attest �`` -.,, \. XXXXXX \tip • Signature/Secretary \\ 1 _l,---.y rr Signature/President Print Name i --).\\ \ Print Name_ —--� V\ Dater 35 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SCHEDULE A CONSULTANT SERVICE ORDER Service Order No. for services described herein TO: [Consultant] A~ PROJECT NAME: i� ^\ DATE: \ N; • Pursuant to the agreement between the City of Miami Beach and [Consultant], for,[Name of Project] RFQ-XXXXX, you are directed to provide the following services: \,'NY/ 1 \ \./ SCOPE OF SERVICES: `\ , z.7 \ ) Per attached proposal dated .. , to be-considered part of Agreement. ..\\� i' Estimated calendar days to complete this'ivvork:``. `\,;% ,} Days \ \, Original Service Order Amount: ''``,\ `NN �,—, $ Total From Previous Additional Service Orders'.2,. \ J $ ✓-., �- . i � Fee for this Service Order is Lump Sum/Not to Exceed amount $ of: =J Total Agreement to_Date: `.4y $ Dept. Director \\ ', f-�D`ate�=Y Assistant City7Manager �/ Date Consultant Date City Manager ,`N S Date 36 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SCHEDULE A-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* /$XXXXXXXX Bidding and Award Services f //$XXXXXXXX a \ =%�\ Construction Administration ** `�\$XXXXXXXX'1. l Reimbursable Allowance*** //1 $XXXXXXXX .,,•, :- \ )> Note*:These services will be paid lump sum/based-on percentage complete of each phase as identified in the individual tasks. ` ~1 f/} yar e /i .., �. Note**: Construction Administration will.be paid,on a monthly basis upon commencement of construction. \,\,, \, In the event that, through no fault of the'Consultant, Construction Administration services are required to be extended;whi h extension shall be/subject to prior City approval, and what shall beat the City'srsole.discretion \the Consultant agrees to extend said services for$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;RProject Administrator. Unused portions will not be paid to the Consultant. \,\ -y,. \ ,, ' tr ---, ‘,..\ , ,.._ ... ._:____.., ,, ,,,,..„ . \_,_-- -______;:______,,,, / , , ,.._, „. S,r 37 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SCHEDULE B CONSULTANT HOURLY RATE SCHEDULES 7 • .`>\\ /2 ,„../C '''\ '1\ /// y( /-'.\'\''\\ /:). :`- • " �;\ _ s.s\\-; �ti, mil., \c, ---"--,,,__ '/, (ic,. s' � — _...--- 11' I,' ), . c 38 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SCHEDULE C APPROVED SUBCONSULTANTS f "\/ 4 j \\, a } / :,� \. `\, i ✓ gam..` `6 I kr (r \\ v/ \\ \ \, -/ L \\ l \\ \\s??/ ti, -�\ \-`- \4 -_ems �,� 7 'l \:,..., r.>>--; VV I �_ ;fir _ J, 39 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH. APPENDIX C MIAMI BEACH Insurance Requirements 2022- 122-N D ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than$1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability(Errors&Omissions)Insurance appropriate to the Consultant's profession,with limit no less than$2,000,000. Additional Insured-City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers'Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, • hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation- Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation—Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers—Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668— ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH APPENDIX D MIAMI B EACH Standard Form 330 2022- 122-ND ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000-0157 Expiration Date: 2/29/2024 Paperwork Reduction Act Statement-This information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this collection is 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,including suggestions for reducing this burden,or any other aspects of this collection of information to: U.S.General Services Administration,Regulatory Secretariat Division(M1V1 CB),1800 F Street,NW,Washington,DC 20405. PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2.101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on Branch Office: A geographically distinct place of business or the basis of professional qualifications as required by 40 U.S.C. subsidiary office of a firm that has a key role on the team. chapter 11,Selection of Architects Engineers,and Part 36 of the Federal Acquisition Regulation(FAR). Discipline: Primary technical capabilities of key personnel, as The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined in FAR 36.102. demonstrated competence and professional qualifications according to specific criteria published in the announcement. Key Personnel: Individuals who will have major contract The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources,including performance evaluations,any additional data • requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the contract for which this form is being submitted, exactly as shown Part I presents the qualifications for a specific contract. in the public announcement or agency request. Part II presents the general qualifications of a firm or a specific 2. Public Notice Date. Enter the posted date of the agency's Part II a firm. Part II has two uses: notice on the Federal Business Opportunity website brancoffice of (FedBizOpps), other form of public announcement or agency request for this contract. 1. An A-E firm may submit Part II to the appropriate central, regional or local office of each Federal agency to be kept on file. 3. Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part II as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting for this contract. submission of Part I. Firms are encouraged to update Part II on file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact. 36. If a firm has branch offices,submit a separate Part II for each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. 2. Prepare a separate Part II for each firm that will be part of Provide information for a representative of the prime contractor the team proposed for a specific contract and submitted with Part or joint venture that the agency can contact for additional I. If a firm has branch offices,submit a separate Part II for each information. branch office that has a key role on the team. INDIVIDUAL AGENCY INSTRUCTIONS Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to a public announcement for a particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.7/2021) PAGE 1 OF INSTRUCTIONS Prescribed by GSA-FAR(48 CFR)53.236-2(b) DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Section C. Proposed Team. 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name,Address,and Role in This Contract. demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship,name,full mailing address, role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any of the projects presented in Section F for the project team involved in performance of this contract. List the prime if the person was not involved in any of those projects or the contractor or joint venture partners first. If a firm has branch person worked on other projects that were more relevant than offices,indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role on the team. The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used,and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete,leave Year Completed blank and indicate the "Subcontractors and Outside Associates and Consultants status in Brief Description and Specific Role(block(3)). (Architect-Engineer Services)"). Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Section D. Organizational Chart of Proposed Team. Select projects where multiple team members worked As an attachment after Section C,present an organizational together,if possible,that demonstrate the team's capability to chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete key personnel listed in Section E and the firm they are one Section F for each project. Present ten projects, unless associated with as listed in Section C. otherwise specified by the agency. Complete the following blocks for each project: Section E. Resumes of Key Personnel Proposed for this Contract. 20. Example Project Key Number. Start with"1"for the first project and number consecutively. Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. 12. Name. Self-explanatory. 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete, leave Year Completed 14. Years Experience. Total years of relevant experience (block 14a),and years of relevant experience with current firm, blank andIndicate the status in Brief Description of Project and Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). 23a. Project Owner. Project owner or user,such as a 15. Firm Name and Location. Name,city and state of the firm where the person currently.works,which must correspond government agency or installation,an institution,a corporation or private individual. with one of the firms(or branch office of a firm,if appropriate) listed in Section C. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant academic degree(s)received. Indicate the area(s)of contracted for the professional services,who is very familiar with the project and the firm's(or firms')performance. specialization for each degree. 17. Current Professional Registration. Provide information 23c. Point of Contact Telephone Number. Self-explanatory. • on current relevant professional registration(s)in a State or possession of the United States, Puerto Rico,or the District of 24. Brief Description of Project and Relevance to this Columbia according to FAR Part 36. Contract. Indicate scope,size,cost, principal elements and special features of the project. Discuss the relevance of the example project to this contract. Enter any other information 18. Other Professional Qualifications. Provide information requested by the agency for each example project. on any other professional qualifications relating to this contract, such as education,professional registration, publications, organizational memberships,certifications,training,awards,and foreign language capabilities. STANDARD FORM 330 (REV. 7/2021) PAGE 2 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were involved in the example project,and their roles. List in the F. same order as Section C. Section H. Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the following blocks(see example Sections A-G. below). Section I. Authorized Representative. 26.and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their 31.and 32. Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. • Signing attests that the information provided is current and 28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make person,place an"X"under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. 33. Name and Title. Self-explanatory. • SAMPLE ENTRIES FOR SECTION G (MATRIX) 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below first,before (From Section E, (From Section E, completing table. Place"X"under project key number for Block 12) Block 13) participation in same or similar role.) 1 2 3 4 5 6 7 8 9 , 10 X X Jane A. Smith Chief Architect Joseph B. Williams Chief Mechanical Engineer X X X X Tara C. Donovan Chief Electricial Engineer X X X 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 Federal Courthouse, Denver, CO . 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. Wilson Federal Building, 7 Founder's Museum, Newport, RI Baton Rouge, LA STANDARD FORM 330(REV. 7/2021) PAGE 3 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Part II-General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining contract, insert the agency's solicitation number and/or project employees under"Other Employees"in column b. Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function. announcement or agency request. If Part II is prepared for a firm(including all branch offices),enter the number of employees by disciplines in column c(1). If Part II 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average office,if appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or branch office for which this Part II is prepared. Enter the 4. Unique Entity Identifier. Insert the unique entity identifier experience categories which most accurately reflect the firm's issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in the same numerical order. After the listed experience categories,write in any unlisted a.Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor,partnership,corporation,joint venture,etc.). codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A announcement,and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the example, Engineering Services(part of NAICS 541330), capabilities and types of work performed by the firm. However, Architectural Services(NAICS 541310),Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The small business categories and project. the Internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part II is prepared. Enter the appropriate revenue index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional information. The representative must be empowered Federal Government,either as the prime contractor or to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign work,including Federally-assisted projects),and the total. 7. Name of Firm. Enter the name of the firm if Part II is prepared for a branch office. 12. Authorized Representative. An authorized representative of the firm or branch office must sign and date the 8a-8c. Former Firm Names. Indicate any other previous completed form. Signing attests that the information provided is names for the firm(or branch office)during the last six years. current and factual. Provide the name and title of the authorized Insert the year that this corporate name change was effective representative who signed the form. and the associated unique entity identifier. This information is used to review past performance on Federal contracts. STANDARD FORM 330 (REV. 7/2021) PAGE 4 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 List of Disciplines (Function Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor 03 Aerial Photographer 34 Hydrologist 04 Aeronautical Engineer 35 Industrial Engineer 05 Archeologist 36 Industrial Hygienist 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect 09 Cartographer 40 Materials Engineer 10 Chemical Engineer 41 Materials Handling Engineer 11 Chemist 42 Mechanical Engineer 12 Civil Engineer 43 Mining Engineer 13 Communications Engineer 44 Oceanographer 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Regional 17 Corrosion Engineer 48 Project Manager • 18 Cost Engineer/Estimator 49 Remote Sensing Specialist 19 Ecologist 50 Risk Assessor 20 • Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 Environmental Scientist 55 Soils Engineer 25 Fire Protection Engineer 56 Specifications Writer 26 Forensic Engineer 57 Structural Engineer 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer 30 Geologist 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer STANDARD FORM 330 (REV. 7/2021) PAGE 5 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 List of Experience Categories (Profile Codes) Code Description Code Description A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage; Farm Mechanization E04 Electronics A04 Air Pollution Control . E05 Elevators; Escalators; People-Movers A05 Airports;Navaids;Airport Lighting;Aircraft Fueling E06 Embassies and Chanceries A06 Airports;Terminals and Hangars; Freight Handling E07 Energy Conservation;New Energy Sources A07 Arctic Facilities. E08 Engineering Economics E09 Environmental Impact Studies, A08 Animal Facilities Assessments or Statements A09 Anti-Terrorism/Force Protection El 0 Environmental and Natural Resource Al 0 Asbestos Abatement Mapping All Auditoriums&Theaters Ell Environmental Planning Al2 Automation;Controls;Instrumentation E12 Environmental Remediation E13 Environmental Testing and Analysis B01 Barracks; Dormitories B02 Bridges F01 Fallout Shelters; Blast-Resistant Design F02 Field Houses;Gyms;Stadiums CO1 Cartography F03 Fire Protection CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders CO3 Charting:Nautical and Aeronautical F06 Forensicty&Engineeringortproducts Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities GO1 Garages;Vehicle Maintenance Facilities; C06 Churches;Chapels Parking Decks C07 Coastal Engineering G02 Gas Systems(Propane; Natural, Etc.) C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne C09 Cold Storage; Refrigeration and Fast Freeze G04 Geographic Information System Services: Cl0 Commercial Building (low rise);Shopping Centers Development,Analysis,and Data Collection • Cl 1 Community Facilities G05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV; Microwave Digitizing, Compilation,Attributing,Scribing, C13 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design C15 Construction Management H01 Harbors;Jetties; Piers,Ship Terminal C16 Construction Surveying Facilities C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic, Radioactive Waste Analysis;Parametric Costing; Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning • H05 Health Systems Planning D01 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings D02 Dams(Earth;Rock);Dikes;Levees H07 Highways;Streets;Airfield Paving;Parking Lots D03 Desalinization(Process&Facilities) H08 Historical Preservation D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels D06 Digital Orthophotography H11 Housing (Residential,Multi-Family; D07 Dining Halls; Clubs;Restaurants Apartments;Condominiums) D08 Dredging Studies and Design H12 Hydraulics&Pneumatics H13 Hydrographic Surveying STANDARD FORM 330 (REV. 7/2021) PAGE 6 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 List of Experience Categories (Profile Codes continued) Code Description Code Description 101 Industrial Buildings;Manufacturing Plants P09 Product,Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings 103 Industrial Waste Treatment P11 Postal Facilities 104 Intelligent Transportation Systems P12 Power Generation,Transmission, Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106 Irrigation;Drainage RO1 Radar;Sonar;Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings L01 Laboratories;Medical Research Facilities R03 Railroad;Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks,Marinas, Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries;Museums;Galleries R06 Rehabilitation(Buildings;Structures; Facilities) L05 Lighting(Interior;Display;Theater, Etc.) R07 Remote Sensing L06 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery; Recycling MO1 Mapping Location/Addressing Systems R10 Risk Analysis M02 Materials Handling Systems;Conveyors;Sorters R11 Rivers;Canals;Waterways; Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering SO1 Safety Engineering;Accident Studies;OSHA M05 Military Design Standards Studies M06 Mining&Mineralogy SO2 Security Systems; Intruder&Smoke Detection M07 Missile Facilities(Silos; Fuels;Transport) S03 Seismic Designs&Studies M08 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components S05 Soils&Geologic Studies; Foundations S06 Solar Energy Utilization NO1 Naval Architecture;Off-Shore Platforms S07 Solid Wastes; Incineration;Landfill NO2 Navigation Structures;Locks SO8 Special Environments;Clean Rooms, Etc. NO3 Nuclear Facilities;Nuclear Shielding S09 Structural Design;Special Structures 001 Office Buildings; Industrial Parks S10 Surveying;Platting; Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 Swimming Pools P01 Petroleum Exploration; Refining S13 Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) TO1 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering T04 Topographic Surveying and Mapping P06 Planning(Site, Installation,and Project) T05 Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways P08 Prisons&Correctional Facilities STANDARD FORM 330 (REV. 7/2021) PAGE 7 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 List of Experience Categories (Profile Codes continued) Code Description U01 Unexploded Ordnance Remediation UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) V01 Value Analysis;Life-Cycle Costing W01 Warehouses&Depots W02 Water Resources;Hydrology;Ground Water W03 Water Supply;Treatment and Distribution W04 Wind Tunnels; Research/Testing Facilities Design ZO1 Zoning;Land Use Studies STANDARD FORM 330(REV. 7/2021) PAGE 8 OF INSTRUCTIONS DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE 5. NAME OF FIRM 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) zCC uj 'Fmk 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a acoF a. ❑CHECK IF BRANCH OFFICE b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. • ❑CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV.7/2021) DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM 15. FIRM NAME AND LOCATION (City and State) 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm a. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm C. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e. STANDARD FORM 330 (REV. 7/2021)PAGE 2 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project) 21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. STANDARD FORM 330 (REV. 7/2021)PAGE 3 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place'X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 2 7 3 8 4 9 5 10 STANDARD FORM 330 (REV. 7/2021)PAGE 4 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330 (REV. 7/2021) PAGE 5 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1. SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER 6c. EMAIL ADDRESS 8a. FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.Number of Employees a.Profile c.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) • Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE STANDARD FORM 330 (REV. 7/2021)PAGE 6 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 DIVISION OF CORPORATIONS .org C'ro_rLPD rrfjM an fjfici!!!State re"A;id weitf/!i•' Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ARDURRA GROUP, INC. Filing Information Document Number 555540 FEI/EIN Number 59-1782900 Date Filed 12/19/1977 State FL Status ACTIVE • Last Event AMENDMENT Event Date Filed 02/06/2019 Event Effective Date NONE Principal Address 4921 MEMORIAL HWY,Ste 300 TAMPA, FL 33634-7520 Changed: 04/09/2021 Mailing Address 4921 MEMORIAL HWY,Ste 300 TAMPA, FL 33634-7520 Changed: 04/09/2021 Registered Agent Name&Address CT Corporation System 1200 South Pine Island Road Plantation, FL 33324 Name Changed: 01/31/2020 Address Changed: 01/31/2020 Officer/Director Detail Name&Address Title CFO,Treasurer Cahill, Catherine 4.g191 MFMf)RIAI HWY DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 IAMF'A, I-L 33b34-/52U Title VP Penna, Lisa 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Secretary, Director Lee, Christopher 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director, President, CEO Aguilar, ERNESTO 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP CHANG,ASHLEY 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP, Director CLOUTIER, RICHARD 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP Stouten,Jeffrey 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director Kuzler, Christopher 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title As V Ross, Michael 4921 MEMORIAL HWY TAMPA, FL 33634-7520 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 I itle As V Smith,Alexandra 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director Brindisi,Anthony 4921 Memorial Highway Tampa, FL 33634 Title Director Bishop, James 4921 Memorial Highway Tampa, FL 33634 Title Director Costello, Rob 4921 Memorial Highway Tampa, FL 33634 Title AS Vice President Galbavy,John D. 4921 MEMORIAL HWY, Ste 300 TAMPA, FL 33634-7520 Annual Reports Report Year Filed Date 2021 01/18/2021 2021 04/09/2021 2022 01/27/2022 Document Images 01/27/2022—ANNUAL REPORT View image in PDF format 04/09/2021--AMENDED ANNUAL REPORT View image in PDF format 01/18/2021—ANNUAL REPORT View image in PDF format 01/31/2020—ANNUAL REPORT View image in PDF format 05/08/2019—AMENDED ANNUAL REPORT View image in PDF format 02/07/2019--ANNUAL REPORT View image in PDF format 02/06/2019—Amendment View image in PDF format 01/31/2019--Amendment View image in PDF format 12/18/2018--Amendment and Name Change View image in PDF format 03/21/2018—AMENDED ANNUAL REPORT View image in PDF format n1/1p/7n'IR__ANNI IAI RFPr1RT Viaw'mania in pDF format DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 _ _ _ 04/28/2017—Merger View image in PDF format 04/28/2017—Amended and Restated View image in PDF format 01/16/2017—ANNUAL REPORT View image in PDF format 10/19/2016--AMENDED ANNUAL REPORT View image in PDF format 06/16/2016—AMENDED ANNUAL REPORT View image in PDF format 04/29/2016--Merger View image in PDF format 01/27/2016—ANNUAL REPORT View image in PDF format 07/06/2015—AMENDED ANNUAL REPORT View image in PDF format 03/02/2015—ANNUAL REPORT View image in PDF format 01/30/2014--ANNUAL REPORT View image in PDF format 02/07/2013—ANNUAL REPORT View image in PDF format 02/07/2012—ANNUAL REPORT View image in PDF format 01/07/2011--ANNUAL REPORT View image in PDF format 01/29/2010—ANNUAL REPORT View image in PDF format • 05/29/2009—ANNUAL REPORT View image in PDF format 01/20/2009—ANNUAL REPORT View image in PDF format 01/23/2008—ANNUAL REPORT View image in PDF format 02/28/2007—ANNUAL REPORT View image in PDF format 01/27/2006—ANNUAL REPORT View image in PDF format 01/18/2005--ANNUAL REPORT View image in PDF format 02/11/2004—ANNUAL REPORT View image in PDF format 01/31/2003—ANNUAL REPORT View image in PDF format 04/03/2002—ANNUAL REPORT View image in PDF format 02/14/2002--ANNUAL REPORT View image in PDF format 02/03/2001—ANNUAL REPORT View image in PDF format 01/22/2000—ANNUAL REPORT View image in PDF format 04/23/1999—ANNUAL REPORT View image in PDF format 02/18/1998—ANNUAL REPORT View image in PDF format • 09/16/1997—AMENDED AND RESTATED ARTICL View image in PDF format 02/03/1997—ANNUAL REPORT View image in PDF format 02/27/1996—ANNUAL REPORT View image in PDF format 03/24/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations BID SUBMITTAL QUESTIONNAIRE DocuSign Envelope ID:59D12E6F-65o7-4CF8-8638-7C23828F15A2 5 098F1 &DOCERTBFBC�aT9®�9 FORM ad lib 0 — This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: 2022-122-ND Engineering Services for Water&Wastewater Systems Projects BIDDER'S NAME:Anima Group,Inc. NO.OF YEARS IN BUSINESS:44 NO.OF YEARS IN BUSINESS LOCALLY:13 NO.OF EMPLOYEES:030 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:King Englnudn0 Assoclotoo.Inn. BIDDER PRIMARY ADDRESS(HEADQUARTERS):4921 Mamo4al Highway,St.300 CITY:Tampa _ STATE:FL ZIP CODE:33634 TELEPHONE NO.:013-000-8001 TOLL FREE NO.:N/A FAX NO.:N/A BIDDER LOCAL ADDRESS:0700 West Flaglar St.Ste 100 CRY:Miami STATE:FL ZIP CODE 33174 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT*.AOuatln Mariatar y.PE ACCOUT REP TELEPHONE NO.:700/50.4045 ACCOUNT REP TOLL FREE NO.:WA ACCOUNT REP EMAIL:uwdatarrylgardurra.com FEDERAL TAX IDENTIFICATION NO.:501701900 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b)to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)the bidder agrees if this bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director DocuSign Envelope IDe59D12E6Fo6507-4CF8-863B-7C23828F15A2__MDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e- procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt AEM Addendum 1 . Addendum 6 Addendum 11 AEM Addendum 2 Addendum 7 Addendum 12 AEM Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3-CONFLICT OF INTEREST All bidders 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. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the bidder entity or any of its affiliates. p YES p NO If yes,please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4-FIN'\,NCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to 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 bidder.The bidder shall request the SQR report from D&B at: https://su pplierportal.dnb.com/webapp/wcs/stores/servlet/Su ppl ierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder 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. At time of request, bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three (3)days of request. SECTION 5-MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the state of Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City of Miami Beach to Mississippi,nor shall any product or services it provides to the City be sourced from this state. • By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfi.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for-Services-Sources-from-North- Carolina-M ississi ppi=l.pdf DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SECTION 6-REFERENCES AND PAST PERFORMANCE Project No. 2022-122-ND Project Title Engineering Services for Water&Wastewater Systems Projects Bidder shall submit at least three(3)references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name:Miami Dade Water&Sewer Dept Contact Individual Name and Title:Juan Curie!,PE,CIP Project Manager Address:3701 SW 38th Avenue Miami,FL 33146 Telephone:305-310-0472 Contact's Email:juan.curiel@miamidade.gov Narrative on Scope of Services Provided: Modeling,design,and construction management of water&wastewater projects. Reference No.2 Firm Name: Miami Dade Water&Sewer Dept Contact Individual Name and Title:Edward M.Luis,Project Engineer Address:3701 SW 38th Ave.Miami,FL 33146 Telephone:786-552-8837 Contact's Email:Eduardo.Luis@miamidade.gov Narrative on Scope of Services Provided: Planning,modeling,design and construction management of water&wastewater projects. Reference No.3 Firm Name:City of Venice,FL Contact Individual Name and Title:Javier Vargas,Utilities Director Address:401 West Venice Ave.,Venice,FL 34285 Telephone:941-882-7309 Contact's Email:jvargas@venicefl.gov Narrative on Scope of Services Provided: Design,permitting&construction management of water and wastewater projects. Ai DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Firm Name:City of Miami Beach,FL Contact Individual Name and Title: Mariana Evora,PE,Asst Public Works Operations Manager Address:2300 Pine Tree Dr Miami Beach,FL 33140 Telephone:305-240-9932 Contact's Email:marianaevora@miamibeachfl.gov Narrative on Scope of Services Provided: Modeling,design,and construction management of water and wastewater projects. SECTION 7-STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/aty-haWprocurement/standard-terms-and-conditions/By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No. 2022-122-ND Project Title Engineering Services for Water&Wastewater Systems Projects SECTION 8-VENDOR CAMPAIGN CONTRIBUTIONS Bidders 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 https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE Bidders 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 bid submittal,in the event of such non- compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have 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. p YES p NO If yes,list name(first and last name)of individuals,occupation,amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 5 6 7 8 9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SECTION 9—SUSPENSION, DEBARMENT,OR CONTRACT CANCELLATION Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? 0 YES p NO If answer to above is"YES,"bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10-BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R.PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2�etlOI AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates(defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R. pt.3000,subpart C, in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director SECTION 12-SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? p YES p NO SECTION 13-LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? p YES p NO SECTION 14—CS,NE OF SILENCE Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoPmiamibeachfl.gov. Vendor attests that they have read,understand,and are in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code? p. YES p NO SECTION 15—CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-37879,the Bidder shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of request. The Code shall, at a minimum, require the Bidder, 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. Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu of submitting Code of Business Ethics, Vendor may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city_ hal l/procu rement/procu rement-related-ordinance-and-procedures/ Bidder adopts the City of Miami Beach Code of Business Ethics? 19 YES 0 NO Bi�DocuSign Envelope ID_59D12E6F_607-4CF8-86313-7C23828F15A2 -f request by the City? YES Q NO SECTION 16—DRUG FREE WORKPLACE CERTIFICATION The Drug Free Workplace Certification is available at: atps://www.mia m ibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE-CERTI FICATION.pdf By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and standards consistent with the City's Drug Free Workplace Certification. SECTION 17—LOBBYIST REGISTRATION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws. Bidders 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. By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration Requirements. SECTION 18—NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 19—FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. SECTION 20—PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 21—VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011-3748, https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder 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 and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation,and such bids 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. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES p NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? p YES p NO - , . ' •1w kite'C'504;.,,,,Olitt" DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1 t , — ,,iimismolommimiommimmmimmmimmimimiiiimmilimi. NIIA/V11 BEACH „...,_ ,i ,•, ,,,. _.,,_• --... , . . . _ _ ,.. •,4 ,,,....._,,, • r-L.-.....-44-4- -' --,;:r.-- --3,----11..,;;;:ax-.,-.....,„:,-.. aly . .,C, ,--,,,,---- .'-i-,•••"-i-T-_,,,-,cAli•-s-•-il,Er: _.---,Er.:4,, oi , : , ..„--- '''' .. , -,..Migg11.7,-"-',e-9, '<II ktili -___ -3/1....„-,--rr.tigi IfrP4- .• .s-- • f , r 4 7-,--1..,........ .. ..--• I.; : ,„„.. Jim A., .",,,,,';;..... .d -...--,,,„,, .:.--'t.. -- . ''. - ' If;0 f.'-'-•••,•••iii -' V.........Nt r ----rr- -- -1--; v __dr.,.e, r....-- ••'—;IP. - ,-,-, ,.,_,,..!•• -...;.----- z •-•.,..- .8, . :“.1.-t- •••• - ,,..,•,-,/ .......... - -4 -', -.4 p •.... •---=‘,, ,e.,'' TV=: .c.r "..,-.' , : '1 '. ' •V .,,.... *-": .144 T 1--' """ro;):'."*.:17,,1.... ......,. :;:.-,.. --, --, ....›......f._,,-4- - 1:... c4-,:.,/.... .7 :::44 :1. - •...-.`, •••••,, ,.._ .•/,....isso-----,,, ia l•".1.=.--Fiji, ;2:--117".'",-, "• *:,' -r," -,,,,04-4•- -4•14frrirek-#'6" - . - --•-•,-.4.1 __, ,..,li maim , t-r- n-1...,„--47.--.1.,•,:, /, 'L- /alio li "T'-.7.-. -'gig:1-r:cr T '' '''.01".... 7;.,I"..'". .,''K.'' '.......- .." r;'MID •/ '. ' -.T.1;1 -0-. 11 ' 6- ki.''''.critl!''' .:- ."!' ''. -L -. 0-.‹ ''T''It• Eirt '.7 ..,- _.,., ,,,,...1..,,,,---s,:. ,,, ,,.,:t;/ ‘,,,S!:;:44 _- -, .....% „Lax,,. : :So_7_-• : ,-;360.- . , .:4741 ir,3-...4-,,H ii 574'-''' . •,,,. i -----1--e---6'.----Fea.Oil IE.°- - , 14; .- 4 , f •:,,i,k-il It iturl'il.r- _.....•- -.','-'1 r, , 4_ ,...,- ,..„-- ... ,, ... _ ..:.,, ..„ ....„ ...... ___.....,,,,,„,• ....,:,,,E,,,,,...,,,„........_,.., . .....--,, _....• ,._,,, -- „M1/4.1 P. ,-, .rti • •eif,t:If...61:•Er..;t4:„.LIA-00,14...,i'e.>•'.:"' :-8, '• iro - ‘ ... m--4, -1' ' --b,--Z--, 4:-2.--•:01,':.,aa.l. - - .. • ,r-/-1,0 ---itte,a7F:1.::.0';;Ir',-_'-;t;--_,4-,.'f-• -,!---..A.,,, - t..- .',k,, ''.... •' :.1'" ..:-•,------"'„„tl:V.:0:1,r,':A:•;•••:.,11.1t,•"" ,., ,- ...< ....- . •.:10 . .1, ,-.?•:t ..,:ii.v",,,:;,‘=•-•,- -•- " .-- - ..:,: -•:...) - ._ *L. `N : , will •••.••,- ....1'` "--71.= i''_-/ ,,.. ;- I •.:'';•11T:1 ^,....V-&-1-.•%:;,;1:• -?::•4° -- „,,,:,- ••‘,...• ,t.....-• e ,...-0,80.• .ir .... - -r • 1 -.• 0-• wO,„, 4,,.. ----To./ ,,.., .•P.,....- ,10 \:•j - '''..'''' ' t t"' 0 ••• PUr"W`;:".60, -.1--7 60%.ktr.4' • . ., ... ff6401 - -r-,,i/-....,,-,-,r., -,. _ :r.u. •••..P.I.. - *,•,./ ,....,., 4..• ..., ---r,atl........C':6 :'-‘".4- 7_,' il• "..1.,:..- ..s..1 '''•• .66• 6466,-..Z• -, •-•••_„.......;,./'" •ii. • .• ''. O.;"---7. ve*„.*..,'6..." - - , 6'6 ). El• . ,....„„ •••. ,,, ., •, . , --..• .0...,Is-,:r i :•,.i ,'_ 9E14,- ‘ -,. - '4' ' - !-,^4-7-4-sr-t,„ :::...: :::'ofr%='',At'''',: ,• ,."-'...e- ,.1.2°,,{ ;; ,-' ' ,•-re•td .• • t/' I laitIF' 11 EPj-0,/.:=,•,.' .. 'WWII ,,, -; aired I- ,A14`..-.:-, --•--..:!-44 i-:-.;;.r.;•••...) .. •:-`-.1., 44:11:: It J..11.-. ....grit".•1101-1..-1,,,,;.'--' t,'• ' • _ 4^.1: 09 •-...I'll '1111111 la no"' - *F. '''../` :,-: 7r 7 I- ' '-..2 ::: -., 'V3':7-t -47,-,,_•.:. . t . ' .--.-• `R q ... A 0: .4%e N, .2.--,,, .,,,,,,‘"' "1,-`,„ ,....-- . , r.,•,:,, 4. 44, 4.....„1,,,,,14,1.it., ' -,-, „_.,,,*••• ot.....;'Vil . 1 •• , , - r'' c';',,cii41:1.4,i,',1•-4,-.t y le,, '\ '' „" 1.--7; , '4"' `#. t ,..4 .`"`"- I''' - ' -:-f: 16 't ITi=f-le,57.-1:0; -P - gE::::41 ;.. - : '.,/- .:1 t •,,,, ici .•• ill i .,,:L': •••-, -_,..:•_ . • . . • ,.== ,,,,,,.....a..„, ••_.- _ ..,_ .„.1, , , IV Pi PI a 4, 0 A 4':.' '.. : • •- • .-*' rill 1•10,-FL" '•---r-----r---------7-: :.11-: x, 1 _ j bis .ii • 1". 1-.Q: '4---v,...2,--' ,. . - t...- . • ,---I ,L., :, ifer-_,$ . ;.,.. 7......„. 7::: _ . .._ 4 IIli ,. , . .,-, i 1.1.—.• 1, I ...,.• 1, '1... . ... -.....- %... . r•-,k --- - . -- 4.t --- , .....- .... - . , .... .., , . go ' TAB 1 Cover Letter & Table of Contents ARDURRA DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 March 22,2022 /\\/ City of Miami Beach Electronic Submission ARDURRA \RDURRA RE: Bid 2o22-122-ND/Engineering Services for Water&Wastewater Systems Projects To the Evaluation Committee: Incorporated in 1915,Miami Beach is famous for its spectacular beaches,culture, proposer ' art,cuisine,shopping and entertainment. It is no wonder Miami Beach draws ARDURRA GROUP,INC. °D U°° visitors from every corner of the globe. In addition to being one of the most famous and desirable resort destinations in the world,the City of Miami Beach is a Proposer Prima NContact leader in providing innovative approaches to utility services and mitigating the 8700 WEST FLAGLER STREET,STE 180 effects of time and the environment. MIAMI,FL 33174 786.656.4045 Ardurra Group,Inc.,stands proud to have worked in partnership with the City in AMARISTANY@ARDURRA.COM improving its utility infrastructure. It is with great excitement that we present our credentials to the City of Miami Beach for the subject solicitation.There are numerous attributes which uniquely qualify our firm for this assignment; but chief among them,is the great relationship of trust and respect,which already exists between our respective team members and the City of Miami Beach.With this proposal,we intend to demonstrate how Ardurra has earned such a privileged standing,which is an asset we never take for granted. Full-Service Water/Wastewater Firm MIAMIBEACH Ardurra is a Top Soo ENR-ranked engineering firm offering exceptional client CITY OFIMIAMI WITH r service and experience in providing water,wastewater,and reclaimed water lli master planning and engineering services for governments and agencies 500 ` throughout the state of Florida and nationwide.Ardurra Group,Inc.is a Florida PMILES OF IPELINE 11CI0 gCP-170' LE' Corporation licensed by the state of Florida to perform Engineering and Surveying (FL licenses nos.2610 and LB261o,respectively). Q• Ardurra is recognized by many of our clients for our extensive expertise in water 35 YEARS 6 '' and wastewater utility services. Our Team has planned and designed over 500 WATER/SEWER LOCAL RESPONSE EXPERIENCE IN TEAM miles of water and wastewater utility pipelines and pump stations for SOUTH FLORIDA municipal utilities throughout Miami-Dade County and the state of Florida for ;fY-,„ (AM gfint over 44 years. We have 3o+similar continuing utilities engineering contracts throughout the state of Florida under which we have been entrusted over the years SERVING 30+ t A to deliver i000+water and wastewater capital improvement assignments. UTILITIES CONTINUING CONTRACTS Imp The Ardurra Team will be supported by several local and SBE subconsultants who have worked in partnership with Ardurra delivering similar projects for Miami Beach and Miami-Dade Water and Sewer Department,and they are as follows: SUBCONSULTANTS 000 • Public Involvement—Media Relations Group,LLC bEastern ■ Structural Engineering—Eastern Engineering, Inc.,local SBE Engineering Group r.= • Geotechnical Investigations—Geosol,Inc.,local SBE LC1 ■ Electrical Engineering—Louis Aguirre&Associates,Inc.,local SBE corrpro° ■ Corrosion Control and Protection—Corrpro Companies,Inc. 8700 West Flagler Street,Ste 180 I Miami,FL 33174 1786-656-4045 I www.ardurra.com DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Page 2 /� City of Miami Beach Bid 2022-122-ND ARDURRA Local Team, Local Office,Local Residents %�_____array Ardurra's services will be administered from our Miami office located at 870o West • CITY OF MIAMI BEACH Flagler Street,Ste,3.8o,Miami,FL.Our team members work full time from our local offices and live in the neighboring communities. We are committed to the � ` success of your projects. Our proximity enables us to react quickly and to act as ARDURRA PPPF' 'dam an extension of your staff. MIAMI OFFICE f(Since 2008) 8700 W.Hagler 5t.,Ste.180 , Mani,FL 33174 Positive Performance in Partnership with Miami Beach I WM Ardurra has provided similar services to Miami Beach for the past 5 years using the same subconsultants proposed for this solicitation. Our team has demonstrated �.a ms , r � . � , I - its commitment and stewardship to successfully complete numerous ,,'• ,c--' ' x �'-- assignments in partnership with the City. i` . --' ' r,� (,717 �' I-=-I 1 i I -- Extensive Resources and Expertise ii Ardurra has over 3oo Florida staff and over Boo staff nationally,the majority of which specialize in providing water and wastewater services. Our senior staff u �r. . _ ,, Li: •includes certified water and wastewater treatment facility operators thatLL _ brings the operations perspective to every project. City of Miami Beach Fire Flow Projects, Local Leaders Delivering Assignments Similar in Scope,Size,and Complexity WTM Improvements,Master Planning, The Ardurra services will be led by Agustin Maristany,PE,who has evaluated existing utility infrastructure for deficiencies,and has provided recommendations for r ir, : ,loix 7, project implementation and planning strategies,design,and construction services for 1• - ,W '#' south Florida utilities for over 35 years. Agustin understands the dynamics of l , - ' working for the City,and will be supported by Ricardo Maristany,PE,Alessandra = - - Monetti,PE,Jose A Rodriguez PE,Loc Truong,PE,and Chris Kuzler,PE,among . ,.--�;IJ• 4 -s..� --^ many others. — 5 w Ourteam's experience and expertise are a perfect fit to support the City's 4 4 r implementation of its capital improvements,having performed similar services for _ the City of Miami Beach and Miami-Dade Water and Sewer Department in the recent MDWASD Central East Water past. Our team knows the local environment,conditions,design standards, Transmission Main permitting agencies,and construction methods. 4 ;t � `ab ExpertiseinResiliencyandInfrastructureHardening } " .r r+ . ,,,i-3 ,, m :,....,,-.H,, Our team has witnessed first-hand the destruction caused by natural z 1 a`��t,' t ' : disasters and have extensive expertise.in evaluating the susceptibility of .'Lt ,, , r - 1; ``' •>*.w, •:�-� : >; infrastructure to natural disasters. We have worked closely with many `.' ': i % ` ' 'Pli , coastal clients in the planning,design,and construction of ''° �i--C,,' ' '"4. ' rehabilitation projects to harden and protect the infrastructure P J e y . I against natural disasters as well as sea level rise. We have supported ,�,,.,�; �,>....� �:-�_.,:, . ±:. .ti j many clients in obtaining Federal grants following natural disasters MDWASD PSIP Program Improvements and know how to manage those grants to maximize their reimbursements. We know you have a choice and are confident that you will once again rely on our commitment to you to lead us into a successful journey together. Please reference the"Project Matrix Demonstrating Team Experience in All Areas of Expertise"for a complete summary of our proposal. It is located after the table contents. Should you have any questions or comments,please do not hesitate to reach out to us for answers.We are ready to go to work! Very truly yours, Christopher "2/i--/-1/0 K ler,PE Agustin Maristany,PE Director Project Manager 8700 West Flagler Street,Ste 180 I Miami,FL 1786-656-4045 I www.ardurra.com DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 i i TABLE OF CONTENTS E ,,,. .. _ .„ :.,.1.„:„._ k1 /� .- r- w�arr- _ ..._- E .. =dv ns ,.' .' r.� - - lt. • • - ill =:i-fr... . Y Iw _ = .ram =1.0r" �' , r *-2 r 1. ✓ ✓ tt 1 N _ " v.,'Ara ,i,. .. r :`!f N. ii Y I V. 9 f1101-1. . ,. f 'it I' .tt' ■+rid �p u 11,7. 4 6 7'J/ •. 1 111I,+ ass / // ~'J r.' / at. _,.• :. `.. Section Page No. TAB 1 COVER LETTER&TABLE OF CONTENTS Cover Letter 1 Table of Contents 3 Project Matrix 4 TAB 2 EXPERIENCE&QUALIFICATIONS OF THE FIRM AND TEAM 2.1 Qualifications of the Proposing Firm SF 33o Section F Project Experience 8 SF 33o Section G Key Personnel Participation in Example Projects 70 The projects submitted in this section represent the experience of the proposing firm,Ardurra, and of the Ardurra team members. They have been purposely combined in Section 2.1 to reduce duplication of projects in Section 2.2. 2.2 Qualifications of the Proposing Team SF 33o Part 1 A-D 77 Organization Chart 79 SF 33o Section E Resumes for Ardurra Key Team Members and Subconsultants 8o 2 2.1 Project Experience SF 33o Section F Project Experience of the Subconsultants 118 (Project Experience for the Ardurra Team Members is presented in 2.1.) SF 33o Section G Key Personnel Participation in Example Projects 134 SF 33o Section H and I 136 Professional Licenses 154 SF 33o Part 2 161 TAB 3 APPROACH AND METHODOLOGY 1 74 TO ASSIST IN REVIEWING, BOOKMARKS HAVE BEEN SET IN THE PDF. CLICK ON THE W SYMBOL Bid 2022-122-ND DocuSign Envelope ID:58D12E6F-65074CF8-863B-7C23828F15A2 \/. Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA The following table lists all projects we have presented in this submittal as evidence of our tear'r and firm experience in each requested area(s)of expertise.A page number for each project location has been provided in the left column. PROJECT AREAS OF EXPERTISE AND THE TEAM MEMBERS WHO WORKED ON THEM TEAM MEMBERS WHO WERE DIRECTLY INVOLVED IN THE PROJECT PROJECT AREA(S)OF EXPERTISE A R c E 1 , 1 ! F 0 o I ,� 2 a ,Ar _$E E PROJECT NAME ' , o 3 q — x C w Y w w a' w a �n an d mf L t P T o- ° dr ° ovY. y ° o y - E wF a E w c -Ia! t w au44 .Q o- aI@a ° g . = mE . RP Y wa , o o I' y ac' m . c y. $ d8a eii m •e V w -F oN a a..., m f v A � cIat. E A mmc a H H ud t c, 3o _ 2 .1 c 2 T A t o T, m v vm ' f E d' m. ,C of c - o p ' 5 O ,_ 3 o `d c+ e1 m c 3 o d y t ' o 3 0, cl E < YoI % > I - f a m o o f J % Opma wo J 3m J 7 c wd o > v EE 1-i p' Im ,n < °° , .cI- E F- el c 4- w 1m Z . .o Y , f I ce a - <, v ' o7 SI f ¢ f ,! at x• m ¢ v 2 $ n ai < Pc 03 o A B C DEFGH 31 A MDWASD Pump Station Improvement Program, ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ _ ■ • • • • • • ■ udez Park cled A Tran smission ssion Main andy StormwaterStaion# Improvements,Sarasota • • • • ' I ■ • • • • • • •- A Pump 3 County,FL ■ • ■ • ■ a- .I r ■ i ■ • • • • A North Booster Pump Station,Pinellas County,FL ■ • I • A Wet Weather Force Main and Monitoring Systems,Largo,FL ■ t I ■ ■ • •. • ■ i A Logan Booster Pump Station,Pinellas Co,FL ■ ■ I : I ■ • —{ MDWASD Miami Springs Sanitary Sewer Evaluation Survey Design,Miami-Dade ! • I ■ Lauderdale-by-the-Sea Wastewater Capital Improvement Plan, • • I ' I , l I i • • 1 •■ Sanitary Sewer Evaluation Survey-end Cycle Report Permit Renewals ! I j • • • Bnch(MiscellaneousWater Properties) Interconnect in Downtown -" -I— - - _.__.-__.— —+ ----- - I - }__.._-_--.._ ■ ■ • _� C 4Miami,' ■ ■ ■ . •I I ■ • C MDWASD Pump Station Improvement Program-Force Mains, - ■ ■ ■ • ■ ■ • ■ • • • C Redundant Force Main from PS i6 to South Cross Bayou WRF,Pinellas County,FL ■ ■ i I C Design Services for MDWASD Force Main 65 Phase 2,-.' • ■ ■ ■ - • 1! et • C MDWASD Small Water Main Condition Assessment, - ■ a I • Design and Limited EngineeringConstruction Services for Fire Flow Pro i C Package i(Projects W 4,W-zects W-26), ) --�■, ■ ■ • ■ ■ . ■ ■ • tl Design and Limited Engineering Construction Services for Fire Flow Projects P I 1 1, j C Package z(Projects W-3.6,W-27,W-n9,VJ-zt,W-23,W-24,W-25,W-28), • • ■ ■ ■ ■ 1 1 • ■ • 1 = + — ■ C Design and Limited Engineering Construction Services for Fire Flow Project 34 and —-r-1- I • • Collins Ave Water Mains(72nd St to 6gth St,and 68th St to 65th) ■ _ _ ■_ _— c Water Master Plan Project Wyz-Fire Hydrant Density Evaluation,Miami Beach,FL c ■ ■ ■ i ■ ■I �I 3 - Design !. C Subaqueous Water Mains under Dade Canal at 22nd St and z rd St, .i Beach, ■ ■ ■ ■ ■ ■ 1 - 1_____ ----------- Design and Limited Engineering Construction Services for the replacement I, , Bid 2022-222-ND __-- 4• DocuSign Envelope ID:59D12E6F.6507-4CF8-863B-7C23828F15A2 /\ v Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT ARFrti OF EYF'Ekl ISF AND THE TE:+M MEMBEP`:4'HO',VCRh ED ON THEM TEAM MEMBERS WHO WERE DIRECTLY INVOLVED IN THE PROJECT 1 PROJECT AREA(S)OF EXPERTISE A R R I c E A P l ' • `o,'il I I C _ cl 0F m t 1 E E PROJECT NAME al ; . o = m 0 0 X C s a a aI o. w i •• a c u ml « m w a l P T 3 >. w >s Z: n w I a. w w v v' c o :S E - LL a, a, F w y I a, E 1 N I w c, 2! T al i w a a g v 2 a i aI c 0 c o .I c c A c EI 3 - . _ R P 1 .r Y if a .r- f l c w 6 i �' a- " c N c c y, a, o a' '-o 3i °`w, "e o d : 2 el I o: v m : % ro a� rn, 4i t to - u1 °D m O f 0. p O o i >2' m. r` m ii �0! 2 , E v 10 in ol1 aI NI 0, u 3 3 u , crily c .0 - i , T A I t. o c1 ,,, v 2 v m 3 I i' c 5 c c' �1 cl cW a or m 3 c °' A y o o 2 v _ I ( ? c o _ 301 p. c m Q � U• o'�� m� O •� " O f � t o i l') ��. Q �o c' _ o m 3 � l7 H - � a � r- o c' 1 01 m < Y �'. J', . E ?; o m t o z: � ° N Y 3_`^ c " -'' c _, 5 E rn z o v v' = m. i `v a m c d d pl m ii w E # Q V �i :x ¢ ¢ f' $ m Y m a $ a a ¢ a'. O 0 A B C D E F G H ,n = Design and Limited Engineering Construction Services for the replacement of the i I C 27 water transmission main and upgrade of the water distribution mains along 41st • • I • ■ Street,and Fire Flow Project 9, •I -•}- C z8 Pinellas County Force Main Assessment Program,Pinellas County,FL ■ • r I i i - i • C 29 Hillsborough County River Oaks Diversion Design-Build,Hillsborough County,FL ■ -}- 1__I ■ • ■ 4 •I --j___ • •• •I I I • Peace River Manasota Regional Water Supply Authority,Loop Phase 38 ■ ■'t C 3. 48"PCCP ReplacementoMain land Force Replacements,Gwiits Dunedin,FL ■ !"-" ....____ ■I._-}_.__f-.�_. ' —� . - -�- f • • • ' Sarasota Co,FL C 3z 9 Highway Grayson, _ • C 3, Dunedin Causeway Waterp ■ • _ I I C FDOT Gateway Express Utility Relocations,Pinellas County,FL ■ ■ I + • • I 33 { C 34 US 301 Force Main,Hillsborough County,FL a■ + ■ ■ ■ 1 C 35 Gulf Blvd-FDOT Utility Relocations,Pinellas County,FL T T I 1 i i i : • C 36 MDWASD's Small Water Main Replacement, - - ■ ■ ■ l ■ i C 37 Design Criteria Package for North Palm River Water Expansion,Hillsborough Co.,FL ■ t 1 ■ 1 I '� 1 C 38 Safety Harbor Water and Sewer Main Replacement,Safety Harbor,FL • • • C 39 City of Sarasota Water Main Replacements-CMAR,Sarasota,FL ■ ■ I i ■ { { T T^ - ■ ■ C 40 City of Venice Water Main Replacement Program,Phases a,3,5,6,7,&8,Venice,FL • .I • , I I I • • • D p, InterceptorSystemImprovements, .. r i ... • • DY P 9 --- _.j---. - t.........---t---�-.�.----- • - -..-- -- PER for Pinellas Park Collection Pinellas Co.,FL • ■ .,z City of Clearwater Septic to Sewer Program,Clearwater,FL ■ • ■ North Bayshore Drive and Church Street Sewer and Force Main Replacements, Y D y, ■ ■ i ! I ■ ■ ■ Safety Harbor,FL _- j 'l , D 44 Seabreeze Drive Sewer Expansion,Tarpon Springs,FL ■ •■ I ■ ■ E 45 48-inch Water Main Interconnect in Downtown Miami, . ■ ■ .� ---I__.- _-__ __.__._ ■ .� ...�__...._._ __ _ - —..� �_.__—__..._____ .�_ • • • •.� ttt _.._. ..__-i- -�_._.f-. -f--- - -• E 6 Peace River Manasota Regional Water Supply AuthorityIntegrated LoopPhase 1, • • • • • 4 Charlotte Co,FL 9 PP Y 9 I y E 47 Clearwater Memorial Causeway Subaqueous Pipelines,Clearwater,FL • ■ �_ I • • I • E y8 Design Services for MDWASD Installation of 12"/i6"FM along NE i83rd St&Island • • • ■ • i I • • • Cityd of VeniceT_ t —_. E 49 Intracoastal Waterway Force Main,Venice,FL • • i 1 f I - ■ ■ ■ E so Ulmerton Road Utility Relocations-7 projects,Largo,FL •L 1 • i •■ , ■ ■ Bid 2022-122-ND -S- DocuSign Envelope ID:59012E6F-6507-4CF8-863B-7C23828F15A2 U Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT;ARE,,, CFE>"P ER1-U :.NIL)THE TEAM MEMBER,',';HO�!V RI EU C,4JT H EM TEAM MEMBERS WHO WERE DIRECTLY INVOLVED IN THE PROJECT PROJECT AREA(S)OF EXPERTISE A c O R I i ! i Q WO c P O j i fa c f E E PROJECT NAME i w j ; 2 . m 3 A x C aa a a. O. w a E` a o m V, " f `r3 rn P T 3 r y '.. e t a 0 ,U a a I w c 3 w o w 2 E c u- c E A ~ E cc c E Vo IN w a Y o o L ri j a e . c c al y S °' 2 T f 1 L 18 O 2S I .` Y a V ,i U .7: L A q C le c a.! ,p 1, . Y Yn m W �I 0 G > L 0 R P 1 m t c' Z. m '0 v v .ay E, E,. A E r f o' 1 c) o " .1] O '•' 3 o E" m w v ° * e d _ T A 2 a. j 3 0 -0 El Q 2 m /I 3i > E LL o f of 51 C. J. oV c 1O o,, o w m `E o > 1 G I 'C, o a N' < < Y a OL E i, •o 2% mI o1 O re tg .g < > 3 u1 E w w 3 fi o w E E all ? E E a, v _, 6t -a f ¢ E' 1 m Y m a m m ce c it o_• o Y m v s o o - — u — o w w 3,, v a = a a ¢ O o A B C D E F G H rn T C Sz South Cougnty In-Line Potable Booster Pump Station Progressive Design-Build, ■ I I I ■ --1 Hil h Co,FL j Gwinnettl County Central Service Zone Water System Model and Analysis,GA ■ • I't ■+ + • + } • • • ■ r '2 Citrus Co.Suncoast PkwyRegional Waters stem Model&Anal Analysis,Citrus Co.,FL •® ■ I _ 1 _ • -� • cy MDWASD InfoWorks Water and Wastewater Model Development, ■ �� I _ +___-_�-__ • - Y__i__-i __ ■ ■ ■ ■ ■ ■ • ._ ■ F Northwest Florida Water Management District Coastal Water Systems Interconnects • • 1i-- • _ 56t.__i__4._.___--_. — + T_.—. • 5 Peace River Manasota g Water Supply Auth Integrated LoopPh i&3B, "i I -1" }- -Y I .. • ■ � 6 Universityof Florida Campus Wide Potable Water Master Plan,Gainesville,FL ■ • 57 Sarasota Co.,FL i ombined ties, SE Study an and Report, 1 ' , i S EasIWA D InfoWorkshWater and Wastewaterl Model Development,South Carolinalina (FL t t • I t • ■ F RegionalPP Y 9 ■ y IIII G 59 -r • Infoworks Wastewater Modelin Miami-Dade County,FL ■ ■� -} • � J I i-- MISI i -4 G 62 Gwinnett County Sewer Master Plan,201.7-2050,Gwinnett County,GA • ■ : IiMIU • • G 62 Wastewater System Data Analysis&System Assessment,Forsyth County,GA �— I . • ', • H 63 Public Outreach for MDWASD's Consumer Line Relocation Program-Phase 2A, ■ • • ■ ■ ■ i I i ■ . • ■ H 6y MDWASD Small Water Main&Water Service Conversions Ph z&2, • • ■ r I ■■■ H 65 Eastgate Utilities Relocation Phase 2,City of Venice,FL ■ • • *R oG East Richland Public Service District South Carolina Flood Recovery Program : ■ *R 67 Coastal Structures Resiliency Feasibility Study,•- adeCounty,FL • ■ i i ■_■■■m • *R 63 Risk and Resilience Assessment,and Emergency Response Plan,1,14,th Miami,FL • ■ • ■ I ■ IIII=■■rljillIl H *R 6. Resiliency Action Plan,City of Oldsmar,FL ■ ■ � •- *Resiliency/Sea Level Rue Bid 2022-2.22-ND DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23826F15A2 U Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT AREAS OF EXPERTISE AND THE TEAM MEMBERS WHO WORM E l)ON THEM - v r »'"'`- _ OLVED IN THE PROJECT PROJECT AREA(S)OF EXPERTISE A I R I 1 ! =1 E ! ,c,� A P 5 R li 1 c 1 O q 1 o �I F 1 N C f E PROJECT NAME , , n °' o g ` ` a, , w w w wa I w a ,n c ,o V On 31 g r u 2 o a a P T e 4- o_ v, a li w a i 1 a "' v w o w v° `. E �- ,° a,! 3 m 27, • o+ E A _, a y w a g i c a c o °. _ c . E 1 a, m w a r O O L y! a! alb a. C C 2 C C all, 1' L a! O V_ _� q m. N L 4 N R P .r Y a !^ �,• v of y: '� m m .0 m a, v, u ti �, m a,i as g � L- r m o O T A f z g. c f `' 2 0 -2 45 c1 C" A ,o u f c Z a °' o -' ': 3! 2 " E m E A y w .2 w• = I G 5- O F Di V AI N N a Y .I JI LO !- E F- a! O N m O pli N O▪ a j ? X C LL J 3 J l.7 1- C C a ry T t E SubconsultantProjects a ° ° & <1:i i f < f ,i m1 Y co -aAl 3 ce $ a a < . O 3 O A B C D E F G H v, I x' n umi. A 11B Pump Stationp Keys Gatepa-Mono,Ft 111111111.11111111.11111111.111111r.111 � _ _ -__. 1__�1� • ■ -_-_A y Westwew Pump Station Opa-locks,FL • 2A 122 Grand WASD ay Pump morons, d. • "- ■ A zn WASD Pump Station Improvements for Pump Station No.o26,Miami,Florida _ ■ ■ • �� • • • .,_._• I A 122 WASD Pump Station Improvements for Pump Station No.502,Miami,Florida 1 ■II ■ • • • • • ._ --1 A 2z3 WASD Pump Station Improvements for Pump Station No.log,Miami,Florida • •I• • ■111■ ' •- • • • C 124 54-inch Sanitary Sewer Force Main,Miami Beach to CDWWTP,Miarni Dade Cu FL } r I ■1M11111111111111•11111111111111111111111101111 : • ! • , C zz5 Geotechnical Engineering for Fire Flow Projects Package z(Projects W-14,W z5 W- 4• ! • • • • • .. .. • I • .� ..� C zz6 Geotechnical Consultant,City of Miami Beach Watermain Replacement along 4zst from Alton Road to oastal Bridge, • N............. • C 227 Retrofit Design-Cathodic Protection,, • • C 128 Philadelphia Water CP Services,Philadelphia,PA INK— ._.._ 11=�11U11: 111111 � : •• - C ug A Morton Thomas Associates Inc,Leesburg,VA H r3o City of Miami Beach 54-inch Redundant Sanitary Sewer Force Main Installation, IIIIIIIII#IJIIIflIllUll -■H z3z Cityof Miami Beach Public Works Depment SaSewervaluation S , ■ H z32 Miami-Dade Water and Sewer Government Cut Project ,mi Beach,Fl ■..■■.■■■-■■■■■■.■IMMIEIUIIII • City of Miami Beach Central Bayshore South Neighborhood Improvements Project,H I • • z33 -- -- ..... Bid 2022-122-NO 7 DocuSign Envelope ID 59D12E6F-6507-4CF8-863B-7C23828F15A2 MIAMI BEACH • • _.,.... , •rt _-:,0c...10:: . .f. _ . ^ ti Y...- , 3 `:.; r . `— w...-s..... , .4.1 s„ , .,., . , ..,.,: - ' ...., .......,: �- !!/ �! A� --- ii: .ram '-j_,�r/' �ia ��ii �ii� �+rrLr• '%� �..�, t i.: 'sf Ir1"La //1s jam- • - �R `11h , t+ • as h - �,Al f • • 1.0'� n'u ,-. .8.. • ... -�„ _ w . i ' lulu-; N.r y i'�. ... �`. m'.:.e • iG.lr - ✓ t la' ���� �. f 1�♦u �u°_' µ. -mac • ir .eig,,�, �'a v, _ !,juke 1 • r."-- -,..! 710 li . -- . Viii 4 OF . , % '.a „, 4S it .wry' ' I. 1 TAB 2 Experience & Qualifications of the Firm and Team . .. _ ____ . _. .. . .. .... ... ... . . .. . . . _ . , ... ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS #2022-122-ND /\\/ ARDURRA 9 P 59D12E6F-6507-4CF8-863B-7C23828F15A2 DocuSign Envelope .. . : _,, ,.. _ ."'".. .a J . i e ID: 2 . 1 QUALIFICATIONS OF THE PROPOSING FIRM -1 ,. sear nu nl,.v dr.: ®r ,,,,.a t, .:ram u:..w -; rs M / ' / -mot _!JyV"''`?`� „ter-ia r. --ii�.�y_,,,, "S1 /''Y.a" IL-,. i1•'i f -r-- �w fir r 4 !"0�� .. s i 0. r '. y�ji ram' : ,4 r°u-- r,i' 3.l " i- _ ls,,,,1 7 1 (�r I. : �IJ. �` r" :A ter, i •k++ ,r r ' 0 * , *� M� u , +� r" ir4 1 gill:8uev �$- 4 ~:,jb; 2.1 Qualifications Of the Proposing Firm SF 33o Section F Project Experience 8 SF 33o Section G Key Personnel Participation in Example Projects 70 The projects submitted in this section represent the experience of the proposing firm,Ardurra,and of the Ardurra team members. They have been purposely combined in Section 2.1 to reduce duplication of projects in Section 2.2. To facilitate project review,project sheets were labeled with the letter of the required area of expertise on the upper left corner of the form. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY A. NUMBER QUALIFICATIONS FOR THIS CONTRACT /\ (Present as many projects as requested by the agency,or 10 projects,If not specified. 1 ARDURRA Com.lete one Section F for each sro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Pump Station Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade Co. FL See Below See Below Area(s)of Expertise: A. Sewage Pump Stations; Resiliency/Sea Level Rise 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curiel,Design Consultant Ph:305-446-7450 Sewer Department,FL Project Manager Em:juan.curiel®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra has provided,and continues to provide,design,permitting,cost estimating, Contract: scheduling, permitting,and limited construction support services for the fast-track implementation of various sewer pump station rehabilitation,including climate and resiliency Features: improvements.Project assignments are listed in the table below. • Addresses pump and piping Completion Dates replacement,wet Const. — - well and valve vault Project Description Cost Design Const. structural repairs Pump Station 65 650 GPM Wet Well/Valve Vault-Duplex $530K 2015 2015 • Climate change and Pump Station 500 730 GPM Wet Well/Valve Vault-Duplex $723K 2015 2015 sea level rise improvements: Pump Station 502 600 GPM Wet Well/Valve Vault-Duplex $880K 2015 2017 Elevated pump Pump Station 67 500 GPM Wet Well/Valve Vault-Duplex $552K 2015 2018 Services: Pump Station 26 2,200 GPM Wet Well/Valve Vault-Triplex $1.6M 2017 2019 • Design Pump Station 109 2,400 GPM Wet Well/Above Ground $1.8M 2017 2019 • Cost estimating Valves-Triplex • Permitting Pump Station 836 300 GPM Wet Well/Valve Vault-Duplex $536K 2016 2018 • Construction phase Pump Station 1201 600 GPM Dry Well/Wet Well-Duplex $1.3M 2018 2022 services Pump Station 1306 570 GPM Wet Well/Valve Vault-Duplex $722K 2017 2019 Key Personnel Involved Pump Station 1008 425 GPM Wet Well/Valve Vault-Duplex $837K 2018 2021 in this Project: ■ A.Maristany,PE- Pump Station 638 1,200 GPM Wet Well/Valve Vault-Duplex $1.2M 2019 Ongoing Engineer of Record Pump Station 530 650 GPM Wet Well/Valve Vault-Duplex $1.1M 2017 2019 • R.Maristany,PE- Pump Station 470 1,450 GPM Wet Well/Valve Vault-Duplex $1.3M 2021 Ongoing Engineer of Record Pump Station 444 330 GPM and Wet Well/Valve Vault-Duplex $1M 2021 Ongoing • Alessandra Monetti- Gravity Sewer Senior Engineer Pump Station 64 600 GPM and Wet Well/Valve Vault-Duplex $1.9M Ongoing TBD • Maria Alva-Engineer ,590LF • Leo Sampedro- Gravity Sewer Engineer Pump Station 10 2,000 GPM Wet Well/Valve Vault-Duplex $1.2M Ongoing TBD • Ben Turnage, PE Pump Station 677 600 GPM Wet Well/Valve Vault-Duplex $1.1M Ongoing TBD Project Engineer Pump Station 893 120 GPM Wet Well/Valve Vault-Duplex $665K Ongoing TBD Subconsultants: Pump Station 13 1,606 GPM Wet Well/Valve Vault-Triplex $1.1M Ongoing TBD • Geosol • Eastern • Aguirre 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami, FL Wastewater Engineering;Construction Services, a. Permitting, Resiliency/Sea Level Rise Bid 2022-222-ND -8- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 2 ARDURRA Com.lete one Section F for each iro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED J C Bermudez Park Recycled Stormwater Irrigation System PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Doral, Florida 2010 2012 Area(s)of Expertise: A. Pump Stations C.Force Main(irrigation) Storage Tank 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Doral,FL Carlos Arroyo,Public Works Director Ph: 3o5-593-674o,ext 6009 Em:Carlos.Arroyo®cityofdoral.com 24,BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Doral retained Ardurra to provide modeling,design,permitting(ERP Relevance to this Contract: and CUP),construction support services,and O&M manual for the fast-track Features: implementation of a fully automated$2.9M recycled storm water irrigation • 7,00o ft of 12"diameter high system for the 8o-acre park. pressure water main • Major project components included emergency lake intake structure, 2 MG above 3,00o gpm stormwater ground concrete storage tank, o0ogpm stormwater pumpstation,1 o micron pump station g 3' 3 ■ 1,40o gpm irrigation pump disk filters with automatic backwash,gravity sand filter for backwash water, bleach disinfection system,1 0ogpm irrigation pumps, o0o feet of 12"diameter station Y �4 9 P P 7� ■ 2 MG ground storage tank looped main,irrigation system,and auto mated controls.Ardurra developed a 20 • Lake intake structure year water balance model to calculate crop ET,rainfall-runoff,irrigation demand, • Automatic backwash filters and stormwater irrigation to determine optimal size of pump station and storage • Disinfection system tank. The project was partially funded by a siM alternative water supply grant from the Services: • SFWMD secured with Ardurra's support. Modeling • Fast-track Design Construction::$2.9M • Permitting • Construction Services 01. • O&M Manual Construction documents were completed within 4 months of notice to Key Personnel Involved in this proceed. SFWMD's conceptual ERP and CUP permit modifications were approved Project: within 5 weeks of application submittal. • A.Maristany,PE—Project Manager 1 ,. . � • Chris Kuzler, PE—Principal- $ " '� ( ill‘ in-charge '` I I= M.Gladbach,CAD/Designer �,r • Subconsultant: r. _ r Geosol,Inc-Geotechnical 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami, FL Water/Wastewater Engineering/Services During a. Construction;Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Geosol,Inc. Miami Lakes,FL Geotechnical Services Bid 2022-122-ND -9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY A. ' QUALIFICATIONS FOR THIS CONTRACT NUMBER �` / (Present as many projects as requested by the agency,or 10 projects,If not specified. 3 Com.Iete one Section F for each .ro.ect.) ARDURURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Transmission Main and Pump Station#3 Improvements PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Sarasota County, FL 2022 Area(s)of Expertise: A. Water Booster PumpStation C. Water Preliminary Design Main(36") P Report,3o%,6o% 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Sarasota County,FL Nancy Brooking Ph: 941-861-0589 Em:nbrooking@scgov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Sarasota Water Master Plan(completed in 2021)recommended the Features: installation of a 2-mile new 36-inch water transmission main to Pump Station No. • 36"water transmission main 3 and the addition of a third pump at Pump Station No.3 to increase pumping via open-cut,jack&bore,and capacity.The County has retained Ardurra Group, Inc.(Ardurra)to provide HDD professional engineering services for the route analysis,design,permitting, • Pump Station Improvements bidding assistance,maintenance of traffic,community awareness and outreach, • New yard piping&motorized and construction administration of the 2-mile-long 36-inch water transmission valves to allow filling of main and improvements to Pump Station No.3. existing storage tanks or booster pump mode Currently,the i8-inch piping to fill each ground storage tank is the same piping • New S5oo GPM pump& used for the pump station suction. When the pump station is operating,water is upgrade to 3ooHP motors discharged and measured through the same bi-directional venturi flow meter and • Upgrades to chemical exits the facility via the same 24-inch piping.As a result,the configuration of the analyzer systems yard piping does not allow the pump station to operate simultaneously while the • Storage Tank mixers • ground storage tanks are being filled. The pump station improvements include Emergency power • new 24-inch yard piping and motorized butterfly valves to isolate storage tanks Replacement of VFDs, and allow for booster pump mode,new influent and discharge meter assemblies, Electrical,SCADA&I&C • the installation of a new 55oo GPM pump,replacement of existing 25o HP motors new influent/discharge meter assemblies with 30o HP motors,upgrades to the chemical analyzers,new ground storage Services: system penetrations and addition to mixers,additional emergency generator and • Route analysis&Preliminary fuel tank,electrical improvements,instrumentation system upgrades,and Design Report interconnection with the SCADA network. In addition,scope includes demolition • Design of an existing pre-engineered metal building attached to the main pump building • Maintenance of Traffic with minor structural • Permitting restorations. • Bidding Assistance • Construction Cost: 514.6M Community Awareness& (engineers opinion of probable ,,, Outreach Plan • Construction Management/ cost) Field Observation 1111° 0 . Key Personnel Involved in this Ardurra will be adding new yard , Project: with motorized valves and • C.Kuzler,PE,Principal-in- piping Charge new penetrations to existing L • Loc Truong, PE—EOR QA/QC ground storage tanks that will - • Alessandra Monetti, PE— increase operational flexibility, .'"-, r4 Project Engineer which will allow the facility to • Maria Alva—Project Engineer operate in either re-pump mode or - booster pump mode. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a Ardurra Group,Inc. Tampa,FL Water Engineering,Construction Management/Observation, Permitting Bid 2022-122-ND -10- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / „ / A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 4 Com.lete one Section F for each iro ect. ARDURRA 21, TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2014 2016 Area of Expertise: A. Water Booster Station 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE, Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke@pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County's too MGD North Booster Station receives potable water from a Relevance to this Contract: 6o-inch regional transmission main and either stores it in five 5 MG tanks for re- Features: pumping or boosts the pressure directly from the regional main. Water from the • 10o MGD Capacity facility originally fed the northern part of the County's distribution system and • 5-5 MG Tanks also pushed water south to the County's Logan Booster Pump Station. Due to • 4 booster pumps water quality issues,the County elected to modify the station and associated 25 MGD each piping so that it only conveys water south. ■ 36",42"48"&6o"piping ■ 24"influent flow meter Ardurra was selected to provide design and construction management services • PLC/SCADA upgrades for the required modifications. Services also included an evaluation of the condition of the entire facility along with recommendations for additional Services: improvements. The project ultimately included replacement of four(4)booster • Design pumps with new 25 MGD,50o HP each(total of 10o MGD)horizontal split case • Construction Management pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch ductile iron yard • PLC/SCADA piping and valves,a new 24-inch influent flow meter assembly,rehabilitation of three valve pits,PLC and SCADA upgrades and instrumentation and electrical Team Members Involved in this systems modifications. Project: ■ C.Kuzler,PE-Principal Cost: $4M /QA/QC • L.Truong,PE-Project Manager Piping modifications required extensive analyses of existing 48 and 6o-inch • M.Gladbach-CAD Designer prestressed concrete cylinder pipe(PCCP)to determine joint locations and restraint configuration in order to integrate the new piping and valves. 4, 25.FIRMS FROM SECTION I,•LVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water Systems Engineering&Construction a. Management/Observation Bid 2022-122-ND -11- DocuSign Envelope ID:59D12E6F-6507-4CF8-8636-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� Ft• (Present as many projects as requested by the agency,or 10 projects,If not specified. Com.Iete one Section F for each .ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPL[TED Wet Weather Force Main and Monitoring Systems PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Largo, FL 2013 2017 Area of Expertise: A.Sewage Pump Stations C. Force Mains E.Trenchless Technologies 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo, FL Chuck Mura,PE,Senior Engineer Ph: 727-857-278o Em: cmura@a largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was contracted as part of a 2-firm team to provide preliminary Relevance to this Contract: engineering,design,permitting and construction services for the monitoring Features: system,pump station improvements and new,12-mile force main • Steady state and transient system. Ardurra's specific scope of services included the following: hydraulic modeling • Steady-state and transient hydraulic modeling of the entire 12 miles of force • Civil&Mechanical design of main and six pump stations. 4 submersible lift stations: • Topographic survey of the entire 12-mile force main route. 1,ioo gpm duplex • Ecological Services and environmental permitting. 1,40o gpm triplex • Route evaluation of three potential alternatives. 1,10o gpm triplex • Integrity evaluation and diagnostic testing of±3 miles of existing 16-and 20-inch 58o gpm duplex force main using Pure Technologies'Smartball and ultrasonic bracelet probe • Design of±7miles of 12"to methods. 20"force mains • Civil and mechanical design of four submersible lift station upgrades, • Subaqueous drill under John including a 58o gpm duplex,a 1,100 gpm duplex,a 1,400 gpm triplex,and a Taylor Park Lake 1,1oo gpm triplex. • Design of±7 miles of 12-inch to 20-inch force main(ductile iron, PVC,and Services: • fusible PVC)constructed through residential streets,across three major Pinellas Hydraulic Modeling • County Roads and across the Pinellas Trail and the Design Taylor Lake outfall. Due to the heavy congestion , I • Permitting ■ Construction of utilities and residences,roadway crossings,and Management/Observation waterbodies,much of the force main system was Surveying designed to be installed using trenchless • Ecological Services/ �. methods. Force main at two roadway crossings 3 Environmental Permitting and one railroad crossing were installed by jack and bore in 24-inch to 3o-inch steel casings. Key Personnel Involved in this • Six(6)horizontal directional drills of 14-inch to 20- Project: inch fusible PVC,totaling approximately • C.Kuzler, PE, 12,000 If,were constructed,including one - " l Principal/Project Manager 2,000-foot drill under the County's John • B.Turnage,PE—Project Taylor Park Lake. •- , Engineer • Construction management services& . •;'f., • O.Serrano,Construction • • construction observation for two(2)full-time .,' sa Inspection inspectors.10,. Cost: s48M h;' Trenchless technology included: 25 HDDs from .- 12"to 3o"ranging from 600 ft in length to 2600 . ''i ft 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Design/Structural Engineering;Construction a. Management/Observation;Permitting Bid 2022-122-ND -12- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A• (Present as many projects as requested by the agency,or 10 projects, If not specified. 6 Com.Iete one Section F for each .ro'ect.) ARDURRA 21, TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Logan Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2015 2018 Area of Expertise: A. Water Booster Station 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke, PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). When bids for the original design of the new Logan Pump Station came in±$2 Relevance to this Contract: million over budget,Pinellas County hired Ardurra to take over the project, Features: perform value engineering and then redesign and re-permit the project to meet • 3o MGD re-pump the available budget. The pump station consists of a new 3o MGD potable water • New 25o HP pumps re-pump system consisting of four(4)new 25o HP pumps,a 3,20o sq.ft.pump • 3,20o sf pump building building and electrical room,variable frequency drives,a new 1,50o kW standby • Electrical Room diesel generator set, installation of 36-inch, 24-inch,and i8-inch yard piping and • VFd's valves,PLC and SCADA upgrades,and instrumentation and electrical system • Standby Generator modifications. Ardurra used innovating approaches to provide the required • 18", 24"&36"piping& functionality which ultimately resulted in bids coming in s95,000 below budget. valves ■ PLC/SCADA Subsequent to design and bidding,Ardurra provided construction management • I&C services for the project. Timing and coordination played key roles during construction,as the existing pump station had to remain in service for the Services: duration. The initial construction phasing plan included three separate 24-hour • Value Engineering shutdowns,during which the County's water system would run on the head • Design pressure provided by the two full 5 MGD ground storage tanks. Planning and • Permitting communication helped reduce the number of 24-hour shutdowns to two. • Construction Additionally,Ardurra performed SCADA start-up and testing services to ensure Management/Observation • full functionality of the PLC and SCADA upgrades including its integration into Construction Phasing Plan • Start-up&Testing the County's system which is monitored at the Keller Water Treatment Facility in the north part of the County. Key Personnel Involved in this Cost:$4.84M Project: L.Truong,PE,Project Manager C.Kuzler,PE-Principal-in �•.- _ Charge/QA-QC Ardurra used M.Gladbach-CAD innovating approaches Designer/Production ' to provide the required • functionality which • ultimately resulted in ����w 1 • �bids coming in$95,000 below budget. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa,FL Water Systems Engineering;Construction a. Management/Observation;Permitting,Startup& Testing;Value Engineering Bid 2022-122-ND -�3- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY^ QUALIFICATIONS FOR THIS CONTRACT NUMBER / \\./ (Present as many projects as requested by the agency,or 10 projects,If not specified. 7 ARDURRA Com.lete one Section F for each .ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMP)ETED MDWASD Miami Springs Sanitary Sewer Evaluation Survey PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (SSES)Design, Miami-Dade Co., FL 2011 Area(s)of Expertise: B.Inflow&Infiltration 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Oscar Vasquez,Division Chief W&S Ph:786-268-5801;Cell:786-516-5936 Sewer Department,FL Operations,MDWASD;actual reference Em:Oscar.Vasquez®miamidade.gov is Rod Lovett(retired); 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by Miami-Dade Water and Sewer Department(MDWASD)to Relevance to this Contract: provide Repair Recommendations and Construction Management and Inspection services for the"Preliminary Evaluation Prior to Design and/or Other Upgrades to Features: • SSES work in compliance the MDWASD Sanitary Sewer System within the City of Miami Springs, Florida". with MDWASD protocols and RER requirements The project involved repair recommendations and construction management and • 46 miles/8-24"gravity pipes inspection of the Sanitary Sewer Evaluation Survey(SSES)for the Miami-Dade • 925 manholes Water and Sewer Department's(MDWASD)wastewater collection system within • 17 pump stations the City of Miami Springs, Florida.The sanitary sewer collection system consisted of approximately 46 miles of gravity pipes ranging from 8 inches to 24 inches in Services: diameter,925 manholes,and 17 separate • SSES contractor oversight wastewater collection basins. • Video reviews • Defect Identification Ardurra monitored and inspected the 'a I I -145 manhole defects SSES Contractor's cleaning and televising -13,106 pipe defects of the sanitary sewer system including 482 smoke testing defects gravity lines,manholes,and pump .`' 6 -No pump station defects I stations for compliance with MDWASDr • Repair recommendations specifications.Cleaning was accomplished _ (per WASD protocols) • by high velocity hydro-cleaning .. --- • Repair cost estimates • equipment. Smoke testing was also Final report performed for the entire system. Key Personnel Involved in this Engineering activity included reviewing °��� Project: • A.Maristany,PE-Principal- the video inspection recordings of the 4, in Charge sewer lines that are cleaned and video by ;4. 4 • Chris Kuzler, PE,-QA/QC the Contractor within each pump station ''I, basin,identifying and cataloging defects, and making repair recommendations 4 according to MDWASD's approved repair • protocols,and preparing repair cost estimates. Additionally,Ardurra documented and reported any discrepancies found on the MDWASD provided Sewer Atlas Maps. Fee: $200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami, FL Wastewater Engineering a. Bid 2022-122-ND -14- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.E XAMPI E PROJECT KFY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\ (Present as many projects as requested by the agency,or 10 projects,If not specified. 8 Comelete one Section F for each iro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMP'I 1 I I) Lauderdale-by-the-Sea Wastewater Capital Improvement PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Plan, Lauderdale-by-the-Sea, FL 2012 2013 Area of Expertise: B. Inflow&Infiltration, D.Gravity Sewers A. Lift Stations 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Town of Lauderdale by the Don Prince,Municipal Services Ph: 954-640-4233 Sea,FL Director Em:DonP®lbts-fl.gov 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the Town of Lauderdale-By-The-Sea(LBTS)to perform a Relevance to this Contract: condition assessment and quantify the needs of their wastewater system including Features: the gravity sewer system,flow meter,and two lift stations;identified defects, • 10.5 miles of gravity sewer recommend improvements,prepared cost estimates,develop a Sanitary Sewer • 165 manholes Capital Improvements Plan(SSCIP),and • 1 Flow meter provided construction observation services for • 2 Sewer pump stations the gravity sewer repairs. 1.; s: Service The sanitary sewer system consists of two • Condition assessments separate wastewater collection basins with • • Inflow&Infiltration approximately io.5 miles of gravity pipes,165 ' '�*�"-' 1,`. quantification manholes and two pump stations(6o HP and ' • Video Reviews 7.5 HP)with their respective force mains. zr • Repair identification and The SSCIP plan identified defects and needs, _"�' prioritization • provided repair design recommendations,and cost estimates for the gravity sewer Flow meter evaluation • lines and two lift stations as well as the replacement costs of the lift stations. In Pump station evaluations • addition, it included costs related to a proposed Gravity Sewer System Capacity CIP recommendations • Evaluation Hydraulic Model,proposed Lift Station Monitoring Program,proposed Cost estimates • Suspect Lateral I/I Program,and I/I Reduction Maintenance Program. Specific Sanitary Sewer CIP • Inspections of CIPP liner activities included: installation • Video review of 1.65 CCTV inspections:632 defects were identified. • 252 repairs recommended using repair protocols. Key Personnel Involved in this • Verified meter was installed as per manufacture's specifications and reviewed Project: calibration records. • A.Maristany,PE,Principal- • Inspection and evaluation of two lift stations including hydraulic analysis, in-charge spacing requirements,and electrical requirements:minor repairs were • C.Kuzler, PE,Lead recommended. Technical Expert and QA/QC • Infiltration and inflow(I/I)evaluation,including the development of dry and wet weather hydrographs for each lift station:analysis identified both stations as having rain dependent I/I(RDII). • Prepared a comprehensive SSCIP report to assist the town of LBTS in planning ongoing maintenance,system repairs and upgrades,and quantifying the potential savings from the implementation of an Infiltration and Inflow(I/I) program. • Provided inspection services for the extensive repairs of gravity system which primarily involved CIPP liners Fee:$83,227 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami,FL Wastewater Engineering/Assessments a. Bid 2022-122-ND -�5- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A./ (Present as many projects as requested by the agency,or 10 projects,If not specified. 9 ARDURRA Corn.lete one Section F for each .ro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Sanitary Sewer Evaluation Survey—2nd Cycle Report Permit SERVICES OFESSIONAL CONSTRUCTION(if Applicable) Renewals(Miscellaneous Properties) 2011-2014 Miami-Dade County, FL Area(s)of Expertise: B. Inflow&Infiltration 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Numerous clients identified below Ph:Numerous clients Sewer Department,FL 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra contracted with over 25 private SSES operators(PSO's),both private and Relevance to this Contract: public sectors,in Miami-Dade County to perform evaluations as needed,including Features: visual inspections,smoke testing,pump testing,flow monitoring,video reviews, • SSES work in compliance CIPP liner certifications,estimated I&I,identify repairs,review/certify repairs,and with MDWASD protocols and prepare final SSES reports in full accordance with Miami-Dade County guidelines RER Requirements and requirements to support permit renewals with RER. Following is a • Public and Private sector representative list of private sewer operators for which the work was performed: clients • Permit renewals • Miami-Dade County Health Department Environmental(PSO#o987) • City of Miami-Police Motor Pool(PSO#0432) Services: • Commercial Center of Miami Master Association(PSO#0135) • Visual Inspections • South Miami Chevron(PSO#0147) • Smoke Tests • Twin Lakes Apartments(PSO#o596) • SSES Reports • Golden Pond Apartments(PSO#0597) • As-builts/sketches • Loehmann's Fashion Island Plaza(PSO#0601) J.C.Industrial MEG Corp.DBA J.C. Machine Shop(PSO#0733) Key Personnel Involved in this • Wash Depot II Inc. D/B/A Simoniz Car Wash(PSO#0758) Project: • A.Maristany,PE—Project • Plaza 17o Condominium Association(PSO#0854) manager/FOR • Palmer Trinity School Inc.(PSO#og24) • Chris Kuzler, PE—Principal- • Ernesto Perez DMD-Dental Clinic(PSO#0930) in-Charge • Cross Tabernacle(PSO#og44) • Intermex Properties(PSO 1002) • Aeroturbine Miami Facility(PSO#1o8g) Fee: $85,000 — t `> _ , r L3 'f 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Wastewater Engineering a. Bid 2022-122-ND -16- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.1 XAMPLE PROJFCI KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� C• (Present as many projects as requested by the agency,or 10 projects, If not specified. NUM Corn.lete one Section F for each ero ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48-inch Water Main Interconnect in Downtown Miami PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL Traditional-zo16 Traditional-zo18 Area(s)of Expertise: C.Water Mains&E.Trenchless Technology Design-Build-2016 Design-Build-zoig 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Lin Li,PE Ph: 786-395-9186 Sewer Department Em:lin.li@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra served as Engineer of Record and Design Criteria Professional for the Relevance to this Contract: design of a 48-inch water main interconnect in downtown Miami,an area with Features: heavy traffic,congested utilities,multiple concurrent construction projects,and • 5,000 LF of 48"water main groundwater and soil contamination. • 2,800 LF of 36"water main ■ 1 micro-tunnel&1jack-and- One portion of the project was fast-tracked as traditional design-bid-build to bore avoid anticipated conflicts with the ongoing concurrent construction of the • Open Cut along Biscayne Miami Brightline Station. This portion of the project included 800 feet of 48- Blvd. inch WM, 50o feet of 36-inch WM,ioo feet of 3o-inch WM,and a micro tunnel • Downtown location under the FEC railroad across the street from the Miami Brightline Station. congested with traffic, utilities,and concurrent The other portion of the project was procured via design-build and included construction projects 4,zoo feet of 48-inch WM, 2,3oo feet of 36-inch WM,3o feet of 3o-inch WM, • Soil and groundwater open cut across US-1 downtown,and a Jack-and Bore under the FEC railroad. contamination The project received a project of the year award by CAACE. Services: •Construction: $12.9M ) Engineer of Record i I • Design Criteria Professional 4}'' • Finalize route for final BODR -7-f' a • Design ,,� � ..,. _. , . . Y: ■ Permitting -....d. • t. ■ Limited Construction „ �'` Services e.0.0. 1,1:.; ) 4 • Key Personnel Involved in this N of G\ toy • a ' , Project: be o�P ec Go ' - col .._.-. Psso e�\�g�ac ��� � • A.Maristany,PE-Project ��0��6 :< Manager/EOR \ ,... 3 • Chris Kuzler,PE-Principal- 1 i in-charge ■ Mark Gladbach-Designer ... _,. ' \ ,' Subconsultant: �- Geosol, Inc.-geotechnical& - ---_- . - - contamination testing 25.FIRMS FROM SECTION C INVOL' (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Miami,FL Water Engineering;Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Geosol,Inc. Miami Lakes, FL Geotechnical&contamination testing Bid 2022-122-ND -17- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / `� C• (Present as many projects as requested by the agency,or 10 projects,If not specified. NU ARDURRA Corn elete one Section F for each.ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Pump Station Improvement Program- Force Mains PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade Co. FL See Below See Below Area(s)of Expertise: C. Force Mains 23.PROJECI OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curiel,Design Consultant Ph:305-446-7450 Sewer Department, FL Project Manager Em:juan.curiel®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost), Ardurra has provided,and continues to provide,design,permitting,cost estimating, Relevance to this Contract: scheduling,permitting,and limited construction support services for the fast-track implementation of improvements to various force mains associated with the Pump Features: Station Improvement Program Project assignments are listed in the table below. • Force Main Replacements &Improvements Completion Dates Project Description Construction — Services: Cost Design i •Construction Design • Cost estimating Force Main 65 3,000 feet of 8, 12, $668K 2015 2015 • Scheduling Phase 1 and 16-inch DIP • Permitting Force Main 500 2,400 feet of 10- $642K 2015 2015 • Limited construction phase and 12-inch PVC services Force Main 65 1,250 feet of 16- $977K 2016 2018 Phase 2 and 24-inch DIP Force Main 394 5,000 feet of 10- $1,731,000 2016 2017 Key Personnel Involved in this and 12-inch DIP Project: FM • A.Maristany, PE-Engineer of 215LF of 12-inch Record PVC Gravity Sewer • R.Maristany,PE-Engineer of Force Main 840 4,460 feet of 12- $1,012,858 2017 2019 Record inch DIP • Alessandra Monetti-Senior Engineer ' v Maria Alva Engineer pt, tie . i ... •• ' Subconsultants: ft, Geosol Geotechnical r.P.. +: r 3 FAQ ., .,i.:; I 'd i ♦ h a a E, ,.AA: a-:f 4 ' ,ram � h. • 7.4 r( '::-. 046 03:25,49 o yt Miami-Dad. Miatni•Dade 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Miami, FL Wastewater Engineering;Construction Services, a. Permitting Bid 2022-122-ND -18- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 LXAMPLF PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 12 / V Com.lete one Section F for each.ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Redundant Force Main from PS i6 to South Cross Bayou WRF PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Pinellas County, FL 2018 2021 Area(s)of Expertise: C.Force Main(42"-i000 LF continuous)H. Trenchless Technologies-HDD 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Engineering Ph: 727-453-3611 Section Manager Em: tmenke®pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: As part of a two firm team,Ardurra assisted with development of a Preliminary Engineering Report,alignment evaluation,design,permittingand construction Features: g g p gg ' • 3,40o continuous 42"force management services of 17,80o LF of 36-inch force main along congested Park main Boulevard(CR-694)and crossing Starkey Road and the Pinellas Trail. The project • 9,00o LF of 36"force main included design and construction of five locations of horizontal directional drill • 85o LF 20"force main crossings of waterways and roadway intersections,totaling-3,40o LF of 42-inch • Horizontal Directional Drill force main. • Jack&Bore The project included line stopping and bypassing of existing force mains to make Services: final connections while keeping the system in service. Permits include FDEP • Alignment Evaluation Notification/Application for Constructing a Domestic Wastewater Collection • Design /Transmission System,an FDEP Environmental Resource Permit,and a Pinellas • Permitting County Right-of-Way Use permit. • Construction Management Key Personnel Involved in this Project: Cost: $14M • B.Turnage,PE-Engineer of Record • C.Kuzler, PE-QA-QC --1 • O.Serrano-Construction Management/Observation poot ' It! fv eg f or III sr; .. Areal 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-TWO-FIRM TEAM Ardurra Group, Inc. Tampa,FL Wastewater Engineering;Construction a. Management/Observation,Permitting Bid 2022-122-ND -�9- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C, NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,If not specified. NUM UM ARDURRA Corn slete one Section F for each I o'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design Services for MDWASD Force Main 65 Phase 2 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL 2016 2018 Area(s)of Expertise: C. Force Mains&E.Trenchless Technologies 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curiel,Design Consultant Project Ph:305-446-745o Sewer Department, FL Manager Em:juan.curiel®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Miami Dade Water and Sewer Department (MDWASD), as part of the Pump Station Improvement Program (PSIP), retained Ardurra to provide, surveying, Features: geotechnical investigation services, soft digs, technical memorandum, trenchless • 1,200 LF of 3.6-and 24" • investigation, design, cost estimating, scheduling, permitting, and limited Peak flow 825 gpm g g ' • Located through FDOT US-1 construction support services,for the implementation of approximately 1,200 feet of 3.6- and 24-inch ductile iron pipe cutting through FDOT's US-i in downtown downtown Miami • Fast Tracked Miami. • Trenchless Investigation Major project components included the design of a new force main to serve Pump Services: Station No.oo65.The design accounts for future system expansion or • Design improvements,utility relocations,roadway improvements,resurfacing and • Cost estimating applicable MDWASD sewer criteria standards.The force main was designed for a • Scheduling peak flow of 825 gpm. The new wastewater transmission system consists of • Permitting approximately 1,200 linear feet of 3.6-and 24-inch ductile iron forcemains. The • Limited construction phase proposed i6-inch connects to an existing forcemain at Secoffee Street,runs 600 services feet along Natoma St where it is enlarged to a 24-inch and continues for 600 feet, • Fast Track crossing US-3.,continuing along i9th Ave,and connecting to an existing 48-inch forcemain along SW 25th St. Key Personnel Involved in this Project: • A.Maristany,PE-Project A trenchless installation report was prepared that evaluated various trenchless Manager/EOR technologies to cross US-1. Based on geotechnical investigations showing variable • C.Kuzler, PE—Principal-in- and very soft granular materials,and deeper submerged installation required to charge avoid conflicts with numerous large utilities under US-1,the use of microtunnel Subconsultants: and/or horizontal directional drill was deemed too risky. Instead,the design team • Geosol approached FDOT to request open trench installation and conducted traffic counts, • Eastern Engineering lane closure analysis, and prepared a maintenance plan approved within a week of • Luis Aguirre and Associates submittal. Cost: $977,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group,Inc. Miami, FL Wastewater Engineering;Limited Construction Phase Services, Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Eastern Engineering Group Doral,FL Structural (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Louis J.Aguirre&Associates Miami,FL Mechanical/Electrical c. Bid 2022-122-ND -20- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects, If not specified. NUMBERa. Com.lete one Section F for each no ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Small Water Main Condition Assessment PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County, FL zo14 Area(s)of Expertise: C. Water Mains(condition assessment) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b POINT OI CON IAC I NAMF c POIN F OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-55z-8837 Sewer Department,FL Em:emluioi®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained to support MDWASD in the development and implementation Relevance to this Contract: of the Small Diameter Water Mains Evaluation and Enhancements Project. Features: Under Phase 2,Ardurra performed a desktop condition assessment of small water • i000+miles small diameter mains using Geo-database tools in order to develop a prioritized implementation water mains schedule for small water line replacements throughout the County. The following • Countywide desktop tasks were completed: condition assessment ■ Development of • Geo-Database Development—Several MDWASD databases(MDWASD GIS, geodatabase for property appraisers,leakage report,customer complaints,water main repair infrastructure inventory • history,Infoworks model network)were compiled,screened,and integrated Failure forecast into a single database for analysis. Services: • Automated Processing Tool—Programmed tool using Python script to • Inventory automatically generate and draw street blocks,replacement water mains • Cost Estimates (length and diameter),service connections,and meters;and prepare cost • Prioritize improvements estimates for the entire small water replacement program,with individual • Preliminary schedule estimates provided for each phase. • AWWARF's KANEW Model—Integrated KANEW model into automated tool Key Personnel Involved in this to forecast 5-year pipe failures by street block based on pipe age,material,and Project: diameter;and prioritize small water main replacements by street block. • A.Maristany, PE-Project • Ranking and Prioritization of Small Diameter Main Replacements: Manager -Characterized entire system by pipe diameter,length,age,and material. • Chris Kuzler,Principal-in -Related"annual repairs/zoo miles"to pipe dia.and material for entire system Charge -Fitted KANEW distribution to pipe material,age,diameter,and failure history for pipes<_4-inches • Forecasted 5-year pipe failures per street block for pipes<_4-inches Ranked and prioritized street blocks based on 5-year failure forecast for pipes<_ 4-inches. Fee:$30,000 GALV GALV M4,0 OM •00 .� 3 RewrrJ100mrk• •vOr Pewu l:.rnwv 3 —"''''i''' 0.03 130 0Ma vcurwr vl i� 300 --1�11 e0 DewrM100 mr1'. OOl 4 3 r yy^3W f _ -- 1nOl 150 /i 00 001 y 001 50 000 C 0 le 21 31 • 51 el 1 !t roDa f3.I1+/� n t 1 ll Mlnw.l 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water System Engineering a. Bid 2022-122-ND -21- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` C• (Present as many projects as requested by the agency,or 10 projects, If not specified. UM ARDURRA Com.lete one Section F for each.ro ect.) 21. TITLE AND LOCATION(City and State) 22.YE AR COMPI.ETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Flow Projects Package i(Projects W-14,W-25,W-26) 2020 2023 Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora@miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of fire flow projects W-14,W-15,and • 6,55o LF of 8"-12"water W-26 as outlined in the City's Water System Master Plan dated October 2019. mains via open cut • 7o Water Service The work includes upsizing 6,S5o LF of existing water mains to 8",and 12" Conversions diameter zinc-coated and poly-wrapped ductile iron pipe. This project also • 12 Fire Hydrant included replacement of all water main branches,water services,fire suppression Replacements connections,and fire hydrants that were connected to the old water main and Services: within the right of way. • Design • Permitting Cost: $2.1M est. • Scheduling • Construction Services .I _-T.,W- -�)(- ;, ;fj ) I , l Key Personnel Involved in this `,.-.--_ —t,._._ _ . r _ i- -- .,---1 Project: 3f ' `I • A.Maristany,PE Principal z- 71 * ` t__ =_a_' ( E'H, s� / '; I: • R.Maristany,PE-Project I :y:�' , a -c- ; ._i.zi,• Q SiY.T 3W.e,(`;' I• Manager 9! ! 7" P. I • A.Monetti,PE-Project P. ",. Engineer •.. 1 • L.Sampedro-Engineer '"� - '---- • M.Alva-Engineer .._ _z �.:,_, f� , • A.Abud-Lead CAD Subconsultants: ys• 1'i .- --, ..../ " ' • Geosol Inc-Geotechnical • —:l::S _ I - 'i_.. ( - Engineer - - i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Water Systems Engineering;Permitting; a. Construction Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -22- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ C (Present as many projects as requested by the agency,or 10 projects,if not specified. UM Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Flow Projects Package 2(Projects W-16,W 17,W ig,W-21, 2020 2023 W-23,W-24,W-25,W-28), Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, F Mariana Evora Ph:(305)240-9932 Em:marianevora@a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: • construction support services for the design of fire flow projects W-26,W-27,W-19, 5,7zo LF of 8"-16"water W-21,W-23,W-24,W-25,W-28 as outlined in the City's Water System Master Plan mains via open cut • dated October 2019. 34 Water Service Conversions • The work includes upsizing 5,72o LF of existing water mains to 8",io",and 26" S Fire Hydrant Replacements diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included replacement of all water main branches,water services,fire suppression Services: connections,and fire hydrants that were connected to the old water main and • Design within the right of way. • Permitting • Scheduling Cost: $2.oM est. • Surveying • Construction Services L.xry rs.;.- --••-- 1 Key Personnel Involved in this _ s3•_ _s-- i5 ?v t ss, — If _. \ k_Y ' : :t -- y - x �1. Project: -Jt__- '� -._ • J! • A.Maristany, PE-Principal 1----- - '-_- -•- -w _...,fir R.Maristany,PE Project s _M� ._Zr-A .m I Ii Manager =` -'4 8 I • A.Monetti, PE-Project 111 c.,«_ Engineer • L.Sampedro-Engineer ^: ,1_+t:. -� r-r .. :s. f"•$War& • • M.Alva-Engineer != _.._.. ' • A.Abud-Lead CAD --: 1.1 I. 1 Subconsultants: • • _zn i t 1":s I 7'••1t_. =3' -I . • GeosolInc-Geotechnical .t 7 :_Q ,w �:�- Engineer . ,_- manes wit Tir 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Miami, FL Water Systems Engineering,Permitting,Construction a. Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -23- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 17 ARDURRA Cornslete one Section F for each.ro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Flow Project 14 and Collins Ave Water Mains(72nd St to 69th 2020 2023 St, and 68th St to 65th), Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora®a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of fire flow project W-14 as outlined in • 5,855 LF of 8"-24"water the City's Water System Master Plan dated October 20ig,as well as water mains mains via open cut along Collins Ave from 72nd St to 69th St,and 68th St to 65th St. ■ 122 Water Service Conversions The work includes upsizing 5,855 LF of existing water mains to 8",and 24" • 12 Fire Hydrant diameter zinc-coated and poly-wrapped ductile iron pipe. This project also Replacements included replacement of all water main branches,water services,fire suppression Services: connections,and fire hydrants that were connected to the old water main and • Design within the right of way. • Permitting • Scheduling Cost: $2.2M est. • Construction Services I •I ,c::ar _. _,,_ I -- Key Personnel Involved in this !t--::a a:-an. :s -r;, ' -•:7- Project: — �` r �t}r{`j; 't i ;' ■ A-Maristany,PE-Principal f )` it lam. ; I( • R.Maristany,PE Project / 144 , � ... u .-_ ..—,, _ - Manager :` _ _ _ - - T `II • A.Monetti,PE-Project _.....� 11- �z i -- Engineer • L.Sampedro-Engineer I I. 1,K • M.Alva-Engineer r .-, �s�y • A.Abud-Lead CAD aZ / ...WA- k'�. • Ala, ? • __ =t-_- - ... ._. •at-- - . I Subconsultants: ''' = iil: i Geosol Inc-Geotechnical . ' i+ sae. :F Engineer :,.. s� `�s:ua' —_zs`•.- mi,_""`..74.44., j . . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water Systems Engineering;Permitting;Construction a. Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -�4- Doc'Sign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT ^\ C• (Present as many projects as requested by the agency,or 10 projects,If not specified. NU NUMBER Com.lete one Section F for each.ro ect.) _ __I_ ARDURRA 21. TITLE AND LOCATION(City and State) 22.YE AR COMPLETF D Water Master Plan Project W-33.—Fire Hydrant Density PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Evaluation, Miami Beach, FL 2021 Area(s)of Expertise: C. Water Mains; Planning&GIS 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra to provide professional engineering services for the Project W-31., Fire Hydrant Density Evaluation,as Features: outlined in the City's Water System Master Plan dated October zo3.9. ■ ArcGIS:Zoning,Roadway, and Fire Hydrant feature The work includes a geospatial analysis of over 1,33o existing fire hydrants located geospatial analysis • within the city limits and evaluate whether there are any gaps in respect to the Project Definitions and NFPA zo18 Florida State Fire Codes and the Miami Dade County Public Works Prioritization of$28.5M est Manual Section D-8. This includes categorization of the City's zoning for analysis project costs with hydrant and roadway features. Services: ■ City Planning The evaluation determined over 50o hydrants and 120,000 LF of upgraded water mains were required to meet the fire codes. Key Personnel Involved in this Project: Cost: $28.5M est. • A.Maristany,PE-Principal • R.Maristany,PE-Project xteil -_►ii,r. gj '0l , Manager ` i{`.`' a.-vim_ ti j Lr_" °.`"-,,, ,, tits . ■ M.Alva—Engineer e,"tja�,,. :,�r --,. ,,:;''��Y f— ' • J.Stanford—GIS Specialist 1. �" a ^ ,� .. r • ifi .a 4110 ,g sal / Y•� `° ,/ Ili �f. y , ...-„, „...,,... , ...,.,..---,:. ,,,...-v, 1 .,tilli ',��� yrr : / : „,:,..1:. 1Stf,1I� i lr, *-....... - -,-;1.1 ..,-,-- .-, , • � .: „....,... . ,:." • +�� Mwrit. t r r s., S ,. T..1 p. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Planning/GIS a Bid 2022-122-ND -25- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / C. (Present as many projects as requested by the agency,or 10 projects, IF not specified. 19 Com.Iete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for the PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Replacement Subaqueous Water Mains under Dade Canal at 2021 2024 22nd St and 23rd St, Miami Beach, FL Area(s)of Expertise: C. Water Mains E.Trenchless Technology 23.PROJtCT OWNER'S INFORMATION a. PROJECT OWNER b, POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)24o-9932 Em:marianevora®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach(City)retained Ardurra,to provide surveying, Relevance to this Contract: geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of subaqueous water mains under • Horizontal Direction Drill of Dade Canal at zznd St and 23rd St. 1,290 LF of 14"&zo"HDPE water main under a Canal The work consists of replacing two(2)out of service subaqueous water mains with • Parallel Seismic Testing new upsized water mains. The crossing at zznd St will consist of a 20"HDPE DRn. (ID>i6"),installed by horizontal directional drill method,and has an approximate Services: plan length of 695LF due to depth to clear sea walls. The crossing at 23rd St will • Design consist of a 14" l HDPE DRl (ID>12"),installed by horizontal directional drill • Permitting method,and has an approximate plan length of 595LF due to depth to clear sea • Surveying • walls.The work also includes additional direct bury work to reconnect to the Scheduling • Construction Services existing watermain on each end of the crossings. Key Personnel Involved in this The City did not have available record documents of the seawall at each end of the Project: canal crossing,therefore parallel seismic testing was performed to obtain the tip • A.Maristany,PE-Principal depth of each wall. • R.Maristany,PE-Project Manager Cost: $1.7M est. • A.Monetti,PE—Project • Engineer • L.Sampedro—Engineer • M.Alva—Engineer • P.Bottone,PWS,CERP— Environmental Engineer • P.Diaz,PLS-Surveyor Subconsultants: • Geosol Inc—Geotechnical Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Wastewater Engineering;Construction Services; a. Permitting;Surveying (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol, Inc. Miami Lakes, FL Geotechnical Services b. Bid 2022-122-ND -26- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPI E PROJI CT KEY C• I QUALIFICATIONS FOR THIS CONTRACT NUMBI R /\ . (Present as many projects as requested by the agency,or 10 projects, If not specified. 20 Comelete one Section F for each.ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.Yl AR COMPLI-.I ED Design and Limited Engineering Construction Services for the PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) replacement of the water transmission main and upgrade of 2021 2024 the water distribution mains along 4ist Street, and Fire Flow Project 9, Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora@miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach(City)retained Ardurra,to provide surveying, Relevance to this Contract: geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of the water transmission main and • 9,205 LF of 6"—36"water upgrade of the water distribution mains along 41st Street,and fire flow project W- mains via open cut 9 as outlined in the City's Water System Master Plan dated October 2019. • 84 Water Service Conversions The work includes upsizing 9,205 LF of existing water mains to 6",8",10",12",i6", • 21 Fire Hydrant 20",24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe. This Replacements project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water Services: • Design main and within the right of way. • Permitting • Scheduling Cost: $5.oM est. • Surveying • Construction Services 1 ( Key Personnel Involved in this Project: • A.Maristany,PE-Principal TAPAAMISZA.W • R.Maristany,PE-Project jManager • A.Monetti,PE—Project • i i r rs- is Engineer • ' ._j • L.Sampedro—Engineer M.Alva—Engineer DAZ,�MI 1, • A.Abud—Lead CAD "7 • P.Diaz,PLS-Surveyor , i '- Subconsultants: .1 • GeosolInc—Geotechnical Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Water Systems Engineering,Construction Services; a. Surveying, Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -27- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 FXAMPI F PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMl31 R // C. (Present as many projects as requested by the agency,or 10 projects,if not specified. 21 ARDURRA Corn slete one Section F for each ero.ect. 21. TITLE AND LOCATION(City and State) 22.YE.AR COMPLE TED Pinellas County Force Main Assessment Program PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL See Below See Below Area of Expertise:C.Force Mains 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County Utilities operates a manifolded wastewater force main Relevance to this Contract: system. Inspections of the force main system conducted by the County showed Features: deficiencies,including non-functioning ARVs,and corrosion on the exterior of the ■ Wastewater Force Mains force main,ARV pipe saddles,ARV piping,isolation valves,ARV bodies and interior 12,14,16,18,20,&24"force of the vault. To verify if the pipe is experiencing internal corrosion possibly mains resulting from accumulated gasses,Ardurra was retained to assess the condition of • Inspections of the pipe adjacent to these air release valves and at other locations in the -ARVs system. Ardurra performed assessments and recommendations for their repair -Corrosion /replacement at the following locations. Services: c4th Avenue Force Main Assessments: • Assessments/Evaluations Ardurra provided an evaluation of the 7 ARVs on the 6ioo LF of 24-inch force main Inspections on 54th Avenue North from Seminole Blvd to the west side of Boca Ciega Bay and • Replacements 490o LF of east side of Boca Ciega Bay to the South Cross Bayou Advanced Water • Construction Plans Recovery Facility. Completed 2018 Development le.Seminole Bypass Canal Force Main Assessment: '>_,e,, . Construction Management Ardurra provided an evaluation of approximately s _ Startup/Testing 1 60o LF of 12 1 16 18- and 20-inch force ! - ", 3, 4 , ,,,z`-, ' Key Personnel Involved in this mains from pump station oo8 south to gate valve =:<; r;} Project: 17FS-SG4o10 along the Seminole Bypass -,>— _ 4- L.Truong,PE Canal. The eight ARVS on various sections of the O.Serrano,Construction force mains were also evaluated. Ardurra was also >' Inspection responsible for overseeing surveying,subsurface • M.Gladbach,Designer investigation and ultrasonic pipe thickness test (UST)on the force mains at 16 locations,and at 8 air release vales manholes. Completed 2019 Highland Lakes Area Construction Services As part of our services for the Pinellas County ARV Assessment Program for the replacement and/or repair of air release valves(ARVs)Ardurra prepared construction plans for the replacement of seven(7)ARV assemblies in the Highland Lakes area. Subsequently,the County retained Ardurra to provide construction management services for the construction of the new ARVs. Construction services included development of conformed contract documents,attendance of preconstruction and progress meetings,shop drawing review,field observations and start-up and testing.Completed 2019.Cost: $2.2M A technical memorandum was prepared summarizing the condition assessment findings and recommendations for corrective actions. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group,Inc. Tampa,FL Wastewater Engineering;Construction Management/Observation;Startup&Testing Bid 2022-122-ND -z8- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^` j C• (Present as many projects as requested by the agency,or 10 projects,if not specified. 22 Com.lete one Section F for each.ro'ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Hillsborough County River Oaks Diversion Design-Build PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Hillsborough County, FL 2018 2020 Area of Expertise: A. Sewage Pump Station;C. Force Main(36"& 3o"FM 100o LF continuous)E.Trenchless Technology 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Brad Warholak, PE Ph:813-209-3051 Em:warholakb@HCFLGov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was the prime engineer for the River Oaks Diversion Design-Build Project Relevance to this Contract: providing design,permitting and construction administration and observation Features: services for: • 5,00o LFL of 36"force main • A new 24-MGD wet pit-dry pit pumping station,designed with a"self-cleaning" • 13,00o LF of 3o"force main trench-style wetwell and emergency bypass wetwell,including two(2)14o-HP • 13,00o LF of 20"recl.main normal duty pumps and four(4)385-HP high-flow pumps,with two(2)7oo-HP • 24 MGD pumping station diesel engine pumps for emergency operation. • Trenchless Construction- • Approximately 5,00o LF of new 36-inch force main between the existing River HDD&J&B Oaks AWTF site and the new pump station, cross a major drainage waterway(Channel A) ' ;.. Services: and parallel to the Upper Tampa Bay ■ Design Recreational Trail. • Permitting • Approximately 1.3,00o LF of new 3o-inch force . j ; �' "1 • Construction Management/ main between the new pump station and the Observation • NWRWRF,installed in the median of an urban, Public Outreach 4-lane roadway and including a jack and bore Key Personnel Involved in this beneath a CSX railroad line and a directional Project: drill beneath a wetland. Approximately 13,00o LF of new 20-inch ,� • E.g g PE-Design • � Engineer o of f Record reclaimed water main,a portion of which is • C.Kuzler,PE,Design along an urban,4-lane landscaped roadway Manager with the remainderparallel to the new 3o-inch "' 3 D.Pearson,PE-Project force main. , _-' Engineer • A new 3o-MGD cascade-type aeration outfall , • O.Serrano-Construction structure to a major drainage channel Manager (Channel A). • M.Gladbach-CAD Designer • Demolition of the River Oaks WWTF and repurposing of the site after the • C.Lacorazza,Hydraulic successful diversion of flow. Modeling Cost: $28M As part our services,Ardurra worked closely with the Design-Build team's Public Relations Manager assisting with preparing exhibits, attending public meetings and keeping project related information outlets up-to-date to keep residents informed of the project's progress. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME ENGINEER FOR THIS DESIGN BUILD PROJECT Ardurra Group, Inc. Tampa, FL Wastewater Engineering,Construction a. Management/Observation;Permitting Bid 2022-122-ND -�9- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 23 ARDURRA Com.lete one Section F for each .ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Integrated Loop Phase 3B, Sarasota County, FL 2019 2022 Area of Expertise: C. Water Mains 48"E. Trenchless Technology 23.PROJECT OWNERS INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE,Project Engineer Ph: (94.)316-1776 Regional Water Authority Em:fritz®a regionalwater.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra provided route evaluations,preliminary engineering,design,permitting Relevance to this Contract: and construction management services for 5 miles of 48-inch and i mile of 36-inch potable water transmission main including steel casings under water crossings,an Features: aerial crossing and a meter station with SCADA. The project also included • ±5 miles of continuous water preliminary design,property evaluations and determining potential sites for a transmission main(WTM) ground storage tank and booster pump station. 48"in diameter • Preliminary engineering included working with the Authority and Sarasota County I.mile of 36"WTM • to evaluate demands,delivery pressures and delivery points; hydraulic modeling Aerial Crossing • of the proposed pipeline,the County's water system and the future Phases 3C and Meter Station with SCADA 3D pipelines to size the pipe and evaluate the need and/or location for a storage • Ground Storage&booster tank and/or re-pump station;and route evaluations for the Phase 3B pipeline(and pump station(preliminary the Phase 3C pipeline from Clark to Fruitville Road)to determine means of routing only) around the County's Dona Bay project and to allow for proper connection of the • Trenchless Technology Phase 3C project and a proposed 3o"water main by Sarasota County,connecting • Water crossing the Phase 3C pipeline with Sarasota County's Pump Station No. 5. Ardurra also developed a report outlining conceptual booster pump station site Services: plans and available land/sites for its future construction.Ardurra identified and • Preliminary Design evaluated potential routes for the pipeline and identified land acquisition and • Final Design permitting requirements.Resulting information and recommendations were • Permitting compiled and reported in the Basis of Design Report submitted to the Authority. • Construction Subsequently,Ardurra provided final design,permitting and construction Management/Observation • management services for 5 miles of 48-inch and i mile of 36-inch potable water Pre qualification of transmission main including steel casings under water crossings,an aerial crossing contractors and a meter station with SCADA. Key Personnel Involved in this As part of preparing the project for construction,Ardurra developed a Project: Prequalification Package defining minimum experience and other requirements • C.Kuzler,PE, Principal-in- for contractors and directional drill contractors to Charge/QA-QC Officer bid the job. Ardurra then assisted with review of the } • Loc Truong, PE,Project: submitted information and with prequalifying ,. Engineering Manager contractors to bid on the project. • Dale Pearson,PE,Project --t.::- f Engineer;Modeling,Permits ipoo Cost: $ii.3M 's, _ The project was completed under budget 'e A•' due to non-use of Contingency Allowance and other bid items such as '• 4borrow material. Familiarity between Owner, \`\ Contractor and Engineer, coupled with favorable \ weather conditions and well written, clear set of bidding documents resulted in an on-schedule completion. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa, FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -30- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER NU / `� C• (Present as many projects as requested by the agency,or 10 projects,if not specified. 24 NU Com.lete one Section F for each .ro'ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48"PCCP Replacement Loganville Highway to Grayson PROFESSIONAL SERVICES CONSTRUCTION(ifApplicable) Tank,Gwinnett County 2019 2020 Area(s)of Expertise:C.Water Main(48-inch) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County Dept of Michael Efeyini, Project Manager Ph:678-376-7069 Water Resources Engineering&Construction- Em:michael.efeyini®gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Gwinnett County Department of Water Resources(GCDWR)previously installed concrete cylinder pipe(PCCP)for large diameter water mains in the i98os as a Features: • cost-savings alternative. However,much of the PCCP manufactured in that period 8,30o LF of 48"water main • eventually experienced internal corrosion of the reinforcing steel and eventual Pipeline Replacement pipe failure. GCDWR has been systematically replacing PCCP in the water system Services: with ductile iron(DI)pipe. • Design • Construction Sequencing Ardurra was contracted by GCDWR to prepare the design for the replacement of • Permitting approximately 830o feet of existing 48-inch PCCP along Loganville Highway • Bid Phase Service (Grayson-New Hope Road). The transmission main connected to the pipe from • Services during the existing Grayson Storage Tank,a significant supply of water for the GCDWR Construction/Field system in the Central Zone. Observation Key Personnel Involved in this Ardurra completed surveying,prepared design drawings,developed the Project: sequencing plan for construction so that water service remained active,provided • Joe Downey,PE-Quality permitting,completed bid phase services,provided services during construction, Control provided inspection,and completed record drawings. Cost: $7.5M 1, - ,� f 4 Ir Even with construction t'► requirements including road ='"j closures,rock blasting,tree • • clearing,fence removal,and "y other requirements,Ardurra - was able to coordinate with the contractor and GCDWR � s► i f 4 to minimize interference to � � ` • ti the public and successfully ' complete the project. The • • project was completed 6 1 months ahead of schedule. 25.FIRMS FROM SECTION C (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group,Inc. Buford,GA Wastewater Engineering Bid 2022-122-ND -31- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER ^� C. agency,or 10 projects, If not specified. �5 Com.lete one Section F for each ero•ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Dunedin Causeway Water Main and Force Main Replacements PROFESSIONAL SERVICES CONSTRUCTION(d Appncable) Dunedin, FL 2013 2014 Area(s)of Expertise: C. Water&Force Mains&E.Trenchless Technology 23.PROJECT OWNER'S INFORMAIION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Dunedin,FL Jorge Quintas,PE,Deputy City Ph:727-298-3175 Manager Em:jquintas©dunedinfl.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by the City of Dunedin to design,permit and provide Relevance to this Contract: construction management services for the replacement of the water main and force main from Honeymoon Island to Dunedin along the north side of the Features: • Dunedin Causeway. The project was completed in the following four phases. 3,50o LF Subaqueous HDD • Phase 1(2010): 7,00o LF of 14-inch HDPE Force Main via HDD,Cost:$o.6M under St.Joseph Sound • • Phase 2&3(2012):10,00o LF of 8-inch/10-inch HDPE Force Main via HDD and 1,00o LF subaqueous HDD 4,00o LF of 8-inch/i8-inch C-9oo/C-9o5 PVC Water Main by Open under Curlew Creek • 10,00o LF of 8/io"force Cut,Cost:$2.oM main • Phase 4(2014):4,00o LF of 18-inch C-9o5 Water Main via Open • 4,000 LF of 8/18"water main Cut,Cost:$2.oM • 4,000 LF of 18"water main • Total:17,00o LF by HDD and 8,000 LF by • 7,00o LF of 18"water main Open Cut ,' The HDD portions of the project included a Services: single 3,50o LF subaqueous HDD under St. - i i • Design Joseph Sound,a 1 g ,00o LF suba ueous HDD � Permitting under Curlew Creek,while the remaining ��-` ip • Construction Management/ portions of the HDD were installed along Observation the • �( *s • Ecological beach,the Dunedin Causeway,and U.S.Alt. F ( Services/Monitoring � 4# � •19• I `' • Emergency Spill Plan Ardurra also develop a HDD Frac-out/ 1 �; • Emergency Assistance Bentonite Management and Emergency 1. "�.•-• .. 1 Spill Plan to address potential pathways for :, = Key Personnel Involved in this release of HDD drilling fluid,containment, - . ' '-: Project: itrcleanup,and mitigation measures as well as • • L Truong, PE-Project reporting procedures and points of contact i' Manager for Federal/State regulatory and permitting (_ C.Kuzler,PE,Principal-in- agencies. _ charge/QA-QC/ER Assistance During construction,Ardurra provided construction management services which • M.Gladbach-CAD Designer included coordination with the U.S.Coast Guard and full-time services of an Environmental Scientist/Biologist from Ardurra's in-house Environmental Science Department to conduct visual inspection,monitor water quality,habitat lip tection of seagrasses,and underwater mammals via a watercraft. During project design,a bridge contractor on a different project damaged the existing 2o"subaqueous water main. Ardurra assisted the City of Dunedin with the emergency replacement of the 2o"main. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa, FL Water/Wastewater Engineering,Construction a. Management/Observation;Ecological Services; Permitting,emergency assistance Bid 2022-122-ND -32- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER ��. (Present as many projects as requested by the agency,or 10 projects,If not specified. 26 Cornslete one Section F for each tro ect.)_ ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED FDOT Gateway Express Design Criteria Engineering PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Largo, FL 2017 Area(s)of Expertise:C. Force Mains&Water Mains 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo,FL Chuck Mura,PE,Senior Engineer Ph: 727-587-6713 Em: cmura®a largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Under its utilities continuing services contract with the City,Ardurra is serving as Relevance to this Contract: the City's Design Criteria Professional for the relocation of its utilities in conflict Features: with the FDOT's Gateway Express project,interconnecting 1-275 with 118th Ave N. • 1,200 LF of sanitary sewer and the Roosevelt Blvd Extension. Services included development of a Design • 4,85o LF of 2"-12"force Criteria Package and Conceptual Utility Relocation Plans for the affected utilities mains which included: ■ 12,35o LF of 8"&i6"water mains • 1,200 LF of sanitary sewer; • 6,60o LF 20"reclaimed • 4,85o LF of 2"-12"force mains,and; mains ■ 6,600 LF of 20"reclaimed water mains and 3o"dechlorinated effluent • FDOT—Utility work by disposal main. The 3o"effluent line was specified to be increased to 42" Highway Contractor as part of the construction. Agreement Services also included development and negotiation of a Utility Work by Highway Services: Contractor Agreement between the City and the FDOT and review of Design-Build • Design team proposals and design submittals. Ardurra served as the Owner's • Permitting Representative during construction,reviewing submittals and providing • Construction construction observation services. Management/Observation Fees:$185,000 Key Personnel Involved in this Project: As a parallel effort, 1 • B.Turnage,PE-Project Ardurra provided - - ,, Manager identical services for • K.Jeffords,El—GIS/Utility 12,35o LF of 8"-26"water = ".:r'° Coordination mains owned by the City / ■ O.Serrano-Construction of Pinellas Park and Management/Observation affected by the j� construction. - 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group, Inc. Tampa, FL Water/Wastewater Engineering,Construction Management/Observation Bid 2022-122-ND -33- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 27 ARDURRA Corn.lete one Section F for each .ro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED US 301 Force Main PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Hillsborough County, FL 2012 2013 Area(s)of Expertise: C. Force Main(3o")&E.Trenchless Technology 23.PROJECT OWNERS INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Pedro Rivera,PE,Professional Ph:813-272-5977 X43323Em: Engineering riverap@hillsboroughcounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was hired by Hillsborough County to provide design,permitting and Relevance to this Contract: construction services for±8,000 LF of 3o-inch force main along US-3o2 in Features: advance of an FDOT roadway widening project requiring that the design take • 8,000 LF of 3o"force main into account future roadway improvements. Due to limited space in the • Limited ROW right-of-way and proximity to the existing edge of pavement,various • 2,035 LF-HDD methods of construction were evaluated including open cut and horizontal directional drill. Services: ■ Design The project reached the 90%complete design level,but due to FDOT design • Permitting requirements was estimated to cost near s5 million. To reduce costs,Ardurra • Construction Management recommended that the County obtain easements on private property in order to • Field Observation remove±5,80o LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining±2,30o LF Key Personnel Involved in this of ductile iron pipe in the FDOT ROW. The resulting construction contract was Project: for$2.75 million—saving the County an estimated$2 million. • C.Kuzler,PE-Project Manager The constructed pipe materials • M.Gladbach,CAD Designer included 3,753 LF of 3o" • O.Serrano,Construction AWWA C-9o5 PVC and 2,370 - Inspection LF of 3o-inch ductile iron force - main installed by open cut;and 2,o35 LF of fusible C 905 PVC T installed by horizontal . directional drill.Ardurra also �" provided full-time construction observation and management lille •_%+; - - ,, services for the project—which ' 4 . . was completed+2 months .0- ahead of schedule. F iiiio),st: $2.75M To reduce costs,Ardurra recommended that the County obtain easements on private property in order to remove±5,80o LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining±2,30o LF of ductile iron pipe in the FDOT ROW. The resulting construction contract was for$2.75 million—saving the County an estimated$2 million. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa,FL Wastewater Engineering,Construction a. Management/Observation Bid 2022-122-ND -34- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� C• (Present as many projects as requested by the agency,or 10 projects, If not specified. 28 Com.lete one Section F for each .ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Gulf Boulevard FDOT Utility Relocations PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2o1g 2021 Area(s)of Expertise: C. Force Mains&Water Mains 23.PROJECT OWNER'S INFORMAIION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke@pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra performed a conflict analysis and design of the relocation of Pinellas Features: County utilities along beachfront Gulf Blvd between Park Blvd and Walsingham Dr. • 3 mile congested stretch of —a 3-mile stretch of roadway through locally referred to as"the Narrows"due to busy beach roadway the narrow width of congested right-of-way—to accommodate drainage • 6,70o LF 6-12"potable water improvements by FDOT. Conflicts with all utilities were significant,requiring the main relocation of:95o FL of 4"reclaimed water main;6,70o LF of 6"to 12"potable • 2,225 LF of 4-8"force main water main(including approximately ioo individual service relocations);2,225 LF • 2,25o LF of 8"sanitary sewer of 4"to 8"force main;and 2,250 LF of 8"sanitary sewer. Due to project schedules from FDOT and the County,the project design was expedited to be completed ahead of the roadwork but was ultimately combined with the FDOT work under a Services: Utility Work by Highway Contractor Agreement(UWHCA). • Conflict Analysis ■ Design ■ Utility Coordination Cost: $7.6M • Permitting , Key Personnel Involved in this Project: This project was located in a highly , , . s t •■ B.Turnage PE,Project trafficked beach roadway and in a narrow ter• I / . Manager width of right-of-way. • C.Kuzler,PE-Principal-in I Charge/QA-QC AI -111 -' • Kaitlin Jeffords,El-Project Gz Engineer-permitting/utility coordination • M.Gladbach-CAD /Production 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering;Permitting a. Bid 2022-122-ND -35- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPI E PROJECT KEY I NUMBER C QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,If not specified. 1 �9 ARDURRA Comslete one Section F for each .roect.) 21. TITLE AND LOCATION(City and State) 22.YEARCOMPLE1ED MDWASD's Small Water Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County(Leisure City), FL Phase 1—2017 Phase 1—2019 Area(s)of Expertise: C.Water Mains Phase 2-2018 Phase 2-2020 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Carlos Benavides,PE,Sr.Project Ph:786-268-5285 Sewer Department,FL Manager Em:cbenavides@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Miami Dade Water and Sewer Department(MDWASD)retained Ardurra to provide,surveying,geotechnical investigation services,utilities identification,site Features: report,design o% o% o% and i00%),cost estimating, LF of 8-inch water assessment 9 (3 ,7 ,99, scheduling,permitting,and limited construction support services(procurement mains • and construction support),for the installation of approximately 24,57o linear feet 37o services • of 8-inch water mains,37o services,fire hydrants,and system interconnections. Fire hydrants • This project is part of MDWASD's program to replace undersized water mains due System interconnections to excessive leakage,low pressure,low flow,water quality concerns,and fire Services: protection issues. — _ -- • Design l�In>r, _. i NA l -- ;�i 'f ;; 1 • Cost estimating This project was designed _ i - ▪ Permitting and bid as two separate _ ® — • ,:t:.31,� , =.:,• • Limited construction phase jobs divided into Phase I ) Ir - i �` s �1 services and Phase II,as shown -- 1 1 i C'' 1:E i--. below.Phase I consists of i 1 . ti'3 = ` I Key Personnel Involved in this N Pro ject: approximately 11,440 linear 1 , __ 1 feet of new water mains, 1 _ 1 _ 1 •__ ■ A.Maristany,PE-Project and Phase II consists of , , ; - 1 _1 1 ;19 _ Manager/EOR 13,130 linear feet. Two _ Miami lbdc!Otter&Sr.,Wafer Nola;,rr... . ..... A • C.Kuzler,PE-Principal-in- separate bid packages with Charge separate permits were prepared. Permits were obtained from DERM-RER,Miami- • M.Gladbach-Lead Designer Dade County Public Works,Fire,HRS,and FDOH. Subconsultant: Geosol-Geotechnical Services Plans include existing utilities,location of existing and proposed water services, tie-ins to existing system,air release valves,tapping sleeves,valves,flushing valves,fire hydrants,and"Dog-Leg"interconnections between the existing water main system and proposed water mains,these interconnections will provide interim service from both systems as needed until all property services have been transferred to the new water system and the old rear mains can be decommissioned. Fee: $511,328 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water Engineering;Construction Phase Services; a. Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -36- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NU R ^\/ C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 30 NU Corn side one Section F for each iro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design Criteria Package for North Palm River Water PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Expansion 2016 2018 Area of Expertise: C. Water Mains 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c,POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Jason Parrillo, PE,Sr.Professional Ph: 813-853-1059 Engineering Em:parrilloJ@HCFLgov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Due to poor water quality from private wells in the Palm River area,the Hillsborough County Public Utilities Department has executed the Palm River Features: Water Expansion Program which will extend new water mains to the unserved • 6"-8"Potable Water Mains areas within the Palm River community. • Extension 8.5 miles ■ Design Criteria Professional The County decided to implement the first phase of the program as a single Design-Build project,the North Palm River Water Expansion Project,including the Services: extension of±8.5 miles of 6-inch and 8-inch new water mains to unserved areas of Design • Engineering Services during Palm River north of Causeway Blvd. Ardurra was selected to function as the Construction Design Criteria Professional for the North Palm River Water Expansion project. Key Personnel Involved in this Services generally include the following: Project: • B.Turnage,PE-Project • Assist the County in the development of the Request for Qualifications Manager (RFQ)for pre-qualification ■ C.Kuzler,PE,Principal-in- • Development of a Design Criteria Package to include in the Request for Charge/QA-QC Proposal(RFP) • Assist the County in development of the RFP package to solicit bids from shortlisted teams. • Provide bidding assistance,including answering questions from potential bidders and assisting the County with preparation of Addenda • Design Review services,including review of the 6o%and i00%complete drawing submittals to confirm conformance with the DCP. • Construction services,including cursory shop drawing review,progress meeting attendance functioning as the County's representative to ensure construction is in conformance with the DCP. Cost: $8.5M • r _ __ 1.4 ul • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME/DESIGN CRITERIA PROFESSIONAL Ardurra Group, Inc. Tampa, FL Water Engineering a. Bid 2022-122-ND -37- DocuSign Envelope ID:59D12E6F-6507-4CF8-8636-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT^ KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / � C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 31 ARDURRA Com.lete one Section F for each•ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Safety Harbor Water and Sewer Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Safety Harbor, FL 2019 2o23. Area(s)of Expertise: C.Water Mains and Force Mains&D.Gravity Sewer 23.PROJECT OWNERS INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Safety Harbor,FL Michelle Giuliani,Director of Ph:727-724-1555 Engineering Em:mgiuliani@cityofsafetyharbor.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). To eliminate deteriorating cast iron mains,Ardurra was retained by the City of Relevance to this Contract: Safety Harbor to provide design,permitting,and bidding for replacement water Features: mains and service connections to existing meters in existing residential • 2"&6"replacement mains neighborhoods.The projects included installation of new water mains via close • 1,56o force main tolerance horizontal directional drill and open cut,water service laterals, • 1,85o 8"gravity sewer installation of valves and appurtenances and fire hydrants,abandonment and • Located in residential areas grouting of existing of water mains,restoration of brick,curbs,driveways, • New water service sidewalks,and roadways. Projects included 1,56o LF of 6-inch PVC C-goo force • Complete restoration roads, main to replace an existing,deteriorated 4-inch force main. Project also included sidewalks,curbs&brick design and construction of approximately 1,85o LF of 8-inch gravity sewer and 11 • Coordination with new manholes to replace the existing brick manholes,and vitrified clay pipe homeowners gravity sewers. To date,projects assigned include: Services: • Espiritu Santo Springs Subdivision&Washington—Replacement of • Design 12,00o LF of 2-inch and 6-inch water mains. • Permitting • Green Springs Water Main Replacement—Replacement of 5,20o LF of • Construction Management • new 6-inch water mains. Public • 3.3th Avenue North to gth Avenue North Water Main Replacement— Involvement/Outreach Replacement of 2,1oo LF of 12-inch water mains. South Green Springs Water Main—Replacement of 4,goo LF of new 2- Key Personnel Involved in this • Project: inch water mains and 4,10o LF of new 6-inch water mains. • C.Kuzler,PE-Principal-in- • North Bayshore Drive Sanitary Sewer Replacements-Replacement of Charge/QA-OC approximately 1,85o LF of 8-inch gravity sewer and 11 new manholes to • L.Troung,PE-Project replace the existing brick manholes, Manager and vitrified clay pipe gravity „ - • K.Jeffords,EI-Geographic sewers. mr,, Information Systems& _ f � Utility Coordination Cost: $5.6M I-, r.w� -• • C.Lacorazza, Project Engineer I • 1,74 ■ M.Gladbach,CAD Designer Ardurra provided coordination with homeowners for replacement of water f services and sewer laterals. Coordination continued throughout construction until the work on each property was completed. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering, Construction a. Management/Observation;Permitting Bid 2022-122-ND -38- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER agency,or 10 projects, If not specified. 2 Cor elete one Section F for each.ro'ect.) 3 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Sarasota Water Main Replacements-CMAR PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Sarasota, FL 2019 Area(s)of Expertise: C.Water Mains H.Public Outreach 23.PROJECI OWNE R'S INFORMAL ION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sarasota,FL Anthony Centurione,PE Ph:(941.)365-220o ext.6221 Em:Anthony.Centurione®sarasotafl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Many of the existing water mains throughout older portions of the City of Sarasota Relevance to this Contract: are made of unlined cast iron,galvanized steel or asbestos cement. To-date Ardurra was hired to provide design,permitting,and construction management Features: • services for replacement of water mains in existing neighborhoods for the 4,60o LF of 8"Water Main •following two projects: Replacement of existing water mains to improve Bahia Vista Street Water Main Replacement:This project involved the service and fire coverage replacement of 2,60o LF of existing 8 and 6-inch cast iron and asbestos cement • Locating and designating water main along Bahia Vista Street from Orange Avenue to US-41 with a new 12- existing utilities inch ductile iron water main to be constructed in the roadway via open trench.The • Cutting and tying into project also included new services to 6i lots and complete milling and overlaying existing asbestos cement of the existing roadway—which is an original brick roadway overlaid in the i98os. water mains The project included a crossing of Osprey Avenue.Because Osprey Avenue was • New services to lots currently being reconstructed,the project was divided into two phases so that • Alternative Delivery- work in the intersection can be completed ahead of the remainder of the project. Construction Management Phase i includes replacement of the water mains in the Osprey Avenue at Risk intersection and is currently in construction. Phase 2,which includes the remainder of the new water mains,is on hold pending resolution of a funding Services. • Design source. ■ Permitting Orange Avenue Water Main Replacement:This project involved the replacement ■ Construction of 2,00o LF of existing 8 and 6-inch cast iron and asbestos cement water main Management/Observation along Orange Avenue.Street with a new 8-inch ductile iron water main to be • Community Relations constructed in the roadway via open trench.At the completion of construction,all open cut streets and intersections have been Key Personnel Involved in this milled and overlaid,providing residents with ,y Project: III}' * % 1 ■ L.Truong,PE-Project not only improved water service but also /., - Manager rehabilitated roadways and,in some cases g y „ --... ?,, .: ■ C.Kuzler, PE,Principal-in- improved stormwater drainage. , , ! .c Charge/QA OC Cost: $2.TM Orange Avenue/Bahia Vista _ • M.Gladbach,PE-CAD di*$1.79,000 Osprey Intersection only , Design y •■ O.Serrano,Construction Manager cope of Services for these projects included preparing public information notices and documents posted on the City's website,conducting public information meetings and attending the Coalition of City Neighborhood Associations(CCNA)Meetings to inform the community of the projects and to keep them informed of progress throughout construction. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Wastewater Engineering;Construction a' Management/Observation&Permitting Bid 2022-122-ND -39- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 33 ARDURRA Corn Mete one Section F for each .ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Venice Water Main Replacement Program, Phases i, PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) 3, 5, 6, 7, and 8, Venice, FL Ph 1-6: 2015-2019 Ph 1-6: 2015-2020 Area of Expertise: C.Water Mains 7&8 Ongoing 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Venice, FL Javier Vargas,PE,Utilities Director Ph:941-882-7309 Em:jvargas®venicefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Many City of Venice residents receive water from small diameter water mains Relevance to this Contract: made of unlined cast iron and located in rear lot easements. Ardurra was hired by Features: the City to perform an evaluation of the City's water system to identify locations of • 26 LF of 6"8"WM galvanized and cast iron water mains,develop a GIS map for planning purposes, �775 Relocation of 540+private and evaluate various technologies for assessing pipe conditions. services To eliminate the unlined mains and provide improved service,the City • Private Property implemented a Program to construct new mains along streets,relocate individual Agreements meters into the right-of-way in front of all properties,run a new service from the meter to the building,and abandon the mains that are located in rear easements. Services: • Design Ardurra was selected by the City to provide design,permitting,and construction • Permitting management services for seven phases of this 8 phase Program. Projects have • Construction Management included: • Phase is±5,00o LF of new 6-inch and 8-inch water mains,abandonment of Key Personnel Involved in this existing,relocation of±141 private services,and a io-inch directional drill Project: under Hatchett Creek. Cost:$i.iM • C.Kuzler, PE-Principal-in- • Phase 3:±5,3.00 LF of 6-inch water main,abandonment of existing 2-inch Charge/Project Manager • through 4-inch mains and relocation of±139 private services.Cost:$1.iM K.Jeffords,El-Geographic • Phase 5(completed):±9,20o LF of 6-inch water main,abandonment of Information Systems • M.Gladbach,CAD Designer existing 2-inch through 4-inch mains and the relocation of±i6o private services.Cost:$i.9M • Phase 6:±7,475 LF of 6-inch water main abandonment of existing 2-inch through 4-inch mains and the relocation of:no()private services.Cost:$2.1.M Cost: $6.4M Ardurra is currently completing preliminary engineering for Phases 7 and 8. Phases 5, 6,7 and 8 have been/are being funded with State Revolving / 1,4i Loan funds. In all phases, the water • mains were/are being installed using a combination of open trench and horizontal directional drill C i construction. The means of installation was determined based on / the level of restoration that would be required and the potential disruption to residents. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa, FL Water Engineering,Construction a. Management/Observation;Permitting Bid 2022-122-ND -40- DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ` / D• (Present as many projects as requested by the agency,or 10 projects,if not specified. 34 �/ Comstete one Section F for each .ro.ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Preliminary Engineering Report for Pinellas Park PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Interceptor Collection System Improvements 2017 See Below Pinellas County, FL Area of Expertise:G.Gravity Sewer 42"interceptor 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County(County)currently receives wastewater flows from the City of Relevance to this Contract: Pinellas Park via a 2-mile long,42-inch diameter sewer interceptor pipe beginning Features: at 84th Avenue and traveling along Belcher Road to the County's South Cross • 42"gravity sewer Bayou Water Reclamation Facility(SCBWRF). interceptor ■ Modeling The 2-mile long sewer interceptor pipe includes a 24-inch triple barrel section of • 10,00o LF of pipe pipe that crosses a creek at 71st Avenue North.During periods of wet weather or • Provide alternatives and peak flows,the interceptor experiences surcharging and/or overflows upstream of recommendation for the 24-inch triple barrel pipe section. Ardurra was contracted to determine how to improvements to alleviate alleviate the surcharge/overflow of the sewer interceptor system and then provide surcharge and overflows alternatives and recommendations for the improvements. Services: Services include the development of a hydraulic model of the sewer interceptor • Hydraulic Modeling • system comprising approximately 10,000 LF of pipe and 35 manholes to determine Alternatives • the capacity of the interceptor system,calculate velocities and flows,and Recommendation determine operation conditions for a series of incremental flows. Key Personnel Involved in this Project: • C.Kuzler,PE-Principal-in- Fee: $91,764 Charge • L.Truong,PE-Project Manager 3 • C.Lacorrazza.Modeling • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group, Inc. Tampa, FL Wastewater Engineering Bid 2022-122-ND -41- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY D. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBER 5 ARDURRA Corndote one Section F for each aro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Clearwater Septic to Sewer Program PROFESSIONAL SERVICES CONSTRUCTION Of Appfhcablc) Clearwater, FL 2012 2014 Area(s)of Expertise: D.Gravity Sewer System&H. Public Outreach 23.PROJECT OWNERS INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Clearwater,FL Tara Kivett,PE, Engineering Ph: 727-562-4758 Construction Manager Em:Tara.kivett®a myclearwater.com The Idlewild development contained±45o septic systems and was the first area to Relevance to this Contract: be considered under the City of Clearwater's Septic to Sewer Program.Ardurra evaluated various sanitary sewer systems,which included a vacuum sewer system, Features: ■ 20,000 LF gravity sewers a low-pressure sewer system,a STEP sewer system and a conventional gravity • go manholes sewer system to serve the area.Results were compiled into an Alternatives • New lateral in ROW of Analysis Report which also included a preliminary design,construction cost private property estimates,life cycle cost analysis and environmental impact assessment and was • Public Outreach/Easements submitted to the EPA to serve as an Environmental Impact Document for the • Abandonment of 45o+septic project's$500,00o EPA grant. , systems , 'l Water main relocations Ardurra proceeded with providing final ` ' '-•= -_ i design,permitting and construction services ,, • Replacement of natural gas for 20,000 LF of gravity sewers,90 e,. 0- f distribution system manholes, new laterals in the right-of-way w" • Water Quality Improvement and on private property,abandonment of Alternatives Analysis Grant Assistance 450+septic systems,water main relocations, new water services to each lot,and • Services: replacement of the entire natural gas • Design distribution system. • Permitting Ardurra's Ecological Staff performed wetland delineation,developed a water • Wetland Delineations • quality improvement alternatives analysis,obtained permits from the Southwest Bidding Assistance Florida Water Management District(SWFWMD)and U.S.Army Corps of • Construction Administration Engineers,and assisted the City with obtaining the SWFWMD grant for the stormwater work. Key Personnel Involved in this Public Outreach/Easements. Other efforts involving private property included Project: obtaining Agreements with each property owner,installation of new sewer laterals • L.Truong,PE-Project on the properties and then emptying and abandonment of the septic tanks—each Manager of which had to be permitted separately with the Health Department.At the • C.Kuzler,PE,Principal/QA- completion of the project all of the affected roads were milled and re-paved. QC Cost: $6.5M • M.Gladbach;CADD signer - O.Serrano,Serrano,JR-Construction Manager U The project was a huge success and resulted in a :>a, 4:: '—'r;'� • P.Botter _ PWS— complete upgrade of the utilities level of service - in the area,providing sewer service,eliminating - - ' Ecological sewage spills and flooding,and ending with - _ -- Services/Environmental 4 completely re-paved roads. Impact ._.c.. .FI•M FRO TI•\ CI • VE• ITH THIS''„; + (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa,FL Wastewater Engineering/Permitting/Construction a. Management Bid 2022-122-ND -42- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY DQUALIFICATIONS FOR THIS CONTRACT NUMBER //`�` • (Present as many projects as requested by the agency,or 10 projects,of not specified. 36 V Com.lete one Section F for each.ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Bayshore Drive and Church Street Sewer and Force PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Main Replacements, Safety Harbor, FL 2018 2o3.9 Area(s)of Expertise: C. Gravity Sewer System C. Force Main 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Safety Harbor,FL Michelle Giuliani,Director of Ph:727-724-1555 Engineering Em:mgiuliani®a cityofsafetyharbor.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra provided design,permitting and construction administration of approximately 1,56o LF of 6-inch PVC C-9oo force main along North Bayshore Features: • Drive and Church Street. The proposed force main was designed to replace the 1,85o LF of 8"gravity sewers • existing 4-inch force main that is to be abandoned. The project also included 11 manholes construction of approximately 1,85o LF of 8-inch SDR-35 PVC gravity sewer • 1,56o LF of 6"force main • through a total of 11 new manholes. The gravity sewer system included 175 LF of sanitary sewer • Sidewalk/Ramp restoration connection to 5 existing sewer mains,and connection to I.existing lift station.The for ADA compliance City of Safety Harbor also requested Ardurra to provide additional design and permitting of 175 LF sanitary sewer along Hamilton Avenue and additional design Services: related to the restoration of sidewalk ramps to be compliant with the Americans • Design with Disabilities Act(ADA)within the project area. • Permitting • Construction Cost: $1.2M I Administration/Field ., _ A Observation • �� g ``�'! Key Personnel Involved in this '. Project: The system also replaced the existing brick manholes i ll1! • L.Truong,PE-Project and vitrified clay pipe that served the area. .,., • Manager • '. , • C.Kuzler, PE,Principal _D � .,c /QA-OC `'— • O.Serrano-Construction Observation • P.Bottone, PWS— Ecological services 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Wastewater Engineering/Permitting/Construction a. Management Bid 2022-122-ND -43- DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� D• (Present as many projects as requested by the agency,or 10 projects,if not specified. 37 Com.Iete one Section F for each.ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YI AR COMPLETED Seabreeze Drive Sewer Expansion PROFESSIONAL SERVICES CONS RUC ION Of Applicable) Tarpon Springs, FL 2020 2021 Area(s)of Expertise: D. Gravity Sewer A. Duplex Lift Station 23 PROJF C I OWNI RS INFORMAL ION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Tarpon Springs,FL Robert Robertson,II,Public Services Ph:(727)942-5638 Program Manager Em:rrobertson@ctsfl.us 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Alternative Analysis Report Relevance to this Contract: In 2o17,the City of Tarpon Springs commissioned Ardurra to develop an Alternative Analysis Report to evaluate alternatives for expanding its wastewater Features: service into the neighborhood area along Seabreeze Drive as part of an ongoing • 2,80o LF of 8"gravity sewer • program to eliminate private septic systems. The geographical limits of the i,3oo LF of 4"force main • evaluation included the 67 parcels/lots along Seabreeze Drive,of which 55 are Duplex Lift Station single family homes,and 12 are vacant properties. Services: The report evaluated various collection/transmission system alternatives for • Design providing sanitary sewer service to the area. Alternatives included installation of a • Permitting gravity sewer system with a lift station,installation of a vacuum sewer system to a • Bidding Assistance new vacuum and pumping station,and installation of a low pressure sewer • Construction system. The evaluation criteria included wastewater flows and system capacity; Management/Observation alignment,constructability,life cycle costs,permitting requirements,and operational considerations, including the use of specialized equipment,training, Key Personnel Involved in this and resulting system reliability. The recommendation provided by Ardurra was to Project: • install a gravity sanitary sewer system with a lift station,connecting to the City's L.Truong,PE QA OC • existing force main along Riverside Drive. C.Kuzler,PE,Principal in Charge Gravity Sanitary Sewer System • C.Lacorazza,Project Following development of the 2017 Alternative Analysis Report,the City of Tarpon Engineer Springs has requested that Ardurra provide engineering design,permitting,and bidding services for the construction of the new gravity sewer system and lift station in the Seabreeze Drive area. In general,the gravity sewer system will include approximately 2,80o LF of 8-inch gravity sewer main,and n.manholes which convey raw sewage to a new duplex lift station. The raw sewage from the lift station will be pumped through a 4-inch force main that will tie into the existing force main running along Riverside Drive. Cost: $1.4M I tip... FI•M F•• TI•N I I D iITHa (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group, Inc. Tampa,FL Wastewater Engineering;Construction Management/Observation&Permitting Bid 2022-122-ND -44- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / / E• (Present as many projects as requested by the agency.or 10 projects, If not specified. 38 NU Com.lete one Section F for each.ro ect.) _ ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48-inch Water Main Interconnect in Downtown Miami PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami,FL Traditional-2016 Traditional—2018 Area(s)of Expertise: C.Water Mains&E.Trenchless Technology Design-Build-2o16 Design-Build-2019 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Lin Li,PE Ph: 786-395-9186 Sewer Department Em:lin.li@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra served as Engineer of Record and Design Criteria Professional for the Relevance to this Contract: design of a 48-inch water main interconnect in downtown Miami,an area with Features: heavy traffic,congested utilities,multiple concurrent construction projects,and • 5,00o LF of 48"water main groundwater and soil contamination. • 2,80o LF of 36"water main • 1 micro-tunnel(72"casing) One portion of the project was fast-tracked as traditional design-bid-build to • 2jack-and-bore(72"casing) avoid anticipated conflicts with the ongoing concurrent construction of the • Open Cut along Biscayne Miami Brightline Station. This portion of the project included 800 feet of 48- Blvd. inch WM, 50o feet of 36-inch WM,ioo feet of 3o-inch WM,and a micro tunnel • Downtown location (72-inch casing)under the FEC railroad across the street from the Miami congested with traffic, Brightline Station. utilities,and concurrent construction projects The other portion of the project was procured via design-build and included • Soil and groundwater 4,2oo feet of 48-inch WM, 2,3oo feet of 36-inch WM,3o feet of 3o-inch WM, contamination open cut across US-1 downtown,and a Jack-and Bore(72"casing)under the FEC railroad. The project received a project of the year award by CAACE. Services: • Engineer of Record Construction:$22.9M • Design Criteria Professional i i • Finalize route for final BODR • Design " .:i. ' ,, • Permitting ( . I '} ' • Limited Construction x °' Services wd Key Personnel Involved in this :; e,�r A ) Project: a�P•�oEG��vot r ■ A.Maristany, PE-Project G cpcx ..o9P�oy Manager/EOR �s9\�eeac ■ Chris Kuzler,PE-Principal- `- '""" in charge -- ■ Mark Gladbach-Designer " ' '\ -!\111110e\ � , �■' Subconsultant: I. . a u Geosol,Inc.-geotechnical& - contamination testing 25.FIRMS FROM SECTION C INVOL . "' ' "''S PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group, Inc. Tampa,FL Water Engineering;Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT b. Geosol,Inc. Miami Lakes, FL Geotechnical&contamination testing Bid 2022-122-ND -45- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY I QUALIFICATIONS FOR THIS CONTRACT NUMBER /A` E• (Present as many protects as requested by the agency,or 10 protects, if not specified. 39 ARDURRAV Comslete one Section F for each.ro ect.) 21. TITLE AND LOCATION(City and State) 22.YI AR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUC f ION Of Applicable) Integrated Loop Phase i, Charlotte Co, FL 2o1.8 2020 Area of Expertise: C. Water Mains&E.Trenchless Technology -24" crossing water 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE,Project Engineer Ph:(941)316-1776 Regional Water Authority Em:fritz@regionalwater.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Preliminary Engineering. Ardurra's performed preliminary engineering services Relevance to this Contract: which included evaluating demands and delivery pressures and developing a Features: hydraulic model to determine the pipe size,the need and/or location for a storage • ±6.3 miles of continuous tank and/or re-pump station,and chemical feed systems. Ardurra also identified water transmission main and evaluated potential alternative routes,identified land acquisition and (WTM)24"in diameter permitting requirements and prepared an opinion of probable construction cost • Re-pump station design and implementation schedule. Resulting information and recommendations were • 3,50o LF of HDD for 24"WM compiled and reported in the Basis of Design Report submitted to the Authority. • Metering/Telemetry Station Design, Permitting,Construction. Subsequent to the completion of the Services: preliminary engineering,Ardurra provided design,permitting and construction • Preliminary Engineering administration,field observation for the 6.3 miles of 24-inch ductile iron potable • Alternative Routs water transmission main,including a 3,50o LF horizontal directional drill(HDD) • Land Acquisition crossing of Shell Creek at the City of Punta Gorda's Henrickson Dam. requirements The pipeline included three jack and bore crossings of roads and drainage culverts • Design and interconnections to existing pipelines at Desoto County Project Prairie • Permitting Booster Pump Station and Punta Gorda's Shell Creek Water Treatment Plant and a • Construction meter station. Management/Observation Ardurra developed a Prequalification Package defining minimum experience and Key Personnel Involved in this other requirements for contractors and directional drill contractors to bid the job. Project: As a result,six qualified contractors and four drilling subcontractors were pre- • C.Kuzler,PE,Principal-in- selected and asked to bid the project and the IR" ' � y Charge/QA-OC Officer i { ` ' Loc Truong, PE,Project: risk of hiring an unqualified contractor due to ' ) ", ■ the low-bid process was eliminated. th> - ' f` Engineering Manager t a • Dale Pearson,PE,Project Cost: $7.4M _. . a i.X' Engineer;Modeling,Permits 10. " ' • O.Serrano,Construction Design of the 3,50o LF horizontal -, ; � = Manager directional drill(HDD)crossing Shell -- :- ,,=, Creek was especially complicated given the geology under the creek and the proximity of the Cityof Punta Gorda's Hendrickson 3: '`,: _ . Dam. Ardurra recommended that the drill - + be installed on the downstream side of the dam to eliminate the risk of contaminating € :''. the City's water supply with bentonite from 1 ems ' potential frac-outs. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa,FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -46- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 1 20.EXAMPLE PROJECT KEY E. QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER �� agency,or 10 projects, If not specified. Completc one Section F for each •ro ect.) 4° ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Clearwater Memorial Causeway Subaqueous Pipelines PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Clearwater, FL zo15 2018 Area of Expertise: C. Force Main(3.000 LF continuous of 24"& 20"main) E.Trenchless Technology 24"pipeline crossing Florida Waters(3.,000 continuous) 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Clearwater,FL Tara Kivett,PE,Engineering Ph: (727)562-4758 Director Em:tara.kivett®a myclearwater.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Clearwater contracted Ardurra to provide design,permitting,and construction management services for the installation of a replacement 24"force Features: main across Clearwater Harbor from Bayway Blvd.on Clearwater Beach to SR 6o • 2,7oo LF of 24"Force Main (approximately 2,7oo LF)and a new 20-inch pipeline across the Intracoastal across Clearwater Harbor— Waterway from the Memorial Causeway to Drew Street for future use as either a loon LF continuous HDD • force main,water main,or reclaimed water main(approximately 1,50o LF). New 1,500,LF of zo" Both pipelines are installed via subaqueous horizontal directional drill methods. pipeline across Intracoastal Waterway-woo LF continuous HDD. The route for the 24"force main starts in a congested residential/commercial area on Clearwater Beach,crosses the harbor and then crosses a recreational trail along Services: the Causeway before being connected to an existing 20"force main,which will • Design require the use of a zo"line stop in the existing main. • Permitting • Construction Management/ The new 20"pipeline runs parallel to the Observation recreational trail and then crosses the ' ? • Ecological Services/ harbor through the City Marina before "' Monitoring terminating in a City park. Connection F to the existing main will require the use Key Personnel Involved in this of a 3.6"line stop. Permitting was Project: required from the Florida Department • C.Kuzler,PE,Principal-in- of Environmental Protection, Florida Charge Department of Transportation,and the • L.Truong,PE-Project U.S.Army Corps of Engineers. --"°' Manager Cost: S3.5M • P.Bottone, PWS-Ecological t; Services/Construction 1111[1-. � Monitoring Ali► f, • O.Serrano-Construction Inspection r ' 1G ` Ardurra's inhouse Ecologist perform monitoring ••••••1••••••••••••••••••••=••••••••• ••••••••ki services during construction. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering,Construction Management/Observation;Permitting Bid 2022-122-ND -47- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPI[ PROJI C r KI Y QUALIFICATIONS FOR THIS CONTRACT NUMI)I R /1 E. (Present as many projects as requested by the agency,or 10 projects,if not specified. 41 ARD RA Comalete one Section F for each aro ect.) I 21. TITLE AND LOCATION(City and State) 22.YEAR COMPI I I I I) Design Services for MDWASD Installation of 12"and 16" PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Force Main along NE 3.83`d St and Island Blvd 2020 Est June 2022 Aventura, FL Area(s)of Expertise: C. Force Main(12"l16") 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Water Alex Retamar Ph:786-552-44o5 and Sewer Department Em:alex.retamar®a miamidade.gov The Miami Dade Water and Sewer Department(MDWASD)retained Ardurra to Relevance to this Contract: provide surveying,geotechnical investigation,technical memorandum,design, Features: cost estimating,scheduling,permitting,and limited construction support services . 8-,10-,12-,14-and i6-inch for the design of approximately 9,000 linear feet of 8-,io-,12-,14-and 16-inch force mains force mains to service MDWASD pump stations 499,471 and 47o as well as other • 6,o15 LF of new force main privately owned sewage pump station in the area. • 2,985 LF sliplining installation Major project components include the design of a new force main of which 6,015 • Tapping 36"main linear feet will be installed via open cut and 2,985 linear feet will be installed via • Allows for future expansion slip lining method to make minimal disruption to above ground facilities and • Roadway improvements& vehicle traffic.The project also includes close coordination with FDOT for tapping resurfacing of a 36-inch force main to which all flows will be directed to.The design accounts • Utility Relocations for future system expansion or improvements,utility relocations,roadway improvements,inclusion of new pedestrian ramps where non-existent,roadway services: resurfacing and applicable MDWASD water criteria standards. Design ■ Coordination with FDOT • Cost estimating Cost:$3.7M Bid ■ Scheduling t N • Permitting • Construction support f' - services C + — Key Personnel Involved in this b _.— j. ,4 Project: 1. • A.Maristany,PE-Principal li! • R.Maristany,PE-Project +`r ,-- 1- ' Manager h ;fi 1 ' • A.Monetti,PE—Project ___ �« _= Engineer __ ■ Geosol Inc—Geotechnical :___ -_ _ - `tiM Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a Ardurra Group,Inc. Miami, FL Wastewater Engineering;Construction Support Services; Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Geosol,Inc. Miami Lakes,FL Geotechnical Engineering Bid 2022-122-ND -48- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER E• (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Com.lete one Section F for each•ro ect.) 4 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Venice Intracoastal Waterway Force Main PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Venice, FL 2013 2014 Area of Expertise: E.Trenchless Technology i6"force main crossing Florida Waters C. Force Main 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Venice, FL Javier Vargas,PE,Utilities Director Ph:941-882-730g Em:pargas@venicefl.gov venicefl.gov 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Venice has two parallel io-inch deteriorated cast iron force mains that cross the bottom of the Intracoastal waterway which have been taken out of Features: service. Ardurra was selected by the City to serve as the Prime firm for this project • 1,30o LF of new 16"Force for design,permitting and construction services for 1,30o LF of new 16-inch force Main • main which was constructed along congested Venice Avenue and across the Subaqueous HDD across the Intracoastal Waterway at the Venice Avenue Bridge. The replacement force main Intracoastal Waterway was installed via subaqueous horizontal directional drill. Services: A connecting 4-inch force main of approximately soo feet was also constructed on • Design Permitting the west side of the intracoastal to connect existing pump stations on the island to • Construction Management/ the new force main. Two i6-inch line stops were required to make the final Observation connection between the new and old force mains. Key Personnel Involved in this Permits obtained for this project included an FDEP Wastewater permit,FDEP Project: Environmental Resource Permit, • C.Kuzler,PE,Principal-in- Sarasota County Right-of-Way Use p, • • Charge/QA-QC Permit and a U.S.Army Corp of • L.Truong,PE-Project Engineers Nationwide-12 Authorization. �;. • Manager • P.Bottone,PWS,Ecologist- During construction,Ardurra provided . 1-VgerrMitillaWater Quality and Habitat construction management services Protection which included full-time services of an Environmental Scientist/Biologist from Ardurra's in-house Environmental Science Department to conduct visual 1M rr / inspection,monitor water quality, 1r4 habitat protection and underwater 4` F 1111166.* mammals via a watercraft. tr Cost: $500,000 The project was completed ±$15o,000 under budget and within the established schedule. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa,FL Wastewater Engineering,Construction a. Management/Observation;Ecological Service; Permitting Bid 2022-122-ND -49- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` / E. (Present as many projects as requested by the agency,or 10 projects,if not specified. 43 ARDURRA Comslete one Section F for each'ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Ulmerton Road Utility Relocations-7 projects PROFESSIONAL SERVICES CONSf RUCTION(f Applicable) Largo, FL zoi5 2016 Area(s)of Expertise: E. Trenchless Technologies C. Force Mains D.Gravity Sewer 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo,FL Chuck Mura,PE,Senior Engineer Ph: 727-587-6713 Em:cmura®a largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The Florida Department of Transportation(FDOT)has been in the process of Relevance to this Contract: widening Ulmerton Road,from 1-275 to iigth Street(approximately io miles total, Features: completed in 7 separate projects over the course of approximately 13 years). In • 14,75o LF of 4"-8"sanitary conjunction with this effort,the City of Largo retained Ardurra to provide design, force main, permitting,and construction services for the utility relocations along 7 sections of . 4,75o LF of 8"-12"reclaimed Ulmerton Road, between 1-275 and 1igth Street N. Ardurra services included water main, coordination with FDOT,other utility owners,and the roadway design engineer(s) • 14,00o LF of 8"-i8"gravity of each section,and to prepare Utility Work by Highway Contractor Agreement sewer plans and documents for each section. • HDD,Jack&Bore • Microtunnel Overall,the seven projects included 14,75o LF of 4"-8"sanitary force main,4,75o • Designs/Drawing/Specs and LF of 8"-12"reclaimed water main,and 14,00o LF of 8"-18"gravity sewer. Several cost estimates developed construction methods were utilized,including deep open cut adjacent to the using FDOT Forms, roadway,horizontal directional drill, procedures and CAD microtunnel and jack-and-bore. -,b;;` ,1,,;:',, ' }`^ ", .:" ' ,.;, compliance All design files and submittals were completed in accordance with FDOT's ;—" — . . L+sm., Services: Production Criteria Handbook,Utility >"'' • Design J ! _ 3. , • Permitting Accommodation Manual,and . F • Construction Professionals'Electronic Data Delivery ;Y,- `pi, Management/Observation System(PEDDS). • FDOT Standards/Criteria Being a heavy commercial corridor 7 ' If:. with little or no new right-of-way _ ,� - Key Personnel Involved in this expansion,each section required 1 Project: coordination of alignment adjustments with all ' f • Ben Turnage,PE Project utilities involved—including water,sewer,gas, • 4} . Manager power,TV,telephone and fiber optics. Cost: • C.Kuzler,PE,Principal in , ,IP Charge/QA-QC $4.8gM • O.Serrano-Construction Manager ii� * .• St ' Trenchless technology included a pilot-tube microtunnel of io-inch high-density clay jacking pipe,to minimize impacts to traffic from • installation of an 18-ft deep gravity sewer in the 'Ap traffic lanes. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering/Construction a. Management/Observation;Permitting Bid 2022-122-ND -50- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� F• (Present as many projects as requested by the agency,or 10 projects,if not specified. 44 Cornslote one Section F for each sro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South County In-Line Potable Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Progressive Design-Build, Hillsborough County, FL 2021 In Construction Area(s)of Expertise: A.Water Booster Station F.Infowater Modeling 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Brad Warholak, PE Ph:813-2o9-3051 Em:warholakb@HCFLGov.net 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra is providing design,permitting,and construction administration services Relevance to this Contract: for a new 5o MGD in-line potable water booster pump station including-12oo LF Features: of 42-inch potable water mains installed by open cut and jack and bore,tying into • 5o MGD Potable Water the County's existing 42-inch PCCP transmission main on Big Bend Road. Booster Station • 1,200 42"water main The project included an extensive analysis of the transient hydraulic conditions in • Infowater the vicinity of the new pump station and throughout the South Hillsborough County water system. Using the Infowater platform with the County hydraulic Services: model as a base,Ardurra evaluated the operation of the proposed 12oo-HP pumps • Design in conjunction with the County's two other water plants in the area under present • Permitting max-day and future conditions. During the completion of construction,the project • Construction was expanded to also include a temporary,diesel-driven booster system consisting of six pumps. To verify the diesel pump selection and minimum Key Personnel Involved in this performance requirements,Ardurra worked with the system supplier to Project: incorporate the pump performance into the Infowater model. • Ben Turnage,PE Project Manager • C.Kuzler, PE, Principal-in- 1 M • Charge/QA-QC Cost: $ 9 O.Serrano Construction Manager • D.Pearson,PE-Modeling ,„„.....i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa,FL Wastewater Engineering/Modeling,Construction a. Management/Observation;Permitting Bid 2022-122-ND -51- DocuSign Envelope ID:59D12E6F-6507-4CF8-88313-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S I 20.EXAMPI F PROJE C1 KE Y QUALIFICATIONS FOR THIS CONTRACT MBI R �� F• (Present as many projects as requested by the agency,or 10 projects,if not specified. Nl1 NU Comsiete one Section F for each .ro'ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.Y1 AR COMPI L I LD Citrus Co. FL—Suncoast Parkway Regional Water System PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Model and Analysis 2017 N/A Area(s)of Expertise: F-Hydraulic Modeling-Infowater a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Citrus County,FL Christina L.Malmberg,P.E. Ph:352-527-7616 Director,Utility Planning and Em:Christina.Malmberg®a citrusbocc.com Engineering 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra provided engineering services to The Citrus County Utilities Department Features: (CCUD)to complete the hydraulic analyses and planning for improvements to the • InfoWater Modeling water system.Ardurra revised CCUD's existing hydraulic model for the Charles A. • 30,000 Customers Black and Sugar Mill Woods water systems.The existing WaterCAD hydraulic model(Bentley Systems,Inc.)was converted to Innovyze InfoWater GIS modeling Services: platform and updated to meet the CCUD's existing conditions. • Model Conversion and Furthermore,the project included the evaluation of a proposed watermain Calibration interconnection between the Charles A. Black and Sugarmill Woods water systems • Scenario Management along the Suncoast Parkway.The proposed interconnection will significantly • Analysis of Water Systems improve the reliability and redundancy of the system in emergency situations. Interconnect • Multiple water systems scenarios were tested and analyzed at both peak and Booster Station Evaluation • average day demands. The data gathered through modeling interconnections Storage Evaluation provided valuable design information with respect to locating the best interconnection point,selecting the appropriate pipe sizes and recommending Key Personnel Involved in this booster station upgrades within each system. Project: In addition,CCUD's Ozella .. • B.Lawrence,PE-Project booster station was 4 Engineer/Modeler modeled and analyzed to _.. ensure Citrus County ._ t„ rrli could maintain flow and ,,._ i �■ II pressure requirements to l► the Ozella water systemriNtalifil*--' with the addition of the .. Suncoast Parkway , Interconnect. • .. Fee: $53,330 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Ocala,FL Water Engineering/Modeling a. Bid 2022-122-ND -52- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S I 20 L XAMPI 1 PROLE CI KEY F. I QUALIFICATIONS FOR THIS CONTRACT NUMl3I R �� (Present as many projects as requested by the agency,or 10 projects,if not specified. 46 I Com•lete one Section F for each•ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YL AR COMPL 1.l E D Gwinnett County Central Service Zone Water System Model PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) and Analysis 2018 Area(s)of Expertise: F. InfoWater Modeling 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County Department Jeff Charlton/Project Manager Ph:678-376-4206 of Water&Sewer Em: jeffery.charlton®a gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra provided engineering services to the Gwinnett County Department of Water Relevance to this Contract: Resources to complete the hydraulic analysis to develop new pressure zones within the Central Zone service area and improve the frequency of main breaks.Services included Features: PRV design with flow and pressure monitoring. • InfoWater Modeling • 230,00o Customers The water distribution system operated by the Gwinnett County Department of Water • 2 Water Treatment Plants,5 Resources(GCDWR)consists of two distinct service areas.These two areas are Ground Storage Tanks,2 typically called the North Zone and the Central Zone,and they are isolated from each Pressure Zones, other by closed isolation valves and check valves.Each of the two service areas is fed • I.Booster Station,and 3,600 from finished water storage tanks(clear wells)using separate banks of high service Miles of Water Main pumps each designed to produce a prescribed hydraulic grade line.The water • Booster Station and Storage pressures in certain areas within the two principal pressure zones tend to vary from Evaluation normal water system pressures, mainly resulting from the change in topography. Generally,lower topographical areas will experience higher pressures,and higher Services: elevations will experience lower pressures.High pressure conditions have caused an • Hydraulic Model increase in pipe breaks and non-revenue water.As a means to control water system • Master Planning pressure in the Central pressure zone,Ardurra conducted hydraulic modeling analysis • Scenario Management (InfoWater)creating new pressure zone boundaries that would lower the average • Analysis of Demand Service operating pressures where high pressure is currently prevalent.This hydraulic analysis and Fire Service created four(4)new pressure zones in the hydraulic model that are identified as follows: Key Personnel Involved in this • Central East Zone Project: • Southeast Zone ��,- \ / �7 ''\ , • Joe Downey, PE-Quality • Indian Trail North Zone ��,-- ',, t \� \��r 2. `� Control • Indian Trail South Zone •- . '-.1 Ardurra was also part of the team I\ ��, ( I that provided Quality Assurance and - Al.. i Quality Control (QA/QC) review `'\, 1 using the hydraulic model to validate " ' ".__ the location of the PRVs and that the �r*\<<�� county's level of service is satisfied within the new pressure zone areas. \1`A-1 I At the conclusion of the evaluation, design/build construction documents were developed for each PRV site. Fee: $165,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUB Ardurra Group,Inc. Buford,GA Water Engineering/Modeling a. Bid 2o22-122-ND -53- DocuSign Envelope ID:59D12E6F-6507-4CF8-863&7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /`� / F• (Present as many projects as requested by the agency,or 10 projects,if not specified. 47 / v Corn.lete one Section F for each.ro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YE.AR COMPLETED MDWASD InfoWorks Water and Wastewater Model PROFESSIONAL CONSTRUCTION Of Applicable) SERVICES Development, Miami, FL 2008 Area(s)of Expertise: F.Infowater G. Infoworks Modeling PERSONAL EXPERIENCE OF AGUSTIN MARISTANY, PE a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Peter Jelonek,PE,Project Manager Ph:786-552-8226 Sewer Department,FL Em:pjelocri@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Mr. Maristany served as Principal-In-Charge and QA/QC for the selection, development and initial calibration of steady-state and dynamic wastewater and Features: • water system InfoWorks hydraulic models to assist in meeting the growing needs InfoWorks Water Model of 2 million county residents,support the development of the county's water and 273,00o nodes wastewater master plans,and meeting EPA/FDEP compliance requirements. • InfoWorks Wastewater Model The pressurized water model consisted of approximately 273,00o nodes. The Over 90,00o nodes wastewater model comprised a mixed gravity—pressurized pipe system of over -Mixed gravity pressure go,000 nodes,over than i,000 pump stations,large gravity interceptors,and a pipe rainfall-derived infiltration and inflow(RDII)component. -Overi,000 pump stations -Rainfall driven infiltration Responsibilities included the evaluation and selection of the base model (InfoWorks),data compilation,data gap analysis,data collection and field testing, Services: analyses and selection of peaking factors,establishment of calibration acceptance • Model evaluation and criteria(flows,pressures),selection of modeling scenarios,and initial steady-state selection and dynamic calibrations. • Data compilation girl ■ Data gap analyses • Data collection&field t Y■• • - dee - . - A Ld::::^•2•P.••a _..... r•e_eacg-.. _ testing oz, .�®- 2, .0 • Analysis&selection of peaking factors _ i • Calibration acceptance 1,. NOI ii 1 : : criteria .. .e ■ Selection of model scenarios mi. • Initial calibration -Steady state . -Dynamic wY IIM- Key Personnel Involved in this Project: .: ,` A.Maristany,PE—Principal ' . in-charge and QA/QC y,.., i n 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE Personal Experience Wastewater Engineering/InfoWorks Modeling a. Bid 2022-122-ND -54- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPI F PROJI C I Kt Y QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� F. (Present as many projects as requested by the agency,or 10 projects, 48 If not s.ecified.Com•lete one Section F for eachproject.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YE ARCOMPI I I t D Northwest Florida Water Management District Coastal PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Water Systems Interconnects zO�3 Area(s)of Expertise: F. Hydraulic Modeling 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Northwest Florida Water Paul Thorpe Ph:(85o)539-2643 Management District Em:Paul.Thorpe®a nwfwmd.state.fl.us 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The Northwest Florida Water Relevance to this Contract: — Management District retained Ardurra Features: ,,.ems:•--. '4 to assist with the implementation of • 18 Coastal utility system in regional water system interconnects the Florida Panhandle with the objective of increasing water • Interconnect to increase �- supply reliability in communities along water availability during the coastal panhandle in the event of water shortages: _ water shortages resulting - Environmental accidents from environmental emergencies, - Natural disasters natural disasters,or system failures. The study area included i8 different coastal - System failures utilities in Santa Rosa,Okaloosa,Walton,Bay,and Gulf counties. Ardurra previously completed a preliminary feasibility study which identified Services: • potential interconnects. Subsequent to the preliminary study,NWFWMD Water demand analyses • retained Ardurra to proceed with Phase I.of the Coastal Water Systems Source water capacity Interconnect Project which consisted of development of a Basis of Design Report analyses (BODR). Major tasks under the BODR included: • Emergency production capacities • Analysis of current(zoo7)and future(2030)water demand for the i8 utilities • Flow reliability targets • Evaluation of current and future sources of raw water • H2ONET model of 1.8 • Determination of utility emergency production capacities based on well coastal utilities installed pump capacity,high service pumps,and water treatment plant • Failure scenario modeling capacities • Water quality blending • Establishment of minimum interconnect flow reliability targets;hydraulic analyses modeling(H2ONET) • Design of alternatives • • Construction of hydraulic model(H2ONET)including all 18 utilities,pumps, Cost estimates • ground and elevated storage tanks,major transmission and distribution mains, Schedule valves,and interconnects. Model calibration. • Preliminary design drawings BODR • Creation of a zo3o base model including additional improvements(pumps, pipes,source waters) Key Personnel Involved in this • Model evaluation of interconnect alternatives including failure scenarios Project: • Analysis of finished water quality and desktop blending calculations to evaluate • A.Maristany,PE-Project potential water quality problems and recommend chemical adjustment Manager/EOR • Evaluation of alignment alternatives considering cost,existing ROW • C.Kuzler, PE-QA-QC /easements,utility conflicts,& MOT requirements,etc • M.Gladbach-Designer/ • Preliminary design drawings,permitting requirements and schedule;prepared Mapping opinion of probable cost,Preliminary Operations Plans/Protocols& • Pete Bottone—route implementation schedule environmental analysis Fee:S99oK 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Ardurra Group, Inc. Miami,FL Water Engineering/Modeling Bid 2022-122-ND -55- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY F. QUALIFICATIONS FOR THIS CONTRACT �� (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBE R 49 ARDURRA Corn.lete one Section F for each.ro ect.) � _ 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED University of Florida Campus Wide Potable Water Master PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Plan,Gainesville, FL 2017 Area(s)of Expertise: F. Hydraulic Modeling a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER University of Florida Jennifer Meisenhelder,PE Ph:(352)816-2085 Em:jmeisenhelder@a ufl.edu 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the University of Florida to create a Bentley WaterGEMS Relevance to this Contract: hydraulic model of the entire campus potable water system utilizing GIS data, Features: maps provided by the University's Physical Plant Division,and information • Water Master Plan provided by Gainesville Regional Utilities regarding 13 individual bulk meter • Hydraulic Modeling assemblies feeding the campus. • 301 service points Services included development of the model and a data collection protocol for obtaining field information for calibrating the model,analysis of numerous Services: • modeling scenarios,determining the need for water main replacements and Model development • separate evaluations of services to individual buildings in the northeast area of the Analysis • campus experiencing pressure issues. Results were summarized in a report that Recommended system described the model development,calibration efforts and recommended system improvements improvements. Key Personnel Involved in this Project: Fee: $136,400 • L.Truong,PE-Project Manager ■ C.Kuzler,PE,Principal/QA- QC _ — • C.Lacorazza-Hydraulic �/ Modeling • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa, FL Water Master Planning/Modeling a. Bid 2022-122-ND -56- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY F. NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NU NU ARDURRA i Corn elete one Section F for each,ro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Integrated Loop Phases 3.and 3B, Sarasota&Charlotte 2017/2019 Counties, FL Area of Expertise: F. Water Hydraulic Modeling(see below) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c,POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE,Project Engineer Ph: (941)316-1776 Regional Water Authority Em:fritz@regionalwater.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra performed steady-state and transient hydraulic modeling,route analysis, Relevance to this Contract: design and permitting for two of the Authorities Integrated Loop projects,Phase 1 Features: and 3B. Phase 1 consisted of 5 miles of 48"steel and 1 mile of 36"ductile iron • ±5 miles of continuous water water main and 3B consisted of 6 miles of 24"ductile iron water main including a transmission main(WTM) 3,50o LF directional drill under Shell Creek. Hyydraulic modeling services included . 48"in diameter steady-state modeling as part of route alternatives evaluations and pipe sizing and . 6 miles of 24"water main transient modeling to determine surge pressures and locations and sizing for combination air valve assemblies. Services: • Steady State&Transient Phase 1: hydraulic modeling Bentley WaterCAD for Steady State Hydraulic Modeling • Route analysis Bentley HAMMER for Transient Hydraulic Modeling • Design • Final Design Phase 3B: • Permitting Bentley WaterCAD for Steady State Hydraulic Modeling • Construction Bentley HAMMER for Transient Hydraulic Modeling Management/Observation ICPR Stormwater Modeling Key Personnel Involved in this Project: . r . • C.Kuzler, PE,Principal-in- Charge/QA OC Officer "" It • Loc Truong,PE,Project: N - Engineering Manager • '�S " .. ` . :4 - • Dale Pearson,PE, Project tit , S`. - Engineer; Modeling,Permits ti •_' • Greg Baksis,PSM,Project x Surveyor i rE - 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa,FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -57- DocuSign Envelope ID:59D12E8F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S E zo.I XAMPI I ROJr_c I KF Y NUMB! 12 F. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. 51 A• • \/' Com.lete one Section F for each.ro•ect.) URRA 21. TITLE AND LOCATION(Cay and State) 22.YEAR COMPLETED Easley Combined Utilities PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) IDSE Study Plan and Report 20 0 7 South Carolina Area(s)of Expertise:F.InfoWater Modeling a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Easley,SC Joel Ledbetter—General Manager Ph: 864-859-4013 Email:jledbetter®easleyutilities.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: In order to maintain compliance with the Phase 2 Disinfection/Disinfection By- Products Rule from the Safe Drinking Water Act,water systems were required to Features: •establish locations to collect and analyze samples for Total Trihalomethanes and InfoWater Modeling • Haloacetic acids,both of which are byproducts from the reaction of organic matter SDWA Compliance • with disinfection agents such as chlorine. The sampling sites were determined Determine HAA&TTHM based on certain criteria related to water age. Water systems could determine Sample Sites these locations by either sampling for one year or by using a computerized Services: hydraulic model of their water system calibrated based on tank trending data. • System Modeling Using the computerized model previously developed in H2OMap,we updated the • IDSE Report model in InfoWater and obtained trending data through the City's SCADA system to calibrate the model and perform a water age analysis. From this analysis,the Key Personnel Involved in this required number of sampling locations were determined. Project: • Keith Overstreet,PE- We utilized the Innovyze Infowater modeling software package. Project Manager Fee: $12,000 q `e{,, . ri a .c .:1„,1- -Ittic... ,,,.1%., , 0. d'e;_��. ' ^aye ... s 1 •.• n f Y 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-Prime a. Ardurra Group, Inc. Anderson,SC Infowater Modeling Bid 2022-122-ND -58- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` j G• (Present as many projects as requested by the agency,or 10 projects,if not specified. 52 Com•lete one Section F for each aro ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD InfoWorks Water and Wastewater Model PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Development, Miami, FL 2008 Area(s)of Expertise: G. Infoworks Modeling PERSONAL EXPERIENCE OF AGUSTIN MARISTANY, PE a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Peter Jelonek, PE,Project Manager Ph:786-552-8226 Sewer Department,FL Em:pjelooi®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Mr. Maristany served as Principal-In-Charge and QA/QC for the selection, development and initial calibration of steady-state and dynamic wastewater and Features: • water system InfoWorks hydraulic models to assist in meeting the growing needs Infoworks Water Model of 2 million county residents,support the development of the county's water and 273,00o nodes wastewater master plans,and meeting EPA/FDEP compliance requirements. • InfoWorks Wastewater The pressurized water model consisted of approximately 273,00o nodes. The Model -Over 90,00o nodes wastewater model comprised a mixed gravity—pressurized pipe system of over -Mixed gravity-pressure go,000 nodes,over than i,000 pump stations,large gravity interceptors,and a pipe rainfall-derived infiltration and inflow(RDII)component. -Overi,000 pump stations -Rainfall driven infiltration Responsibilities included the evaluation and selection of the base model (InfoWorks),data compilation,data gap analysis,data collection and field testing, Services: analyses and selection of peaking factors,establishment of calibration acceptance • Model evaluation and criteria(flows,pressures),selection of modeling scenarios,and initial steady-state selection and dynamic calibrations. • Data compilation • Data gap analyses • Data collection&field •+tee._- _. - • ••.._.. . -_...w -_•7....!kW"•••:•-Ia testing ;: • Analysis&selection of .- peaking factors ;r . _ • Calibration acceptance ;._ Mt y criteria • Selection of model scenarios all ■ Initial calibration o' � _ p� � -Steady state -Dynamic .a -- NM - Key Personnel Involved in this :e _ : Project: sgz _ • A.Maristany,PE-Principal- : - 4 in-charge and QA/QC ' ., 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE Personal Experience Wastewater Engineering/InfoWorks Modeling a. Bid 2022-122-ND -59- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.t XAMPI L PROJECT Kt Y G. QUALIFICATIONS FOR THIS CONTRACT NUMBS-R ^� (Present as many projects as requested by the agency,or 10 projects, if not specified. 53 NU Com.lete one Section F for each.ro'ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YE AR COMPI I II I) Infoworks Wastewater Modeling PROFESSIONAL CONSTRUCTION(if Applicable) Miami-Dade County, FL 2013 Area(s)of Expertise: G. Infoworks Modeling 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Dan Edwards,PE Ph:786-552-8354 Sewer Department, FL Em:djedwoi®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by Miami-Dade Water and Sewer Department(MDWASD)to Relevance to this Contract: upgrade the gravity portion of their Infoworks wastewater model which contained Features: the gravity pipe network for-ioi8 Basin,,,5 g,S,,r Comparison ■ MDWASD Infoworks basins. The gravity pipe network wastewater model was developed using approximate • ioi8 gravity basins data and was not operational. The operational model was focused on Services: the pressurized system of pipes and is :' • Gravity system data outlier pumps using SCADA data real-time ' = _: analyses pump on/off set points. • Corrected data for 283 basins ■ Prepared stage-storage MDWASD requested that Ardurra curves for 868 basins update the basic gravity sewer pipe __ • Added 5o new basins to the network data and implement a simplified but accurate methodology to expedite model and developed stage model development and reduce model run times. The proposed methodology is storage curves to create stage-storage curves of the gravity system to route gravity basin inflows • Imported stage storage curves into Infoworks model (design hydrographs)into the pump station wet well. Key Personnel Involved in this The first step was to improve the quality of the gravity sewer data. Outlier Project: analyses was conducted to identify unrealistic data values such manhole storage • Maristany,PE-Project exceeding pipe storage,very high manhole rim elevations,very low pipe inverts, Manager/EOR shallow wet wells depths,or high wet well storage,exceeding sizes,incorrect rim • Chris Kuzler, PE-Principal- elevations,and incorrect. Over 283 basins required corrections based on as-built in-charge information, 2-foot contour data for Miami-Dade County,and wet well dimensions from an MDWASD database. Subsequently,Ardurra developed stage-storage curves for 868 basins(excluding Booster stations,and"piggy-back"basins). Additionally,Ardurra incorporate 5o new gravity basins into the model using compiled databases and as-builts,and develop their respective stage-storage curves. Stage-storage curves were extracted into CSV format and imported into the modified"stage-storage"gravity sewer model. Fee: $200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Miami,FL Wastewater Engineering/Infoworks Modeling a. Bid 2022-122-ND -6o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 (XAMPI F PROM C I KI Y QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ G• (Present as many projects as requested by the agency,or 10 projects,if not specified. U Com.lete one Section F for each.ro ect.) S4 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLE.FED PROFESSIONAL SERVICES CONSTRUCTION(it Applicable) Gwinnett County Sewer Master Plan, 2017-2050 Gwinnett County,GA 2017 Area(s)of Expertise: G.Wastewater Modeling 23.PROJECT OWNER'S INFORMAL ION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County,GA Ray Williams,PE Ph:678.376.7056 Division Director of Vertical Assets Em:Raymond.williams®gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was a major consultant for the project MUM - Relevance to this Contract: team that completed the zo17 Sewer Master Plan 80 == co Features: for the Gwinnett County Department of Water O 0 - ) • Used InfoSWMM for Resources(GCDWR). The purpose of the Sewer ♦ ) collection model Master Plan was to evaluate the existing • and Alp.- Y= > • Evaluation of wastewater historical population and wastewater flows and collection, pumping,and to develop future population and wastewater treatment facilities flow projections that can be used to anticipate • Developed flow infrastructure needs and the associated funding management modeling tool requirements. Some of the goals and objectives for flow diversions between that were achieved in the master plan were: basins 1. Optimize the sewer system to minimize risk,reduce power and chemical costs • Completed evaluation of 2. Minimize the impacts to the community improvement alternatives 3. Plan for sewer capacity proactively to support economic development activities • Developed CIP>52 billion and future growth 4. Develop strong Asset Management Programs Services: • 5. Coordinate with stakeholders to support the County's objectives and the Unified Hydraulic Modeling utilizing Plan InfoSWMM 6. Employ responsible long-term planning and financing for major projects Key Personnel Involved in this Assessment of Needs Project: The current needs for the wastewater system were developed by reviewing • Joe Downey, PE- operating data,making site visits to pumping stations and treatment facilities, Improvement Alternatives, interviewing operations and maintenance staff,evaluating system capacities CIP (current and future)using hydraulic modeling of sewer flows,and discussing restrictions and goals with management. Gravity collection sewers and force main pressure pipes were evaluated using the InfoSWMM hydraulic model. Gravity sewers experiencing flows beyond the pipe capacity were flagged and upgraded as needed in subsequent model runs.To accommodate the increase in future wastewater flows,a strategy of flow management and treatment location was developed as a planning tool. Furthermore,the restrictions in effluent disposal had to be resolved through modified and/or additional permitting. To facilitate this evaluation and make planning decisions,Ardurra developed a flow management model to monitor future increase in flow,needed increases in treatment capacity at specific facilities, and needed increases or modifications in effluent discharge capacity; improvements and capacity upgrades were set in the model to occur just in time but certainly before future flows exceed capacity. Fee: $185,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT a. Ardurra Group,Inc. Buford,GA Wastewater Engineering/InfoSWMM Bid 2022-122-ND -61- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY G. NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NSU ARDURRA Corn 9 ete one Section F for each' o ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Wastewater System Data Analysis& System Assessment PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Forsyth County, GA 2015 Area(s)of Expertise: G. Wastewater Hydraulic Modeling 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Forsyth County Water& Barry Lucas,Director Ph:77o-866-2793 Sewer,GA Em:bhlucas®forsythco.com The County had an existing InfoSWMM computerized hydraulic model of the Relevance to this Contract: collection system;however,it had not been updated in many years and the flow Features: data was unreliable. Ardurra was contracted to use the existing GIS mapping data • Pipe Sizes-4"to 48" of the existing sewer system to update the model to include all pump stations, interceptors force mains,and piping greater than or equal to 10 inches,as well as smaller pipes ■ Pump Stations/Lift Stations as needed to maintain connectivity. Pipe sizes ranged from 4-inch force mains to • Gravity Sewers 48-inch interceptors,totaling approximately 670,00o feet of pipe. • This effort identified over ioo miles of piping upgrades Ardurra developed flow allocations using the data developed from Traffic Zone that will be needed over the population estimates and per-capita flow calculations. These flows were used to 35-year planning period. assign flows within the model,including values for ADF,MMADF,and PDF. The • Site Visit/Assessments model was adjusted and calibrated by comparing simulation results to existing flow data from 2015. Flows were developed for model runs starting in 2015 and Services: • repeating every 5 years through 2050. Wastewater System Gravity collection and force main pressure Modeling pipes were evaluated using the InfoSWMM • InfoSWMM Hydraulic Model hydraulic model.Gravity sewers jt�► Key Personnel Involved in this experiencing flows beyond the pipe Project: capacity were flagged and upgraded as . •. t • Joe Downey, PE-Lead needed in subsequent model runs.This - ' S ✓/ Project Engineer effort identified over too miles of piping V., , upgrades that will be needed over the 35- year planning period. - — Ardurra also evaluated the regional lift '� stations through site visits,review of maintenance reports,and hydraulic modeling.Pumping stations and force I__ mains were hydraulically analyzed using =- = - _= Fyn`—� peak hour flows.Similar to gravity collector lines,it was identified that regional lift stations and smaller lift stations will have to be installed and/or upgraded in the future to manage and convey sewage flows. Fees: $187K During project implementation Ardurra staff worked closely with county staff to train them on the use of the sewer hydraulic models utilized in plan development. These County staff now use these models to confirm capacity within the sewage collection and conveyance system on an as needed basis to assess new development or capital projects. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Buford,GA Hydraulic Modeling/InfoSWMM a. Bid 2022-122-ND -62- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 E XAMPI f PROJI C 1 KEY MB[R /� QUALIFICATIONS FOR THIS CONTRACT \/ II• (Present as many projects as requested by the agency,or 10 projects,If not specified. NU NU Com.lete one Section F for each.roect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLE-f ED Public Outreach for MDWASD's Consumer Line Relocation PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Program—Phase 2A, Miami-Dade Co, FL Design—2020 Ongoing Area(s)of Expertise: H.Public Outreach&C. Water Mains(Small CM& Inspections Est. 2024 diameter) —2024 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c,POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-552-8837 Sewer Department, FL Em:emluica@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra,(fka King Engineering)was retained to provide design,program and Relevance to this Contract: construction management services for Phase 2A of the Consumer Line Relocation Features: (CLR)program. The program consists of the conversion of over 3,30o water ■ Program Management for services from the rear to the front of the properties to abandon old,leaky,small relocation/replacement of diameter,rear water mains. water services • Relocation of 3,3oo Water Services included program management,property inventory,creation of a GIS Services asset management system and dashboard,design,permitting,contract • 7 bid packages documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support services,and construction Services: management and inspections. • Program Management • Public Outreach Public Outreach. In coordination with MDWASD,Ardurra staff led a public ■ Design outreach program to notify and coordinate with property owners/occupants and • Permitting public officials throughout the various phases of the program,as follows: • Construction Management &Inspection • Mass mailing at key milestones to customers(English,Spanish,and Creole)and • Owner Notifications local officials • Securing Private Property • Securing signed agreements and permits from owners to work on their property Agreements • Hotline to address issues and concerns • GIS • Customer concern database to track and address issues in a timely manner • Association meetings and presentations Key Personnel Involved in this • Public official meetings and presentation Project: • A.Maristany,PE-Principal- • Field meetings • Door hangers to update customers on upcoming activities in-Charge/EOR •• Final construction completion letter,warranty,and customer satisfaction surveys R. Maristany,PE Program Manager Geographic Information System(GIS).The process workflow was executed and • Alessandra Monetti,El—GIS tracked by the creation of a custom enterprise database,created by Ardurra, Inventory and Construction through the integration of ArcGIS Online and other field application software that Management • allowed the database to be hosted online via a private and secure webpage. This Leo Sampedro—Inspections live repository is available"real time"to users and includes progress dashboard /property sketches • (design progress,signed agreements,construction/inspection work flow), Maria Alva—document property information(sketches,phase,homeowner agreement,permits),utility control tickets,contract documents,and ROW permits. Fee:$3.6M;Construction:$23.M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Miami, FL Public Outreach;Wastewater Engineering;Program& a. Construction Management;GIS Bid 2022-122-ND -63- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� I • (Present as many projects as requested by the agency,or 10 projects,if not specified. 57 ARDURRA Com.lete one Section F for each.ro ect.) 21. TITLE AND LOCATION(City and State) 22.YE AR COMPL ETED MDWASD Small Water Main&Water Service Conversions Ph 1&2 PROFESSIONAL CONSTRUCTION Of Applicable) SERVICES Miami-Dade County, FL 2014 Area(s)of Expertise: H. Public Outreach C.Water Mains 2012 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-552-8837 Sewer Department,FL Em:emluioi®a miamidade.gov 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by MDWASD to inventory and evaluate over woo miles of Relevance to this Contract: small diameter water mains that are very old and experiencing poor performance Features: issues such as high leakage&repair rates,low pressures,low flow capacities,and Lures miles small diameter limited ability to support fire protection. The objective was to establish priorities mains to addressing these issues. Ardurra was responsible for the following major tasks: • GIS services/database a. GIS Inventory of Small Water Mains—applied GIS to analyze and prioritize categorize all undersized water mains based on benefit/cost analysis. Services: 2. Replacement Cost Estimate-for small water line replacements and water • Ardurra evaluated service conversions. Cost for the entire �+ . t MDWASD's entire water County estimated at$1.5B. t -_' 1 .,�I, `,0r , distribution system 3. Bid documents for 30o Water Service • GIS analysis Conversions—included field visits and - i • Categorized all undersized property sketches with new service water mains.(<6 inches) route. • Construction Management 4. Construction Management& ,1 A:;.:. &inspection services �� M ,w�. � i • Inspection Services—included '' ,5 , ' , �, t' Permitting assistance decommissioning of rear water mains • Extensive Public 5. Led Public Outreach—Public outreach was a key factor in the success of Involvement the Program. In coordination with _ MDWASD,established a'Customer Care Key Personnel Involved in this � Program', including the following: '"._, Project:�- 'D�' • A.Maristany,PE-Project -mass mailings at key milestones Manager (English,Spanish,and Creole) --- • C.Kuzler, PE- Technical -hotline phone number v Advisor&QA-QC door hangers • M.Gladbach,CAD -obtaining signed agreements and permits for contractor to perform work on private property -customer concern database to track and resolve issues in a timely manner -final construction completion letter,warranty,and customer surveys. Customer Satisfaction Survey Results: • 97.3%-"satisfactory to excellent" • 2.7% -"fair" • No"poor"ratings. Fee: $400,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Water Engineering,Construction Management, a. Inspections&Evaluations/Public Outreach/Involvement Bid 2022-122-ND -64- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 (XAMPI F PROJI CI KI Y QUALIFICATIONS FOR THIS CONTRACT NUMBI R /\� H. (Present as many projects as requested by the agency,or 10 projects.if not specified. 58 ARDURRA Corn.lete one Section F for each.ro ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPI f IID Eastgate Utilities Relocation Phase 2 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) City of Venice, FL See Below Area of Expertise: H. Public Outreach C.Water Mains D. Gravity Ongoing Sewers 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Venice,FL Javier Vargas,PE,Utilities Director Ph:94i-88z-730g Em:jvargas®a venicefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected to provide design,permitting,bidding and construction Relevance to this Contract: management services for the relocation of gravity wastewater collection services, gravity trunk lines,water services,and water mains,to the front side of properties Features: • within the road rights-of-way for Phase 2 of a three phase program in the Eastgate Public Outreach • subdivision. The project involves approximately 21,1.5o LF of new 6-8"water Utilities Relocations • main, 2,o5o LF of new 8"gravity sewers,seven(7)new sanitary manholes, 243 Residential Neighborhood water service relocations on private lots and 26 combined water and sewer service relocations on private lots as well as abandonment of the existing water and sewer Services: • Develop Public Outreach mains in rear lot easements. Process • Hold Public Meetings Public Outreach. Ardurra,with the assistance of a subconsultant and with • Develop Key Messages appropriate coordination with City staff,developed a public outreach process to • Develop Informative tools, inform and address the concerns and issues of those with a stake in the project. media,website,etc. The public outreach program consists of the following elements: • Key Messages-Developed key messages used throughout the project. Key Personnel Involved in this These key messages are utilized for all communication pieces,and cover Project: the major points to address with the primary stakeholders. • Chris Kuzler,PE-Project • Public meeting-A public meeting was held to educate residents on the Manager • project.Items prepared for the meeting included: Kaitlin Jeffords,PE-Project • Details of the meeting-date,time,location; Engineer,GIS • A separate letter to residents providing details of the public meeting. and obtained a"Certificate of Mailing"from the post office; • Developed display boards,a PowerPoint presentation,handouts (FAQ sheet,Comment Form,Sign-In Sheet)and directional signage; • Attended and moderated the meeting. Resident Communications- ; Based on feedback obtained I, . . - _ -at the public meeting,a • .....-.._ public outreach plan was ..... created and included 1 -------- . " �i '•, .....::.----- communication tools such as e-newsletters door hangers, " rm+'uRfa 1pl� social media. • Additionally,a GIS website • was created and is currently _ .•t active.Construction Cost: A.RCunnun -'-_ $4.2 M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Public Outreach/Water,Wastewater Engineering a. Bid 2022-122-ND -65- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 E XAMPI E PROLE CT KEY QUALIFICATIONS FOR THIS CONTRACT NUMB(R Resiliency (Present as many projects as requested by the agency,or 10 projects,If not specified. Corn'(ete one Section F for each .roect.) S9 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLLIED East Richland Public Service District South Carolina Flood PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Recovery Program 2018 Area of Expertise: Resiliency for Water and Sewer Facilities 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER East Richland Public Service Edward Schooler,Deputy Director Ph:803.788.1S7o,Ext 6007 District—South Carolina Em:eschooler®ercpsd.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra was selected as a prime consultant to assist East Richland County Public Service District with debris removal and emergency repairs to public Features: • infrastructure.Infrastructure sustained significant flood damage including road Damage Assessments • washouts,extensive sewage collection system damage,dam breaches and debris Oversight of Emergency and electrical damage to the Gills Creek wastewater treatment plant and Quail repairs to water/wastewater Lane pump station. Ardurra's work includes preliminary damage assessments; facilities,roads,and dam. •oversight of temporary emergency repairs to roadway,dams,water and complireance all a withifees e federal wastewater facilities; Project Worksheet development for FEMA Categories A,D& guidelines to maximized F;procurement support to include RFP and RFQ development for professional future funding design services and construction and assistance with hazard mitigation development. Ardurra's staff was responsible for ensuring all activities were Services: completed in compliance with federal guidelines and in a manner to maximize • Repair&Reconstruction of immediate and future funding. Buildings&Equipment, Roads&Bridges,Utilities, After Ardurra assisted East Richland County PSD with emergency recovery efforts, Water&Wastewater East Richland County PSD selected Ardurra to assist them with long term recovery Facilities Disaster Facility efforts to include • Damage Assessments, FEMA 404&406 Engineering, Debris Hazard • Management(Coordination Mitigation,HUD &Monitoring) Recovery Grant CDBG-DR and , ""°"'.,`_'__ ':--mot' � ' other potential Management&Admin funding sources. FEMA,CDBG-DR Applications&Funds e Management,Data Ardurra managed g -- —�— Management long term • PW Development&Review, recovery efforts to include FEMA 404&406 Hazard Mitigation,HUD CDBG-DR Scope and Budget and State Revolving Loan funds.Ardurra identified S3M in FEMA funds through Development,Develop& engineering evaluation to uncover additional damage of buried 42"and 54" Monitor Closeout diameter sewer mains. These funds were combined with available State Procedures, Program Revolving Loan funds to construct a new 6o-inch diameter sewer main to prevent Compliance,Procurement& future damages and better serve the District.Ardurra assisted the district to Contracts Support pursue three 404 Hazard Mitigation grants to rebuild and raise a critical access road to their main treatment plant,harden and hazard mitigate multiple sewer lift Key Personnel Involved in this stations and re-route an additional gravity main out of the existing floodplain. Project: • Adam Faschan,PhD,PE- Project Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Metairie, LA Water/Wastewater Engineering a. Grant/FEMA/CDBG-DR Assistance Bid 2022-122-ND -66- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY Resiliency QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by NUMBER " \/ Sea Level Rise the agency,or 10 projects, If not specified. 6o Corn alete one Section F for each.ro•ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Coastal Structures Resiliency Feasibility Study PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County, FL 2020 Area(s)of Expertise: Sea Level Rise/Resiliency 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER South Florida Water Kenson Coupet Ph: 561-632-6852 Management District Em:kcoupet@sfwmd.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the SFWMD to conduct a preliminary assessment of five Relevance to this Contract: coastal control structures located in Miami-Dade County(Szi,S22,527,S28,and Features: 5179)to evaluate their operational and flood control vulnerability to storm surge • Coastal Flooding and sea level rise. These structures were originally designed to control saltwater Vulnerability intrusion and did not account for sea level rise and storm surges. The study -Storm surges identifies specific hardening measures,design criteria,and operational changes -Sea level rise capable of minimizing damages during storm surges with the objective of either -Flood control maintaining full operational capability during storm surges and/or resuming -Saltwater intrusion operations shortly after a storm. These measures include surge barriers, wind/missile barriers,protecting sensors,back-up power,operational resiliency, Services: and elevating critical mechanical,electrical,and communications equipment. • Design Criteria/Hardening -Surge/wind barriers -Redundancy S27 Headwater Impacts of Sea Level Rise Projections -Backup power 11.o -Elevating critical 10.o components -Operational resiliency 9.0 S0 0 Key Personnel Involved in this it 7.0 - Project: ■ A.Maristany,PE—Project 6.0 • Manager • 3.0 1960 1970 1980 1990 2000 2010 2020 2030 2040 2050 2060 2070 2080 2090 2100 .. Linear USACE Hqh NOAA High -Bank Overflow ----Road Crown Flooding -Structural Flooding • -IPCCARSMedian ----Bottom of Gate IOpen) ----TopofGate(Closed) ----Structure Bypass ----Contrd Room Slab ----Service Bridge 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Coastal Resiliency/Sea Level Rise a. Bid 2022-122-ND -67- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 F XAMPI I PROM C I KI Y QUALIFICATIONS FOR THIS CONTRACT NUMI3r R /\\./ Resiliency (Present as many projects as requested by the agency,or 10 projects,if not specified. 61 Complete one Section F for each iro.ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPEI I I D Risk and Resilience Assessment PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) and Emergency Response Plan 2021 City of North Miami, FL Area(s)of Expertise: Resiliency /Infrastructure 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of North Miami,FL Wisler Pierre-Louis, PE, LEED AP, Ph 305-893-6511 Ext 12501 Director Em:pwisler®northmiamifl.gov 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope.size and cost). Ardurra led the preparation of the City of North Miami's Risk and Resilience Relevance to this Contract: Assessment(RRA)and Emergency Response Plan(ERP)in compliance with America's Features: Water Infrastructure Act(AWIA)2018.The RRA includes the risk to the system from • Development of risk and malevolent acts and natural hazards;the resilience of the pipes and constructed resilience assessments for conveyances,physical barriers,source water,water collection and intake, City's pipes,water resources pretreatment,treatment,storage and distribution facilities,electronic,computer,or collection,distribution, other automated systems(including the security of such systems)which are utilized by conveyance,treatment,and the system;the monitoring practices of the system;the financial infrastructure of the storage. system;the use,storage,or handling of various chemicals by the system;and the • Physical and cybersecurity operation and maintenance of the system. of the system The ERP includes strategies and resources to improve the resilience of the system, including the physical security and cybersecurity of the system;plans and procedures Services: that can be implemented,and identification of equipment that can be utilized,in the • Prepared strategies and event of a malevolent act or natural hazard that threatens the ability of the community resources to improve the water system to deliver safe resilience of the City's drinking water;actions, Identity Identity utilities systems procedures,and equipment which Threat Critical Assets can obviate or significantly lessen scenarios the impact of a malevolent act or I Key Personnel Involved in this natural hazard on the public eomptete Project: health and the safetyand supply Deterrn�e PP Y Consequence Vulnerability Threat • A.Maristany,PE Principal of drinking water provided to Analysis Analysis Likelihood in-Charge/EOR communities and individuals, • R.Maristany,PE-Project including the development of Manager alternative source water options, Determine • Alessandra Monetti,El— relocation of water intakes,and Baseline Project engineer construction of flood protection Risk/ 'Bence • Maria Alva—Project barriers;and strategies that can Engineer be used to aid in the detection of Evaluate Risk/Resilience malevolent acts or natural hazards Mitiga6onMeasures that threaten the security or '\\ resilience of the system. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Public Outreach;Wastewater Engineering;Program& a. Construction Management;GIS • Bid 2022-122-ND -68- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPI E PROLE CT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ Resiliency (Present as many projects as requested by the agency,or 10 projects,of not specified. 62 Com.lete one Section F for each'roect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Resiliency Action Plan PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) City of Oldsmar, FL 2021 Area of Expertise: Resiliency/Sea Level Rise 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Oldsmar,FL Nan Bennett,Special Projects Ph:(813)749-1134 Manager Em:nbennett@a myoldsmar.com 24,BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra evaluated sea level rise impacts to the City of Oldsmar's infrastructure and protective measures as part of a development of a city-wide Action Plan. Features: • Citywide infrastructure • Vulnerability Assessments-Ardurra conducted a vulnerability assessment of the Vulnerability/Sensitivity City of Oldsmar's Infrastructure based on i)interviews with staff,2)maps of to Climate Change • climate impacts on system components,and 3)a review of existing assessments Adaptation Strategies and/or maintenance logs. Services: • Assessments Vulnerability Prioritization-Services included ranking of the sensitivity to • Risk Reviews climate change and adaptive capacity of each component to determine its • Prioritization vulnerability,a function of exposure and sensitivity to climate changes. • Adaptation Strategies • Cost Estimating Services included prioritizing identified vulnerabilities based on the City's specific concerns and values.The evaluation reviewed the risk of a climate impact and rate Key Personnel Involved in this of each asset based on the economic,health and safety,cultural and historical, Project: and ecological factors,as well as the likelihood the climate impact will occur. • Adam Faschan, PhD,PE, Lead Engineer Develop Adaptation Strategies—After prioritizing the vulnerability list,Ardurra • Loc Truong,PE—Project provided regional,state,national,and international adaptation options and best Manager practices for the greatest vulnerabilities.Adaptation strategies target opportunities to address more than one vulnerability within the City by identifying these co-benefits as well. Cost estimates were also prepared. Action Plan. Fees: $41,938 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Metairie,LA Water/Wastewater Engineering/Resiliency/Climate a' Change/Sea Level Rise Bid 2022-122-ND -69- DocuSign Envelope ID:59D12E6F-6507-4CF8-86313-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28 EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) A A A A A iA C (From Section E,Block 12) 1 2 3 4 5 6 7 8 9 10 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O O O O Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology O O O O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ O O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting O O /Bidding Services Alex Abud Engineering Design CAD 0 Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding 0 Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ O Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone, PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering 0 Oracio Riccobono,PE Geotechnical Engineering 0 0 0 Louis Aguirre,PE Mechanical/Electrical Engineering 0 Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TIi LE OF EXAMPLE PROJECT(F ROM SECTION F) NO TITLE OF EXAMPLE PROJECT(F ROM SECTION F) 1 MDWASD Pump Station Improvement Program 6 Pinellas County Logan Booster Pump Station 2 J C Bermudez Park Recycled Stormwater Irrigation 7 MDWASD Miami Springs Sanitary Sewer Evaluation Survey Design 3 Sarasota County Transmission Main and Pump 8 Lauderdale-by-the-Sea Wastewater Capital Station#3 Improvements Improvement Plan 4 Pinellas County North Booster Pump Station, 9 Sanitary Sewer Evaluation Survey, znd Cycle Report 5 Largo Wet Weather Force Main and Monitoring 10 MDWASD 48-inch Water Main Interconnect in Systems Downtown Miami Bid 2022-122-ND -70- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E.Block 13) 1 C C C C C C C C C C (From Section E.Block 12) 11 12 13 14 15 16 17 18 19 20 Agustin Maristany,PE Project Manager/Hydraulic Modeling 0 O O O O O O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology 0 0 0 0 /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O 0 0 0 0 0 0 Bidding Services/MOT Alessandra Monetti,PE CO LEAD for Engineering Design/ 0 0 O 0 0 Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting 0 0 0 0 0 /Bidding Services Maria Alva Engineering Design/Permitting 0 0 0 0 0 0 /Bidding Services Alex Abud Engineering Design CAD 0 0 0 0 Mark Gladbach Engineering Design Services-CAD 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B 0 0 Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems 0 Pete Bottone,PWS Ecological Services 0 Pete Diaz,PSM Surveying&Mapping 0 0 0 0 0 Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering 0 0 0 0 0 0 Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendor. Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 11 MDWASD Pump Station Improvement Program 16 City of Miami Beach Fire Flow Projects Package z Force Mains 12 Pinellas Co.Redundant Force Main from PS i6 to 17 City of Miami Beach Fire Flow Project 14 and Collins Ave SCBWRF Water Mains 13 Design Services for MDWASD Force Main 65 18 City of Miami Beach Water Master Plan Project W-31.— Phase 2, Fire Hydrant Density Evaluation 14 MDWASD Small Water Main Condition Assessment 19 City of Miami Beach Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd St, City of Miami Beach Design and Limited City of Miami Beach Replacement of the water 15 Engineering Construction Services for Fire Flow 20 transmission main and upgrade of the water distribution Projects Package i mains along 4ist Street,and Fire Flow Project 9 Bid 2022-122-ND -71- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28 EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL P7.ROLE IN THIS CONTRACT(From Section E.Block 13) C ��������� (From Section E.Block 12) 21 22 23 24 25 26 27 28 29 30 Agustin Maristany,PE Project Manager/Hydraulic Modeling O Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology O O O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling 0 Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ Bidding Services/MOT Alessandra Monad,PE CO-LEAD for Engineering Design/ Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O O O O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman, PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone, PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering Louis Aguirre, PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITl F OF EXAMPLE PROJECT(FROM SE(.IION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 21 Pinellas County Force Main Assessment Program 26 FDOT Gateway Express Utility Relocations 22 Hillsborough County River Oaks Diversion D-B 27 Hillsborough County US 301 Force Main 23 Peace River Manasota Regional Water Supply 28 Pinellas Co.Gulf Blvd—FDOT Utility Relocations Authority,Loop Phase 3B 24 48"PCCP Replacement Loganville Highway 29 MDWASD Small Water Main Replacement to Grayson 25 Dunedin Causeway Water Main and Force Main 30 Hillsborough County Design Criteria Package for North Replacements Palm River Water Expansion Bid 2022-122-ND -72- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL CCCD ODD E E ._. (From Section E,Block 12) 27.ROLE IN THIS CONTRACT(From Section E,Block 13) 31 32 33 34 35 36 37 38 39 40 Agustin Maristany, PE Project Manager/Hydraulic Modeling 0 Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology O O O O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 0 0 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany, PE LEAD for Engineering Design/Permitting/ Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage,PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services 0 0 0 Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering 0 Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 31 City of Safety Harbor Water and Sewer Main 36 City of Tarpon Springs North Bayshore Drive and Church Replacement Street Sewer and Force Main Replacements 32 City of Sarasota Water Main Replacements—CMAR 37 City of Tarpon Springs Seabreeze Drive Sewer Expansion 33 City of Venice Water Main Replacement Program 38 MDWASD 48-inch Water Main Interconnect in Phases i,3,5,6,7,&8 Downtown Miami 34 PER for Pinellas Park Interceptor Collection System 39 Peace River Manasota Regional Water Supply Authority Improvement Integrated Loop,Phase i 35 City of Clearwater Septic to Sewer Program 40 Clearwater Memorial Causeway Subaqueous Pipelines Bid 2022-122-ND -73- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28 EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL , t - `r (From Section E.Block 12) 27 ROLE IN THIS CONTRACT(From Section E,Block 13) '" ^• *' -- -. `° '' 41 42 43 44 45 46 47 48 49 50 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling 0 Ricardo Maristany, PE LEAD for Engineering Design/Permitting/ O Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater 0 Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services 0 0 Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering 0 Louis Aguirre, PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO Ill LE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 41 City of Miami Beach Design Services for MDWASD 46 Gwinnett County Central Service Zone Water System Installation of 12"/16"FM along NE 183rd/Island Model and Analysis 42 City of Venice Intracoastal Waterway Force Main 47 MDWASD InfoWorks Water and Wastewater Model Development 43 City of Largo Ulmerton Road Utility Relocations—7 48 Northwest Florida Water Management District Coastal projects Water Systems Interconnects as Hillsborough Co.South County In-Line Potable 49 University of Florida Campus Wide Potable Water Booster Pump Station Progressive Design-Build Master Plan 45 Citrus Co.Suncoast Pkwy Regional Water System 50 Peace River Manasota Regional Water Supply Authority Model&Analysis Integrated Loop Ph i&3B Bid 2022-122-ND -74- DocuSign Envelope ID:59D12E6F-6507-4CFS-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28 EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27,ROLE IN THIS CONTRACT(From Section E,Block 13) F G G G G H H H R R (From Section E,Block 12) 51 52 53 54 55 56 57 58 59 60 Agustin Maristany, PE Project Manager/Hydraulic Modeling O O O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&OP Adaption Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling 0 0 Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ 0 Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ 0 Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting O /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ O Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency 0 Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering Louis Aguirre, PE Mechanical/Electrical Engineering Dirk van Oostendor. Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 51 Easley Combined Utilities, IDSE Study Plan and 56 Public Outreach for MDWASD's Consumer Line Report Relocation Program—Phase 2A 52 MDWASD InfoWorks Water and Wastewater Model 57 MDWASD Small Water Main&Water Service Development Conversions Ph 3&2 53 MDWASD Infoworks Wastewater Modeling 58 City of Venice Eastgate Utilities Relocation Phase 2 54 Gwinnett County Sewer Master Plan,2oi7-2o50, 59 East Richland Public Service District South Carolina Flood Recovery Program 55 Forsyth County Wastewater System Data Analysis& 60 SFWMD Coastal Structures Resiliency Feasibility Study System Assessment Bid 2022-122-ND -75- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26 NAMES OF KEY PERSONNEL 27 ROLE IN THIS CONTRACT(From Section E,Block 13) ®® (From Section E,Block 12) 61 62 Agustin Maristany,PE Project Manager/Hydraulic Modeling 0 Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology 0 /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany, PE LEAD for Engineering Design/Permitting/ 0 Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ 0 Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting 0 /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/Info Water Keith Overstreet,PE Planning/CIP Adaptation/ Hydraulic Modeling/Info Water Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency 0 0 Jeff Troutman, PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 61 City of North Miami Risk and Resilience Assessment,and Emergency Response Plan(AWIA) 4- 62 City of Oldsmar Resiliency Action Plan bilk *Resiliency/Sea Level Rise .. ... ...._... Bid 2022-122-ND -76- �`r"�"` .,.y -. ,T ',';`.sk'"�;'v a¢'st ggv,a x., w,.,.,- �..y„u+w�*m,»r.•�.-�-,... •-w=.r..-,=, a.T .._,, „' _,,..�_...r.. s•^ms+!t+= s DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 r ----- 5tr_ 2 .2 QUALIFICATIONS OF PROPOSER TEAM TF• C 3 '' "'t r �2" ij rr;a i:ia -rr--,-' J?" ma's,n . *C�-SvT r�y t - •i- 'r-- --. 7 052. II '11:00 --.^- -Ai ' r '7 c,l 'J„., tis i-ice G`T :: - ram, ::dy . �t00 /I.c^4n 111p±.��3'5EF. , `r ~ A^ T • y �i-Ev,�rmrs ig ::� I.i'..D»i it• • `£y.. s !Ft- W"'' —.,.•"..' 'Wit.._' '-a 'f': , "ii l�fy rt....`v.• •w 1 hir,..U4" / - ,.r... _try. Y y- l.c2:p _yr S4�{ ,y _ gyp �� ., JQr .✓ ,, "0rryy V ;-7- - fit f,�. ��1i� - 13`', r•Iv --..-/ `� , Y'�r �^' S �!'" ri C+'• Gf :ref I` VV6!!) r "�..11 { -��rlf� yam, f___-/ Si .•-,.,,^ ,.. t.. u r. :... . h, M -..a , �,r to r. .,,• �• "J"'J.t e"' r s . .` d;� r S^r r' .. •a I I 1 f •--• F Sa +rt°�. I . •-v v.w.' r'1 v: . �,. IA .. ,,,4 . .,- �'1 �r4 z rr^AE a a• 0,•• 1.. % ML II, L''' S Y " .. _. sr< 07 . . r- -" ' ' t �� •• i'• rili• :.- 1 :ofr �., �Inr% _ IriI1 I�'i•4W��Iri Sew , -"c�-,1 ' a!C_1C� '�.... i;�,::r_-.r'Rl ld,:1 ....bi �' J l'ii .n..ranEd fl _ . -:s 2.2 Qualifications of the Proposer Team , SF 33o Part i A-D 77 Organization Chart 79 SF 33o Section E Resumes for Ardurra and Subconsultants 8o DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT - ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION TITLE AND LOCATION(City and State) Engineering Services for Water and Wastewater System Projects 2.PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 1-28-2022 2022-122-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Agustin Maristany,PE,Technical Director 5.NAME OF FIRM Ardurra Group, Inc. �� ARDURRA 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (786)656-4045 (305)392-9912 amaristany@ardurra.com C. PROPOSED TEAM (Check) Zo 9. FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT B -, or a UQV �K NF Project Management,QA-QC,Hydraulic Ardurra Group,Inc. 870o West Flagler St. Modeling/Infoworks/Infowater;Planning/CIP ®CHECK IF BRANCH OFFICE Suite 18o Adaptation;Design;Permitting;Bidding Miami,FL 33174 Services;Coastal Engineering;Structural a J Engineering;CAD;GIS;Sea Level Rise/ Resiliency/Hardening;Pavement Restoration/Maintenance of Traffic; Construction Management&Inspection; Surveying;Design-Build Criteria Professional;Public Outreach Principal-in-Charge;QA-QC,Hydraulic 4921 Memorial Highway Modeling;Trenchless Technology/HDD; b J Ardurra Group,Inc. Ste 30o CAD;GIS;Construction Inspection; ❑CHECK IF BRANCH OFFICE Tampa,FL 33634 Landscape Architecture;Design-Build Criteria Professional;Ecological Assessments/Impacts c. J Ardurra Group,Inc. 8600 NW i7th Street,Suite Roadways/Design/Pavement&Marking ®CHECK IF BRANCH OFFICE 200,Doral,Florida 33126 d Ardurra Group,Inc. 38o9 Peachtree Ave,Ste 102 Structural Engineering/Coastal Engineering ®CHECK IF BRANCH OFFICE Wilmington,NC 28403 e Ardurra Group,Inc. 3 Linwa Boulevard Hydraulic Modeling/Infoworks/Infowater ®CHECK IF BRANCH OFFICE Anderson,SC 29621 1305 Mall of Georgia Blvd. t J Ardurra Group,Inc. Suite 16o QA-QC/Planning/CIP Adaption NCHECK IF BRANCH OFFICE Buford,GA 3o51g 6• J Ardurra Group,Inc. zoo Clinton Avenue Hydraulic Modeling/Infoworks/Infowater NCHECK IF BRANCH OFFICE Huntsville,AL 358o1 h J Ardurra Group,Inc. 3012 26th Street Sea Level Rise/Climate Change/Resiliency NCHECK IF BRANCH OFFICE Metairie,LA 70002 D. ORGANIZATIONAL CHART OF PROPOSED TEAM X (Attached) • Bid 2022-122-ND -77- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION TITLE AND LOCATION(City and State) Engineering Services for Water and Wastewater System Projects 2.PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 1-28-2022 2022-122-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Agustin Maristany,PE,Technical Director ^ 5. / `NAME OF FIRM Ardurra Group,Inc. V ARDURRA 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (786)656-4045 I (305)392-9912 amaristany@ardurra.com C. PROPOSED TEAM Check) • 2 Zo 9. FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT a UU CO I- • ma COs Media Relations Group, 147o7 South Dixie Hwy. LLC Ste 4o4 Public Relations/Outreach ['CHECK IF BRANCH OFFICE Miami,FL 33176 Eastern Engineering 3401 NW 82nd Ave J Group,Inc. Doral,FL 33122 Structural Engineering ❑CHECK IF BRANCH OFFICE Geosol,Inc. 5795-A NW 1515Y Street Geotechnical Engineering ECHECK IF BRANCH OFFICE Miami Lakes,FL 33014 Louis J.Aguirre& 915o South Dadeland Blvd. J Associates,PA Suite goo Electrical Engineering ['CHECK IF BRANCH OFFICE Miami,Florida 33156 J Corrpro Companies,Inc. 7000A Hollister Street Corrosion Control ®CHECK IF BRANCH OFFICE Houston,TX 77040 D. ORGANIZATIONAL CHART OF PROPOSED TEAM X (Attached) Bid 2022-122-ND -78- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ORGANIZATIONAL CHART MIAMI BEACH PRINCIPAL-IN-CHARGE il - -- -- --, LEGEND Chris Kuzler, PE - I, 'PROJECT MANAGER 1 Media Relations Group,LLC QA/QC 2 Eastern Engineering,Inc.(SBE) 3 Geosol,Inc.(SBE) Agustin Maristany, PE ( 4 Louis J.Aguirre&Associates,PA(SBE) I Loc Truong, PE 5 Corrpro Companies,Inc, I Joe Downey, PE • , i PLANNING/CAPITAL ENGINEERING CONSTRUCTION MANAGEMENT IMPROVEMENT DESIGN/PERMITTING/BIDDING &INSPECTION PROGRAM ADAPTATION SERVICES Loc Truong,PE-Lead Ricardo Maristany, PE-Lead Jose Rodriguez,PE-Lead HYDRAULIC MODELING Alessandra Monetti,PE Co Lead Rodolfo Martinez I NFOWORKS/I NFOWATER DESIGN/PERMITTING/ Scott Aguiar Agustin Maristany,PE BIDDING SERVICES Lance McClaskie Keith Overstreet,PE Jose Rodriguez,PE Orlando Serrano,Jr Ben Lawrence,PE Alessandra Monetti,PE Doug Jennings Joe Downey,PE Leo Sampedro Brenda McManus Dale Pearson,PE Maria Alva Cristina Lacorazza Alex Abud-CAD Mark Gladbach-CAD ' SUPPORT SERVICES • ECOLOGICAL COASTAL STRUCTURAL TRENCHLESS MEDIA RELATION/ ASSESSMENTS/ ENGINEERING/ ENGINEERING TECHNOLOGIES/ PUBLIC OUTREACH IMPACTS RESILIENCY/ Jose Rodriguez,PE HDD Alicia Gonzalez' Pete Bottone, PWS HARDENING Raissa Lopez, PE' Ben Turnage, PE Jeanette Gorgas' Michael Palmer Adam Faschan,PE Gonzalo Paz, PE2 Chris Kuzler,PE GEOTECHNICAL, Edward Craig,CPSS Agustin Maristany,PE Jeffrey Troutman, PE Orlando Serrano,Jr ENGINEERING, MECHANICAL/ Jeffrey Troutman, PE ROADWAYS/DESIGN CORROSION TESTING, ELECTRICAL DESIGN/BUILD SIGNING/MARKING CONTROL DRILLING, & Louis Aguirre,PE4 CRITERIA David Pulido,PE Dirk Van Oostendorps SEISMOGRAPHIC Eduardo A.Suarez,PE, PROFESSIONAL Enit Medina,PE Benjamin Richey' SERVICES LEED®AP Agustin Maristany, PE Oracio Riccobono, PE3 Ben Turnage,PE PAVEMENT LANDSCAPE Adnan Ismail, PE3 GEOGRAPHIC Chris Kuzler,PE RESTORATION/MOT ARCHITECTURAL INFORMATION Ricardo Maristany, PE John Galbavy,RLA SURVEYING SYSTEMS Pete Diaz, PSM Jonathan Stanford Kaitlin Jeffords, El r. Agustin Jose Rodriguez ,- Ricardo II • Alessandra 1, Loc Truong,PE i Maristany,PE �I PE to Maristany,PE Monetti,PE I ;, PLANNING/CIP +� I' ADAPTATION—LEAD PROJECT i�. CONSTRUCTION r• ENGINEERING • ) ENGINEERING MANAGER I, •! MANAGEMENT- !f ■ DESIGN,PERMITTING,I' DESIGN,PERMITTING,' r "My background as , "I am fortunate to LEAD &BIDDING SERVICES—LEAD I &BIDDING SERVICES—CO-LEAD a licensed operator ; have worked with Miami Beach, "Glad to be a part of such a ' "The City of Miami is at the ' "1 have always dreamed of one ''and professional engineer gives MDWASD,and other local clients dynamic team with Ardurra and" forefront of resilient planning as :'day working with the beautiful ; me a unique insight to helping providing similar services.1 am the City of Miami Beach. Our it faces some of the most cam- ; and historic City of Miami Beach clients successfully implement committed to continue delivering combined skills coupled with , mon challenges due to climate and it was a true honor and capital improvement projects successful projects in partner- effective communication will change. This is why it has gained dream come true to be able to that meets short term and long ship with the City of Miami be key attributes to achieve a recognition and support from extend my experience on various term needs.I've enjoyed apply- Beach." successful project delivery." global climate change/resilience City water main projects.I look ing myself to execute projects foundations. As an engineer,it is forward to the opportunity for that deliver on meeting overall an honor to work with the City in many more." project objectives,and also a implementing these cutting-edge project that can be properly solutions!" operated and maintained." Bid 2022-122-ND -79- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke serson.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Agustin Maristany,PE Project Manager/Hydraulic Modeling/Coastal Engineering/Resiliency/Design Criteria Professional 44 3 n 15. FIRM NAME.AND LOCATION(City and State) AV Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Masters of Science,Civil Engineering,i979;University of Texas, Professional Engineer Florida No.33351 Austin;Bachelor of Science,Civil Engineering,2978 Q rO 7O' Certified in:NASSCO ACP/MACP University of Puerto Rico ' �° and LACP 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) ASCE Life Member;ASCE zoo4 Engineer of the Year,Broward Branch;FES 1986 Young Engineer of the Year,Big Bend Chapter. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department(MDWASD) I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) • - .Pump Station Improvement Program(PSIP)Miami-Dade Co.,FL i See Below t See Below , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm , a. • Principal-in-Charge,Project Manager,and FOR for the design,permitting,limited construction services,cost estimating, scheduling and permitting,geotechnical investigations,mechanical,structural,and electrical services for assignments issued under the MDWASD PSIP contract.Oversaw the improvements/upgrades forig pump stations improvement assignments,ranging from 30o gpm to 1600 gpm,dry/wet wells,triplex&duplex and 18,70o LF of 8-24-inch force mains and 728 LF of 8,10,12,&24-inch gravity sewer. Cost: s25M-19 projects completed 2o17 and 2021,rest are ongoing. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 48-inch Water Main Interconnect in Downtown Miami PROFESSIONAL SERVICES CONSTRUCTION(if applicable)_' Miami,FL _— i 2016 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Manager,Engineer of Record and Design Criteria Professional for the design of a 48-inch water main interconnect in downtown Miami.The project included a fast-track traditional delivery which included 800 feet of 48-inch WM,Soo feet of 36-inch WM,1oo feet of 3o-inch WM,and a micro tunnel under the FEC railroad. The other portion was design- • • build and included 4,2oo feet of 48-inch WM,2,30o feet of 36-inch WM,3o feet of3o-inch WM installed via open-cut and J&B.Project received a project of the year award by CAACE. Cost: $12.9M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Coastal Structures Resiliency Study-Miami-Dade County '! PROFESSIONAL SERVICES CONSTRUCTION(if applicable) LSouth Florida Water Management,FL j 2020 1 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IS Check if project performed with current firm C. Project Manager/EOR for the assessment of the flood control and operational vulnerability of five coastal control • structures in Miami-Dade to sea level rise and storm surge,including S21,522,S27,528 and S179;work included the identification of design criteria,hardening measures,redundancy,and operational improvements;the conceptual design of hardening measures and operational redundancy for structure S21,and final report. Cost: $356,000 (1)TITLE AND LOCATION(Cityand Stale) (2).YEAR COMPLETED . Infoworks.Wastewater Modeling r PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County, FL t See Below See Below (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal-in-Charge and QA/QC lead for the original InfoWorks model selection and development for MDWASD's water ' d. (273K nodes)and wastewater systems(goK nodes,1,018 pump stations,rainfall driven I&I). Subsequently was Project Manager and Engineer of Record for the upgrade to the gravity portion of MDWASD's Infoworks wastewater model which contained the gravity pipe network for-1o18 basins. Services included update the basic gravity sewer pipe network data and implement a simplified but accurate methodology to expedite model development and reduce model run times. Developed stage-storage curves for 868 basins and incorporated So new gravity basins. Original Model Fee: _s2.5M;Gravity Upgrade Fee: $zooK Original Model-2oo8 /Gravity upgrade 2o13 (1)TITLE AND LOCATION(City and State) . (2 YEAR.COMPLETED • Northwest Florida Water Management District'Coastal Water i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Systems Interconnect,Multiple Counties _ I 2013 —_ - (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the implementation of regional interconnects to increase water supply reliability in 18 coastal e. utilities along 5 counties in the Florida panhandle. Work included analysis of current and future demands,raw water sources,population growth,and permitted capacities,establishment of utility emergency production capacities and minimum interconnect flow reliability targets,hydraulic modeling(H2ONET)of all 18 utilities,route analysis,cost J estimates,preliminary design,operations manual,and Basis of Design Report.Fee: s9goK Bid 2022-122-ND -8o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Agustin Maristany, PE—Page 2 .>n� Role:Project Manager/Hydraulic Modeling/Coastal Engineering/Resiliency/Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS • (2)YEAR COMPLETED • 3 (1)TITLE AND LOCATION(City and State t PROFESSIONAL SERVICES I I CONSTRUCTION(if applicable) ; I MDWASD Consumer Line Relocation Program. • Design 2o2o/CM& I 2024 est Miami,FL t Inspections-2024 j 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager/EOR for the design,program and construction management services for Phase 2A. The program f' consisted of the conversion of 2,73o water services from the rear to the front of the properties to abandon old,leaky, small diameter,rear water mains. Services included program management,property inventory,creation of an asset management system and dashboard,design,permitting,contract documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support services,and construction F management and inspections.Cost:$21M P (1)TITLE AND LOCATION(City and State) a (2)YEAR COMPLETED • ,MDWASD Small Water Main Replacement in Leisure City 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami-Dade,FL i 2017/2018 1. 2o19/2o2o (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm g• Project Manager and Engineer of Record for the design,permitting,and limited construction services for this 2 phased project totaling—25,00o feet of 8-and 6-inch water mains,fire hydrants,pedestrian ramps,service connections,and various tapping connections to existing water mains in Leisure City. Services included surveying,geotechnical,utility conflicts,design,pavement restoration,MOT,specifications,permitting,cost estimates,scheduling,and limited { construction services. Cost: $5.5M • (1)TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED J.C.Bermudez Park Recycled Stormwater Irrigation Project • ; PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Doral-FL ,_�_J 2010 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the modeling,design,permitting(ERP and CUP),construction support services,and development of - h. an Operation&Maintenance Manual for a stormwater irrigation system for the 8o-acre park. Major components included emergency lake intake structure,2 MG above ground storage tank,3,00o gpm stormwater pump station,130 • micron disk filters with automatic backwash,bleach disinfection system,1,4o0 gpm irrigation pumps,8,000 feet of 12- inch diameter looped main,irrigation system,automated controls,and cost estimates. Developed 20 year water balance model to calculate crop ET,rainfall-runoff,irrigation demand,and stormwater irrigation to determine optimal size of pump station and storage tank.The project was partially funded by a simillion AWS grant from the SFWMD.Cost:$2.8M .(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD Small Water Main Condition Assessment,Miami-Dade i PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) c ' •i Co.,FL 2014 `.� i - C(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the condition assessment of small water mains(5 4-inch)throughout Miami-Dade County. Integrated several databases(GIS,property appraiser, leakage report,repair history,Infoworks model network,and customer complaints)into a geodatabase. .Programmed GIS tool using Python script to automatically generate and . t draw street blocks,replacement water mains(length and diameter),service connections,and meters;and prepare . cost estimates.Integrated KANEW model into automated tool to forecast 5-year pipe failures by street block based on pipe age,material,and diameter;and prioritize small water main replacements by street block. Analysis included characterization of entire water distribution system by pipe diameter,length,age,and material;related annual repair and leaks/100 miles to pipe diameter and material,forecasted 5-year pipe failures per street block for small pipes,and ranked and prioritized street block improvements based on 5 yr forecasted failures. Fee: $30K 1(1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED MDWASD Small Water Main&Water Service Conversions Phases 1 I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) ' &2,Miami-Dade County,FL 2012 1 2014 ' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm j. Project Manager/FOR for the inventory and evaluation of over i000 miles of small diameter water mains that are very '. old and experiencing poor performance issues.Major tasks included:GIS Inventory of Small Water Mains;replacement cost estimates;Construction Management&Inspection Services—included decommissioning of rear water mains for 30o converted properties. Also led Public Outreach which was a key factor in the success of the Program. Fee: $400K Bid 2022-122-ND -81- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Cor slete one Section E for each ke Berson.) 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Christopher Kuzler,PE Principal-in-Charge/Trenchless Technology/ 36 29 HDD/Design-Build Criteria Professional 15. FIRM NAME AND LOCATION(City and State) A./ Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS Mechanical Engineering,Polytechnic Institute of NY,2985 Professional Engineer FL#45532;NY#o66738 MS Business Administration,3_989 Adelphi University 18. OTHER PROFESSIONAL.QUALIFICATIONS(Publications,Organizations,Training,Awards.etc.) Solid Waste Association of North America;American Water Works Association;AWWA;Water Environment 19. RELEVANT PROJECTS • i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD 48-inch Water Main Interconnect Route Analysis• 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami,FL • `_ 2010 ! 2019 .a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Technical Advisor for the route analysis to determine the size(48-inch)of a water main to interconnect in the Central East Area(downtown Miami). Also assisted with the determination of the best possible route for constructability and cost estimates.Fee: $723,225 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 48-Inch Central-East Interconnect Design Criteria Package i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) I Miami,FL 201 zos6 --�1 9 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND.SPECIFIC ROLE El Check if project performed with current firm QA/QC Officer for preliminary design,development of a Design Criteria package and associated Design Criteria Engineering assistance for 6,70o LF of36 and 48-inch potable water main in the Central-East area,north of Downtown Miami,to interconnect the Hialeah/Preston(north)and Alexander Orr(south)water systems.Cost: $8.5M µ (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Small Diameter Water Mains Evaluation and.Enhancements , PROFESSIONAL SERVICES ° CONSTRUCTION(if applicable) ' I Program,Phase l and II,Miami,FL • • 2013 zos4 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Technical Advisor for evaluation of MDWASD's entire water distribution system using GIS analysis and categorized all . c• undersized water mains below 6 inches. A database was developed to track quantities,location,cost,etc. Ardurra selected 210 pilot high-priority properties and completed a field visit at each property,prepared construction specifications,and assisted with bidding and construction management.Ardurra also coordinated with MDWASD to include all data input into MDWASD's Proliance(PCTS)system.Scope included extensive public outreach services. • Cost: $82i,000 _ (1)TITLE AND LOCATION(City and State) �^ T (2)YEAR COMPLETED • 1 Sarasota County Transmission,Main and Improvements to Pump 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Station#3,Sarasota County,FL . . . _ ' =zozz i TBD _ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal-in-Charge/QA-QC for the study/analysis,design,permitting,bidding assistance,and construction d: administration for the extension of a 3o-inch potable water transmission main and improvements to Pump Station#3. The pump station improvements include the installation of a new pump,upgrades to the chemical feed and storage system,additional emergency power,fuel and backup systems,electrical improvements,instrumentation system upgrades,and interconnection with the SCADA network. Scope includes hardening of the pump building against • storm events. Cost: $24.6M__ (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i t PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Lift Station 33&42 zo> i 2019 Clearwater,FL 5 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' . Principal-in-Charge for the design and construction administration and CEI services for the complete rehabilitation of e. I two submersible lift stations. Lift Station#33,25o gpm,included complete demolition of the existing station and its replacement with a new fiberglass,pre-packaged pump station.Design included a new elevated valve box and access platform to raise the new controls above flood elevation. Lift Station#42,3,40o gpm,included structural repairs and lining of the wet well;new riser pipes,discharge valves,odor control system,VFDs,and controls;and repairs to the existing generator radiator system. Cost: $979,093 Bid 2022-122-ND -82- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Christopher Kuzler, PE—Page 2 �\/ Role:Principal-in-Charge/Trenchless Technology/Design-Build Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS t (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Peace River Regional Integrated Loop System 4 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) f Phase 1,2&3B Peace River Manasota , Ph 1 zo18;Ph 3B 2019 Phi&3B—2020 Regional Water Supply Authority I Ph z 2010 Ph 2 2012 Principal/QA-QC for preliminary engineering,design;permitting and construction management services for the f' following potable water transmission mains and ancillary systems: Phase 1-6 miles of 24"ductile iron water main along US-17 and Washington Loop Road including a 3,5oo-foot subaqueous directional drill under Shell Creek and a new meter station with pressure and flow controls.Phase z-j-miles of 42-inch ductile iron transmission main,three meter stations with SCADA/telemetry,two jack and bores and a crossing of 1-75.Phase 3B-±5 miles of 48-inch steel transmission main, a meter station,and several crossings of major stormwater systems.Cost: Ph 1$7.4M;PH 2-$1o.2M;Ph 3B-$11.3M i (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED North and Logan Booster Pump Stations Modifications )PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Pinellas County,FL 1 North zo14 I North 2016 I Logan 2015 E ^ Logan 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal-in-Charge&QA-QC. North Booster Pump Station-Replacement of four(4)booster pumps with new 25 g. MGD,Soo HP each(total of ioo MGD)horizontal split case pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch ductile iron yard piping and valves,new 24-inch influent flow meter assembly,rehabilitation of three valve pits,PLC and SCADA upgrades. Cost:s4M Logan Booster Pump Station-Design and construction of a new 3o MGD potable water re-pump system consisting of four(4)new z5o HP pumps,a 3,2oo sq.ft.pump building and electrical room and installation of 36-inch,24-inch,and 18-inch yard piping and valves,PLC and SCADA upgrades. Cost:$4.84M — ! (1)TITLE AND LOCATION(City and State) YT (2)YEAR COMPLETED City of Venice Water Main Program Phases i,3,5,6,7&8 , PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) ' Venice FL s Ph 1-6:2o15-2019 I Ph i-6: 2015-2020 • • i 7&8'Ongoing .. I h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,bidding/award assistance and construction services for Phases 1,3,5 and 6 of the city-wide Water Main Replacement Program in existing residential neighborhoods.All four phases total±27,775 LF of 6&8-inch water mains,rear lot z-inch&3-inch main abandonments,and relocation of±Soo private services and service connections.Cost: $6.4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED US 3oi Force Main(Valencia Lakes to SR 674),Hillsborough i PROFESSIONAL SERVICES t CONSTRUCTION(if applicable) { County,FL 2012 2013 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer-of-Record for the design and permitting of approximately 8,000 LF of 3o-inch force main along US-3o1 to be constructed in advance of an FDOT roadway widening project. Included coordination with the FDOT I• District office to avoid conflicts with the future road widening. Subsequent to completing the design,the force main route was changed in order to avoid the FDOT right-of-way.To reduce costs,Mr.Kuzler was instrumental in recommending that the County obtain easements on private property in order to remove±5,800 LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining ( ±2,3oo LF in the FDOT ROW. The resulting construction contract was for$2.75 million—saving the County an estimated $z million. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Wet Weather Force Main and Monitoring System PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) ! Largo,FL 2013 r z017 L (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm 1 Principal-in-Charge for Ardurra on the two-firm engineering team for the overall project that included the construction of upgrades to 4 submersible wastewater pump stations,(58o gpm duplex,l,ioo gpm duplex,1,400 gpm triplex and J• 1,10o gpm triplex)design of±7 miles of 12-inch to zo-inch force main(ductile iron,PVC,and fusible PVC)to replace an equivalent length of existing 8-inch to 16-inch mains,installed via trenchless technologies and included two roadway and one railroad crossing with installation by jack and bore in 24-inch to 3o-inch steel casing.Also included six horizontal directional drill of 24-inch to zo-inch fusible PVC,totaling approximately 13,00o LF including a z,000-foot drill under John Taylor Park Lake.Cost: $38M Bid 2o22-122-ND -83- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL CURRENT FIRM Loc Truong,PE Quality Assurance/Control 20 b.WITH 7 LEAD for Planning&CIP Adaptation /Trenchless Technology/HDD 15. FIRM NAME AND LOCATION(City and State) /� Ardurra Group, Inc.Tampa, FL ARDURRA. 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Chemical Engineering,zoos Professional Engineer Florida No.6S7o9,TX No.10z925 Renssalaer Polytechnic Institute Drinking Water Treatment Plant Operator Class C Florida No. 0014398 Drinking Water Treatment Plant Operator Class IIA New York No.NYoo36915 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations Training,Awards,etc.) Florida Section American Water Works Association ' 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Logan Potable Water Booster Pump Station ' PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ! Pinellas.County,FL _ 2015 i 2018 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,and construction of the modifications to Pinellas County's existing 3o MGD a. potable water booster station. The project included the construction of a new 3,2oo sq.ft.building to house the new pump station and new electrical room,four(4)new 7.5 MGD,25o HP each horizontal split case pumps with 12-pusle • variable frequency drives(VFD),installation of a new 1,50°kW standby diesel generator set,installation of 36-inch,24- inch,and 18-inch yard piping and valves,PLC and SCADA upgrades,instrumentation and electrical system • modifications.)Cost: $4.84M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Potable Water Booster Pump Station i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) .' Pinellas County,FL I 2°14 zo16 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Project Manager for the design,permitting,and construction of the modifications to the Pinellas County's existing too MGD potable water booster station. The project included replacement of four(4)existing booster pumps with new 25 MGD,Soo HP each(total of 10o MGD)horizontal split case pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch • ductile iron yard piping and valves,PLC and SCADA upgrades,instrumentation and electrical modifications.Cost: $4M _, j (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Memorial Causeway Pipelines , PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) • Clearwater,FL z015 2018' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. Project Manager for the design,permitting,bidding and construction management of a new 2,5oo LF,24-inch diameter • replacement force main under Clearwater Harbor via Horizontal Direction Drill(HDD)and a new 1,5°o LF of zo-inch water main under the Intracoastal Waterway via HDD. The project also included extensive permitting requirements with the US Army Corps of Engineers and FDEP for a Submerged Lands Easement. Cost: $3.5M (1)TITLE AND LOCATION(City and State) (2)YEAR.COMPLETED Causeway Water Main&Force Main Replacement Program PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) Dunedin,FL 2013 , 2014 r(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for analysis,planning,design and construction of*moo LF of 8-inch HDPE force main,±2i3oo LF of d. 18-inch PVC water main and 3,50o LF of io-inch force main installed along the Dunedin Causeway and beneath the St. Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill(HDD). The project required the development of demand and flow projections,hydraulic model,analysis of the water and force main systems,system sizing,cost estimating,bidding,award and construction management.Cost: $5.2M ,(1)TITLE AND LOCATION(City and State) .� lT 2 YEAR COMPLETED Intracoastal Waterway Force Main Replacement Project I PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) , Venice,FL zo13 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm e. Project Manager for the design,permitting,and construction of1,3o°LF of16-inch HDPE below the Intracoastal Waterway via horizontal directional drill(HDD). The project included performing HDD calculations,preparing plans, specifications and cost estimate. Cost: $500,00° Bid 2o22-122-ND -84- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Loc Truong,PE—Page 2 �\/ Role:Qualit Assurance&Control/Planning&CIP Adaptation-Lead,and Trenchless Technolog /HDD ARDURRA 19. RELEVANT PROJECTS • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Wide Potable Water System Modeling and Master Plan :I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) League City,TX I 2017 i j 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the hydraulic modeling and analysis of the entire City's potable water system,which consists of f. over z,000,000 LF of piping. The hydraulic modeling efforts include establishing the hydraulic criteria and scenarios for modeling,analysis of existing flows,estimating future flows,modeling of the City's pump stations,control valves, identification of low pressure/low flow areas,analyze short/long term issues,providing alternatives to address future growth/flow demands. The project included the update of the City's Potable Water System Master Plan.Fee: $538,818 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Governmental Utility Authority Lehigh Acres Water and ',PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Wastewater Master Plan,Lehigh Acres,FL ! 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the review existing data and field evaluations of the Lehigh Acres Water and Wastewater Systems in order to provide the FGUA with a 10-year plan to the year zo3o to ensure adequate water supply,treatment and 9 distribution system is provided within the Lehigh Acres system.Ardurra is also evaluating the strategic expansion of the sanitary sewer system and associated wastewater collection,treatment and disposal into undeveloped areas of Lehigh Acres. Made recommendations for future improvement and expansion phasing options including conceptual level • maps/diagrams of short term and long term wastewater expansion alternatives and estimates of probable construction costs. Fee: $198,332 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Safety Harbor Water&Sewer Projects i PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) Safety Harbor,FL . 2016-2019 2019 i- (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,and bidding assistance for replacement of water and sewer mains to h. eliminate deteriorating pipelines and services located in four existing residential neighborhoods totaling 25,765 LF of n- and 6-inch water mains and 2,1oo LF of 12-inch water main. Cost:4 projects at—si.6M each. Also served as Project Manager for 1,56o LF of 6-inch PVC C-goo force main and 1,850 LF of 8-inch SDR-35 PVC to serve as a gravity sewer along North Bayshore Drive.Projects included restoration of curbs,driveways,sidewalks and roadways.Cost:$6.6M Vi(1)TITLE AND LOCATION(City and State) (2)YEAR.COMPLETED Tarpon Springs Sanitary Sewer Expansion Ph 3 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) . Tarpon Springs,FL _ _ zo17 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,bidding,and construction management for the City of Tarpon Springs i' septic to sewer system program. The project included the design and construction of approximately 00o LF LF of P Y p 9 9 PP Y 3, 8- inch gravity sewer mains,12 manholes,and the reconstruction of the roadway from edge-of-pavement to edge-of- pavement within the neighborhood. Cost:$3M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Lehigh Acres Lift Station Rehabilitation,Florida Government PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Utility Authority,Lee County,FL 2009 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the development of flow projections,hydraulic modeling,planning,design,permitting and J construction for the upgrade and replacement of a 4 MGD triplex master wastewater pump station in Lee County. The design of the lift station rehabilitation included installation of variable frequency drives(VFD),biological odor control system,PLC controls via a Control Microsystems SCADAPak,and remote telemetry. Cost: $879,950 Bid 2022-122-ND -85- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke person.) 12. NAME 13. ROLE IN THIS CONTRACT 14, YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Joe Downey,PE QA-QC I CIP Adaptation and Hydraulic Modeling 6 3 /� 15. FIRM NAME AND LOCATION(City and State) /� Ardurra Group, Inc. Buford, GA ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Engineer Florida#80839;Alabama#18196 Professional Engineer Florida#80839;Alabama#18196 Georgia#036404;Tennessee#24248) Georgia#036404;Tennessee#24248) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;American Water Works Association;National Society of Professional Engineers;Society of American Military Engineers;Water Environment Federation . 19. RELEVANT PROJECTS (1)TITLE AND.LOCATION(City and State) . (2)YEAR COMPLETED Gwinnett County Sewer Master Plan and Modeling PROFESSIONAL SERVICES CONSTRUCTION(if applicable) I Gwinnett County Department of Water Resources,GA j 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ' • a. Lead Engineer for the evaluation of the Sewer Conveyance System for the Sewer Master Plan at GCDWR. The project included future demand projections,evaluation of existing facilities,development of needed improvements,and development of the capital improvements financial plan. Used InfoSWMM for collection model and provided an evaluation of wastewater collection,pumping,and treatment. Fee:$185K (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED • • � Forsythe Sewer System Model . y PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) I Forsythe,GA z015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr.Downey was Project Manager for the evaluation of the Wastewater System for Forsyth County. The project _ included future demand projections,evaluation of existing facilities,hydraulic modeling of flow scenarios,development ' b. of flow management strategies,development of needed improvements,and development of the capital improvements financial plan.The county had an existing InfoSWMM computerized hydraulic model of the collection system;however, • it had not been updated in many years and the flow data was unreliable. Gravity collection and force main pressure • pipes were evaluated using the InfoSWMM hydraulic model.This effort identified over too miles of piping upgrades that will be needed over the 35-year_planning period.Ardurra also evaluated the regional lift stations through site visits, • review of maintenance reports,and hydraulic modeling.Pumping stations and force mains were hydraulically analyzed using peak hour flows.Fee:$187K • (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED ( Augusta Utilities Master Plan _ { PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Augusta-Richmond County,GA i 2o16 • c,. (3)BRIEF DESCRIPTION(Brief scope,size,.cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Engineer for the evaluation of the Water Treatment and Distribution System for the Water and Wastewater Master Plan at Augusta Utilities. The project included future demand projections,evaluation of existing facilities,development of needed improvements,and development of the capital improvements financial plan. Fee:$66o,000 (1)TITLE AND LOCATION(City and State) �.._ (2)YEAR COMPLETED { Gwinnett County Water System Modeling(InfoWater) i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Gwinnett County,GA ! zolg Ongoing • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ' d. Lead Engineer forthe hydraulic modeling(InfoWater)and design for the Central Pressure Zone in the Gwinnett County water distribution system. The project included the creation of sub-zones with nineteen(19)pressure reducing valve stations with flow meters to reduce operating pressure and frequent main breaks. Fee:$275K I (1)TITLE AND LOCATION(City and State) . 2 YEAR COMPLETED Gwinnett Place Mall Sewer Improvements I PROFESSIONAL SERVICES CONSTRUCTION Of applicable) - Gwinnett County,Georgia 2021. I Ongoing ( (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm . Project Manager for a project to design,permit,acquire easements,and manage construction of a new sewer upgrade e. to serve the existing Gwinnett Place Mall area.The area was being redeveloped and the existing sewer capacity was not sufficient for future growth. The project included more than 15,00o feet of 18-inch to 48-inch gravity sewer,including surveying,design,SUE,geotechnical,easement plats,a microtunnel crossing of 1-85,environmental assessments, wetlands delineations,permitting,and construction management. Cost: $a5.8M Bid 2022-122-ND -86- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Joe Downey,PE—Page 2 / / Role:QA-QC and Planning/CIP Adaptation and H draulic Modeling ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED V PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Loganville Highway 48-inch PCCP Replacement zo19 I 2020 GCDWR,GA I 3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm t'. Project Manager for a project to design,permit,acquire easements,and manage construction of a new 48-inch water transmission main along Loganville Highway in Gwinnett County. Water main design included 7,00o feet of 48-inch ' ductile iron piping to replace an aged prestressed concrete cylinder pipe(PCCP)that was starting to fail. Cost: $7.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Beltline Sewage Lift Station 'PROFESSIONAL.SERVICES I CONSTRUCTION(if applicable) Decatur Utilities,AL ( 2016 ! 2018 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE , EI Check if project performed with current firm Senior Subject Matter Expert for the hydraulic modeling,planning,design and construction of the Beltline Road Sewage ' 9• Lift Station for Decatur Utilities,which has a design capacity of 340o gpm at 7o feet of head.This facility includes in-line grinders,wetwell,oxidation odor control,submersible mixers,dry-pit submersible pumps,flow metering,emergency power generation,and SCADA monitoring and control. Cost: $9.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED I Elmore-MontgomeryTransmission Main&Pumping Station , PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Montgomery Alabama 2000 12001 — (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for a$4,000,00o program to design,permit,acquire land,and manage construction of a new pipeline h and pumping station for the Cityof Montgomery toprovide drinkingwater to the Elmore Water Authority. The project P P• 9 9 rY Y included more than 30,00o feet of 18-inch ductile iron piping and 1,000 feet of 20-inch HDPE directional drill beneath the Alabama River. Cost:$4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Decatur Utilities,Highway 31 South Force Main Improvements PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Alabama. 2008 2008 • (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE N Check if project performed with current firm Mr.Downey was Principal-in-Charge for a$25o,000 program to perform a hydraulic evaluation and rehabilitate the i. existing 16-inch Highway 31 South Force Main. The force main consists of 14,00o feet of 16-inch ductile iron pipe that was pigged and lined as part of the rehabilitation to restore capacity. Successful project increased flow from 800 gpm to 2,200 gpm. Cost: 25oK (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Huntsville Utilities Southwest Transmission Main . ; PROFESSIONAL SERVICES • CONSTRUCTION(if applicable) Huntsville,Alabama 1987 1988 —_ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm .1• Project Engineer for a$8,000,000 program to design,permit,acquire land,and manage construction of more than 50,000 feet of 48-inch ductile iron piping for Huntsville Utilities to distribute water from the new Southwest Water Treatment Plant located on the Tennessee River to the water system service area.Cost: $8M Bid 2022-122-ND -87- DocuSign Envelope ID:59D12E6F-6507-4CF8 863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke •erson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Ricardo Maristany,PE LEAD for Engineering Design/Permitting 1 /Bidding Services/Maintenance of Traffic 4 5 15. FIRM NAME AND LOCATION(City and State) / \\/ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 0 0 0, Bachelors,Civil Engineering,2008 Professional Engineer Florida No.76068;Certified in:NASSCO University of Miami,Coral Gables,FL ACP/MACP and LACP;OSHA 3o-Hr.Construction Safety;FDOT CTQP Asphalt Paving Level I&II;FDOT CTQP Q/C Manager&DOT MOT 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;American Water Works Association;Florida Engineering Society 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED j Design and Limited Engineering Construction Services'for Fire i PROFESSIONAL SERVICES $ CONSTRUCTION(if applicable) Flow Projects Package i;Package z;Project 14 2020 I 2023 Miami Beach,FL (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm • Project Manager and FOR for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and • a. limited construction support services for the design of fire flow projects W-14,W-15,W-26;Package 2(W-16,W-17,W- 19,W-21,W-23,W-24,W-25,W-28 and for the water mains along Collins Ave. The work includes upsizing a total of 18,125 LF of existing water mains to 8",10",12"&16',diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included full ROW pavement restoration and therefore all the client requested to replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water • j main and within the ROW.Cost:$6.3M •—^I (1)TITLE AND.LOCATION(City and State) ' (2)YEAR COMPLETED Water Master Plan Project W-31—Fire Hydrant Density Evaluation ,PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Miami Beach,FL _ I 2021 _ _ TBD. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm . b• Project Manager for Project W-31,Fire Hydrant Density Evaluation,as outlined in the City's Water System Master Plan ' dated October 2019.Services include a geospatial analysis of over1,33.o existing fire hydrants to evaluate whether there ' are any gaps in respect to 2o18 FL State Fire Codes and Miami Dade Co.Public Works Manual The evaluation determined over Soo hydrants and 12o,000 LF of upgraded water mains were required to meet the fire codes.Cost: $28.5M est. (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Design and Limited Engineering Construction Services-41st . PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Street,and Fire Flow Project 9,Miami Beach,FL ! • 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Es:Check if project performed with current firm '_c Project Manager for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and limited construction support services for the design of the water transmission main and upgrade of the water distribution mains . along 43.st Street,and fire flow project W-9.The work includes upsizing 9,2o5 LF of existing water mains to 6",8",10", 1z",3.6",zo",24"and 36"DIP. This project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water main and within ROW.Cost:$5.oM est (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Subaqueous Water Mainsunder Dade Canal at zznd St and 23rd ` PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) St,Miami Beach,FL • _ 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d• Project Manager for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and limited construction support services for the design of subaqueous water mains under Dade Canal at zznd St and 23rd St. • . Project included replacement of two(2)out of service subaqueous water mains with new upsized water main,695 L F of 20"HDPE installed by horizontal directional drill method;and 595 LF of 14"HDPE installed by HDD.Cost: $1.7M est. • r (1)TITLE AND LOCATION(City and State) . (2 YEAR COMPLETED City of Safety Harbor Water.Main Replacements MOT Design—13th ' PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Ave&Espiritu Projects Safety Harbor,FL 1 2020 I _ 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm e.• Engineer of Record responsible of MOT design for 3,665 LF of replacement 2", 6"and 12"water mains along with new services to affected properties and abandonment of the existing mains in residential neighborhoods.Construction Cost: $4.3M Bid 2022-122-ND -88- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ricardo Maristany, PE—Page 2 �� Role:Lead Engineering Design/Permitting/Bidding Services/Pavement Restoration and MOT ARDURRA 19. RELEVANT PROJECTS ' (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i MDWASD Pump Station Improvement Program I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami-Dade County,FL l See Below , See Below 1 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager and EOR for the design,permitting,limited construction services,cost estimating,scheduling, • f permitting,geotechnical investigations,mechanical,structural,and electrical services for assignments issued under the MDWASD PSIP contract.Oversaw the improvements/upgrades for 19 pump stations ranging from 30o gpm to i600 gpm and 6 force main improvement assignments. The 19 pump stations consisted of:3.6 duplex,3 triplex;i8 wet well and i drywell. The Pump Station Improvement Program included design and construction of 18,70o LF of 8,10,12,3.6, &24-inch PVC&DIP force mains and 728 LF of 8,3.o,12,&24-inch PVC gravity sewer. Cost: to date: $25M;Of the 25 I projects,l9 of them were completed between 2017 and 2021,the others are ongoing. (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED MDWASD Aventura FM I PROFESSIONAL SERVICES t CONSTRUCTION(if applicable) • Miami,FL 202o i See Below ,i__,_ ---, (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager and EOR responsible for process mechanical design services proposal,scope and fee negotiations, g. $340,00o design fee contract execution,contract management,and design management.The project consists of new and replacement force mains of approximately 9,000 linear feet of 8-,10-,12-,14-and 3.6-inch mains required to service MDWASD pump stations as well as other privately owned sewage pump stations to re-direct flows to a 36-inch force main.Major project components include the design of a new force main of which 6,015 linear feet PVC C9oo will be installed via open cut and 2,985 linear feet HDPE will be installed via slip lining method to make minimal disruption to above ground facilities and vehicle traffic. Cost: $3.7M;Currently at 6o%completion (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED , t MDWASD Consumer Line Relocation Program,Ph 2 i PROFESSIONAL SERVICES . CONSTRUCTION Of applicable) Miami-Dade County,FL . Design 2020 ; 2024 , CM Inspection 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Construction Manager responsible for the design,program and construction management services for Phase 2A The program consists of the conversion of over 3,30o water services from the rear to the front of the ' h• properties to abandon old,leaky,small diameter,rear water mains. Conversion involves installation of services from existing front water mains and relocating the water lines within the properties to a new water meter box in the front.At the County's request,7 bid packages were prepared to facilitate award to small local contractors. All 7 bid packages were prepared on a fast-track basis within 9 months,with total construction values of$17M.Services included program management,property inventory,creation of an asset management system and.dashboard,design,permitting, contract documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support,and construction management and inspection. Cost: $17M { (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 6o-Inch Force Main Installation under Norris Cut Channel,Miami- i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Dade Water&Sewer Department,FL y . 2017 2017 • 1Y(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Controls Expert on this design/build project for the replacement of a 54-inch force main located underneath the I. Norris Cut Channel with a new 6o-inch force main within a 96-inch tunneled carrier pipe,in preparation of the Federal Navigational Dredging Project. Responsibilities included reviewing the contractor's baseline schedule review and monthly update review,providing cost estimating review for Design/Builder schedule of values,requests for proposals, and contract amendments,and negotiating,on behalf of the Owner,with the design/builder for change orders and M ,t other contractor claims. Cost: s75M i (1)TITLE AND LOCATION(City and State) 2)YEAR COMPLETED Resurfacing NW 29th St and NW io9th Ave . : PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Cityof Doral,FL . ' 2017 2018 r3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer of Record responsible in providing professional engineering services to the City of Doral • for the design of a roadwayresurfacingproject alongapproximately 2 000LF includingnew signing and striping which 9 P j PP Y r 9 9 P� 9 • will maximize the use of pavement area by incorporating on street parking while maintaining existing turning movements at the intersections.Cost:$45,000 Bid 2022-122-ND -89- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn slete one Section E for each ke serson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Alessandra Monetti,PE CO-LEAD for Engineering Design/Permitting/ a.TOTAL b.WITH CURRENT FIRM Bidding Services 9 4 15. FIRM NAME AND LOCATION(City and Stale) /\V Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Systems Engineering,The George Washington University, Professional Engineer FL#93216 2014;BS,Civil Engineering,Florida International University,2012 15..OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS ' (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED Replacement of Water Transmission and.Distribution Mains along I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) 41st Street,&Fire Flow Project 9,Miami Beach,FL . I 2021 ! 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Project.Manager&Lead Project Engineer for design,cost estimating,.scheduling,permitting,and limited construction support services for the design of the water transmission main and upgrade of the water distribution mains,and fire flow project W-9.Design includes upsizing 9,205 LF of water mains to 6",8",10",12",16",20",24"and 36"diameter DIP, replacement of all water main branches,84 water services,fire suppression connections,and 21 fire hydrants.Cost:$SM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sarasota County Transmission Main and Improvements to.Pump i-PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Station#3,Sarasota County,FL I . 2022 I • - ' • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Engineer for the Design,Preliminary Design report,Maintenance of Traffic,public outreach plan,HDD method b. and cut-in trench,calculations,and specifications for the extension of a 2-mile 3o-and 36-inch potable water transmission main and improvements to Pump Station#3.The Booster PS improvements include installation of(3)new • 30o HP is MGD pumps,installing yard piping with motorized valves to allow filling of existing ground storage tanks or • booster pump mode,new influent&discharge meter assemblies,upgrades to the chemical feed and storage system, • ground storage tank mixing system,additional emergency power,fuel and backup systems,electrical improvements, instrumentation system upgrades,and interconnection with the SCADA network. Construction Est s14.5M • (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Miami-Dade Water&Sewer Department Pump Stations : PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Improvement Program,Miami,FL Ongoing I Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Engineer&Assistant PM for the design,permitting,and limited construction services of nine(9)pump stations(8 C. Submersible Wet Well configurations ranging from 12ogpm to 2,000 gpm and 1 Dry Well/Wet well configuration of 600 gpm).The rehabilitation involved pump,piping and valve replacements;wet well and valve vault structural repairs; electrical and l&C system upgrades;force main modifications and extensions,gravity sewer system extensions and • replacements;and beautification,access and site improvements. Many of the projects also included climate resiliency improvements that address climate change and sea level rise by elevating slabs and electrical systems. Cost: siaM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,Fire Flow Project 3 and Collins Ave Water ; PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Mains,Miami Beach,FL i 2020 2023_� (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d• Lead QA/QC and Assistant PM for design,cost estimating,scheduling,permitting,and limited construction support • services for fire flow project W-14 as well as water mains along Collins Ave. Design includes upsizing 5,855 LF of ex. • water mains to.8",and 24"diameter DIP,replacement of all water main branches,122 water services,fire suppression connections,and 12 fire hydrants that were connected to the old water main and within the right of way. Cost: $2.2M (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Miami-Dade Water and Sewer Department, Cutler Bay FM Project I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i Miami FL i 2019 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE EI Check if project performed with current firm e. Design Engineer and Assistant Project Manager responsible for a new and replacement of force main via open-cut consisting of 5,3o5 LF of new 8-in DIP,including tapping an existing 6-in asbestos cement pipe,connecting with bypass to two MDWASD pump stations(PS)1o58 and PS 1063.Responsible for pipeline design,project schedule,coordination and management of the sub-contracts,utilities identification,permitting,opinion of probable construction cost, specifications,and limited post design services.Cost:$3.9M Bid 2022-122-ND -90- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Alessandra Monetti,PE—Page 2 /� Role:Co-Lead for Engineering Desi.n/Permitting/Bidding Services ARDURRA 19. RELEVANT PROJECTS (2)YEAR.COMPLETED (1)TITLE AND LOCATION(City andSfate) I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) I • I Miami-Dade Water and Sewer Department,Consumer Line i , ( Design 2020 1 2024 Relocation Program(CLR) 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Assistant Construction Manager for 7 construction projects totaling$21M within Miami Dade County.Project Engineer for property inventory,creation and maintenance of an asset management system and dashboard,design,permitting, P. contract documents,public outreach to over 3,00o homeowners to notify and obtain agreements to work on private property for,public official coordination,bidding support services,and construction management and inspections. The program consists of the conversion of over 3,30o water services from the rear to the front of the properties to abandon old,leaky,small diameter,rear water mains. Conversion involves installation of services from existing front water mains and relocating the water lines within the properties to a new water meter box in the front. Long water services were specified to be trenchless utilizing torpedo technology. Cost: $21M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Subaqueous Water Mains under Collins Canal at 22nd&23rd Street I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Miami Beach,FL + 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager/Project Engineer for design,cost estimating,scheduling,permitting,and limited construction support g. services for subaqueous water mains which included replacing two(2)out of service subaqueous(trenchless)water mains with new upsized water mains. The crossing at 22nd St will consist of a zo"HDPE DRi1(ID>i6"),installed by horizontal directional drill method,and has an approximate plan length of 695LF due to depth to clear sea walls. The crossing at 23rd St will consist of a 26"HDPE DR11(ID>14"),installed by horizontal directional drill method,and has an ' approximate plan length of 595LF due to depth to clear sea walls. Construction Est$1.7M. ; (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED St.Johns County,16th Street 8-inch Force Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(if applicable) + Project,St.Augustine,FL. i • 2021 • 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm h. Design Engineer for the replacement of an 8-inch force main consisting of 2,200 LF of new 8-inch mains to service 4 lift stations.Major project components include installation via Horizontal Directional Drill(HDD)method to make minimal disruption.Responsibilities included design calculations,design plans,scheduling,contract documents,cost estimates, traffic control plan,bypass and connection details for uninterrupted pump station shut-downs and permitting.Cost: s600K __ _ • i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department,Aventura FM Project •, PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami FL i 2020 'i 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer/Assistant Project Manager for design,calculations,cost estimating,scheduling,permitting, • specifications,public outreach,and limited construction services for the replacement of approx.g,000 LF of 8-,10-,12-, i. 14-and 16-inch PVC,DIP and HDPE force mains via sliplining and open-cut to service MDWASD pump stations 499,472, 470,472,474,and 1315,as well as four other privately owned sewage pump stations in the area to re-direct flows to a major transmission 36-inch force main.A portion of project was designed in a petroleum contaminated area with unsuitable soils.Project included design of bypass connections for all 10 PS connections to avoid pump station shut- downs,and accounts for future system expansion/improvements,utility relocations,roadway improvements,roadway resurfacing and applicable MDWASD water criteria standards.Construction Cost: $3.7M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • Basin H—5 Drainage Improvements Design i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) ' City of Doral,FL — 20188 I . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm j. Design Engineer for drainage improvements including 4000 LF of French drains within the priority areas identified in the city's stormwater master plan.Ms.Monetti was responsible for design and calculations,scheduling,contract documents,cost estimates,and permitting.Cost:siM Bid 2022-122-ND -91- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn'fete one Section E for each ke Berson.) 12. NAME 13. ROLE IN THIS CONTRACT 14, YEARS EXPERIENCE Leonardo Sampedro Engineering Design/Permitting a.TOTAL b.WITH CU2RRENT FIRM /Bidding Services 5 5 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering,2018;Florida International University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,4ist Street 36-in and 16-in WM and Fire Flow i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Project,Miami Beach,FL I 2021 ! 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Project Engineer for the design of the replacement of 9,205 LF of existing transmission and distribution water mains to 6",8",10" 12" 26" 2o" 24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe,water services and fire ' hydrants.Responsibilities include coordination and management of the Geotechnical Engineering and Surveying sub- , contracts,utilities identification,pipeline design,opinion of probable construction cost,specifications,and limited post design services.Cost:$5.oM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,Collins Canal Subaqueous Water Main I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) , Miami FL . I 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b• Project Engineer for the design of the replacement of 1,290 LF of existing water mains to 20"and 16"HDPE DR21 by trenchless,horizontal directional drill method.Responsibilities include coordination and management of the Geotechnical Engineering and Surveying sub-contracts,utilities identification,pipeline design,opinion of probable construction cost,specifications,and limited post design services.Cost:$1.7M _ I (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • i City of Miami Beach;Fire Flow Project I,II,&III , PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami FL 2020 j 2023 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the design of the replacement and extensions of 18,125 LF of existing water mains to 8",12",3.6", and 24"diameter zinc-coated and poly-wrapped ductile iron pipe,water services and fire hydrants.Responsibilities include:28,125 LF of existing water mains coordination and management of the Geotechnical Engineering and Surveying sub-contracts,utilities identification,pipeline design,permitting,opinion of probable construction cost,specifications, and limited post design services.Cost:$2.1M,$2.oM and$2.2M } (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • } Miami-Dade Water and Sewer Department,Consumer Line PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) . Relocation Program,Miami,FL j 2019 2021 • . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer responsible for inspection and reviewing shop drawings,inspect contractor's work which complies with . d. ' specifications and standard details,complete daily field reports,coordinated project progress with Client,Contractor, and Engineer.Review all payment applications for several contracts within the project,review change orders, coordinated with all the right.of way inspectors to do walkthroughs.Program and construction management services for this program consisting of the conversion of over 3,00o water services from the rear to the front of the properties to abandon old,leaking,small diameter,rear water mains.Conversion involves installation of services from existing front water mains and relocating the water lines within the properties to a new water meter box in the front.Cost:$i.7M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station Improvement Program(PSIP), Miami-Dade Water& i PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) { Sewer Department,Miami FL , � ( Ongoing , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the design,and construction services of7 submersible pump station rehabilitation projects e• involving pump,piping,and valve replacements,ranging from 12o GMP.to 2,40o GPM;wet well and valve vault structural repairs,electrical and l&C system upgrades,force main modifications,sanitary collection extensions and replacements,beautification,as well as access and site improvements.Many of the projects also include climate resiliency improvements that address climate change and sea level rise by elevating slabs and electrical systems.Cost: $9.oM Bid 2022-122-ND "92- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Maria Alva Engineering Design/Permitting 2 2 /Bidding Services 15. FIRM NAME AND LOCATION(City and State) / / Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS Civil Engineering,Florida International University,2020 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sarasota County Transmission Main and Improvements to Pump 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Station#3,Sarasota County,FL • i 2022 . • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the design,preliminary design report,maintenance of traffic,public outreach plan,horizontal a. directional drill method and cut-in trench,calculations,and specifications for the extension of a 2-mile 3o-and 36-inch potable water transmission main and improvements to Pump Station#3.The Booster PS improvements include installation of(3)new 30o HP 15 MGD pumps,yard piping,new influent&discharge meter assemblies,upgrades to the chemical feed and storage system,ground storage tank mixing system,additional emergency power,and interconnection with the SCADA network. Construction Est$14.6M • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ' f Coastal Structure Resiliency,Feasibility Study . PROFESSIONAL SERVICES : CONSTRUCTION(if applicable) Miami Dade County,FL _- i 2020 I. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm . Project Engineer for a preliminary assessment of five coastal control structures located in Miami-Dade County(S21,522, b. S27,S28,and S179)to evaluate their operational and flood control vulnerability to storm surge and sea level rise. - Originally designed to control saltwater intrusion,the structures did not account for sea level rise and storm surges. The study identified specific hardening measures,design criteria,and operational changes capable of minimizing damages during storm surges with the objective of either maintaining full operational capability during storm surges and/or resuming operations shortly after a storm.Construction Est$356,000 (1)TITLE AND LOCATION(City and State) 2)YEAR COMPLETED ' Replacement&-Upsizing of Water Transmission and Distribution ' PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i Mains along 415t Street,and Fire Flow Project 9,Miami Beach,FL 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Project Engineer responsible for utility coordination,limited design&drafting,cost estimating,permitting,and limited construction support services for the design of the water transmission main and upgrade of the water distribution mains along 41st Street,and fire flow project W-9.The work includes upsizing 9,205 LF of existing water mains to 6",8",10", 12",3.6",20",24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe. Cost$S.oM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED - Fire Flow Projects Packages 1,2,&3 i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) ' Miam Beach,FL _ 2020 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Engineer of responsible for utility coordination,AutoCAD drafting,permitting,and limited construction support services for the design of Fire Flow Projects 1,2&3. The work includes upsizing 18,125 LF of existing water mains to 8", , 12",16",24"diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included replacement of all water main branches,226 water services,fire suppression connections,and 29 fire hydrants that were connected to the old water main and within the right of way. Cost:$2.1M,$2.oM and$2.2M (1)TITLE AND LOCATION(City and State) 2 YEAR,COMPLETED ' City of Miami Beach,Water Master Plan Project W-31—Fire Hydrant 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Density Evaluation,Miami Beach I 2021 i TBD . _(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE i ®Check if project performed with current firm e. Project Engineer.The work includes a geospatial analysis with ArcGIS of over 1,310 existing fire hydrants to detect gaps per NFPA 2018 Florida State Fire Codes and the Miami Dade County Public Works Manual Section D-8. Ms.Alva worked on the GIS evaluation and assisted in reports study.The evaluation determined over Soo hydrants and 120,00o LF of upgraded water mains were required to meet the fire codes.Cost: $28.5M est Bid 2022-122-ND -93- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke serson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Alex Abud CAD/Designer a.TOTAL b.WITH CURRENT FIRM 3.o <i 15. FIRM NAME AND LOCATION(City and State) Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor's Degree in Civil Engineering zoos.-2.006 Universidad Catholica Technological del Cibao,Dom.Rep. Associate of Science Degree in Computer Drafting and Design zoo7 -2010 ITT Technical Institute,Fort Lauderdale,FL 18, OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) He is proficient in a variety of software including Revit,Inventor,'AutoCAD,Civil 3D,Plant 3D,ArcGIS,Procore,Adobe 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach 41st Street ! PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) r Miami Beach,FL 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Cad services for 41n Street 36in and 3.6in transmission and distribution water main. Cad drawing provided with coresponding plans and profiles. The work includes upsizing 9,2o5 LF of existing water mains to 6",8",1o",12",16",zo", 24"and 36"DIP. This project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water main and within ROW. Cost: $5.oM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Station 48"Force Main—Broward County I PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable)• Cooper City,FL 2020 , b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Cad Designer for Rehabilitation Lift Station 48 and replacing approximatly 1400 linear feet of sewer force main Cad drawing submited with coresponding plans and profiles for the project. Cost: 3ooK (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Station No:61 Rehabilitation—City of Pompano Beach PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pompano Beach,FL . 2021 j (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm c• Cad Designer for this project consisted of providing new submerged pump for 20"ductile iron force main.Influent line was a 36"PVC sewer line partially removed and reinstalled. Prepared draft design drawings which consist of existing condition plans and water and sewer plans. Cost:195K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Regional Wastewater Treatment Plant,.Fast Track and ± PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Solids,Project Broward County,FL I 2014 I , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Provided CADD design for the following elements of this project that includes the following: d. headworks screen replacement;bypass existing grit chambers and replace with new grit removal systems; boiler replacements including piping;blower replacement for aeration basin fine bubble;fuel storage tank replacement; underground pipe replacement throughout the plant,pipes ranging from 6o"to 36";upgrade dewatering facilities and digester gas mixing systems. Cost: $1igM (1)TITLE AND LOCATION(City and State) ' (2 YEAR COMPLETED City of Fort Lauderdale, Stormwater Improvements, Southeast I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Isles Neighborhood,Ft.Lauderdale,FL . 2o16 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e. Created Surface,Profiles,and sections from LIDAR data.Design layouts of proposed storm drains,catch basin exfiltration trench.Developed drawing for the replacement of sea walls. Cost: $7M Bid 2022-122-ND -94- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b WITH CURRENT FIRM Mark Gladbach CAD Designer 3o 22 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AS Platte College,3.988 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ardurra's Lead CAD Designer for design of 20"to 48"diameter water transmission mains,a MG to 3o MGD booster pump stations and water treatment plants utilizing chemical treatment and membrane filtration. 19. RELEVANT PROJECTS i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED } 48-&36-Inch Water Main interconnect for the Miami Central East ( PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) j • • i Area—Miami-Dade Water and Sewer Department Route Analysis I 2016 1 &Design Criteria Engineering,Miami-Dade County,FL a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Designer and CAD Technician for the design of 3,000 LF of 36-inch water transmission main in downtown Miami in the heavily congested area along NE 5th Street,between NW 1st Avenue and Biscayne Blvd.As well as a 48-inch water main along NW 1st Place,NW 12th Street,NW ast Avenue,between NW 17th Street and NE 8th Street.This project involved _I utility coordination for horizontal design. Cost:$8.5M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Installation of 48 Inch DIP Water Main in the Vicinity of"All . i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Aboard Florida"Passenger Station—Miami-Dade Water and Sewer i 2016 I 2018 I Department,Miami-Dade County,FL_ _ ; t (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' b. Lead Designer and CAD Technician for the design of3.,000 LF of 48-inch water transmission main in downtown Miami in a heavily congested area along NW 1st Avenue between NW 5th Street and NW 8th Street.The project was"Fast- Tracked"due to the Train Station already in construction. Responsibilities involved utility coordination,permitting,sub- " consultant coordination,and evaluations with micro tunnel contractors.Cost: $4.4M (1)TITLE AND LOCATION(City and State) ' 2 YEAR COMPLETED . Installation of 8 inch Ductile Iron Water Main in SW 152nd Ave.and ; PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) SW 157th Ave.Between SW 288th Street&SW z97th Street 2o18 (Phase 1),Miami-Dade Water and Sewer Department,Miami-Dade 1 ' .c i County,FL _ —_ y ! (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm • Lead Designer for the design and review of approximately 13,00o LF 8-inch water main replacement&225 residential meter replacements within the city streets of Leisure,Florida.Project involved survey and existing utility coordination along each street,designing around many drainage and misc.utility appurtenances. Cost: $2.2M (1)TITLE AND LOCATION(City and.Slate) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department—Basis of Design ( PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Report for the Relocation of Pump Station 62,Miami-Dade 2o15 t-County,FL . ` ' __. � I d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Designer responsible for the CAD production and site design layout exhibits for the new pump station site approximately 25o ft north of the existing site and the redesign of the existing gravity sewer system to flow toward the new pump station.The new gravity system and discharge force main are designed to connect to the existing systems. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station #3 and Transmission Main Improvements, Sarasota , PROFESSIONAL SERVICES CONSTRUCTION,(if applicable) County,FL 2022 (3).BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Production Manager responsible for the design,CADD production and QA/QC of the Preliminary Design Report and ' Construction drawings.The project includes the evaluation of multiple pipeline routes and improvements to the existing Water Booster Pump Station.The design involves coordination with existing public utilities,road right-of-way permitting for approximately io,600 linear feet of 3o-inch Transmission Water Main along existing collector and residential road corridors.Cost: $14.M Bid 2022-122-ND -95- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Jose Rodriguez,PE,PMP Construction Services LEAD a.TOTAL b.WITH CU<iENTFIRM Engineering Design/Permitting/Bidding 37 Services/Structural Engineering ^' 15. FIRM NAME AND LOCATION(City and State) / v Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) ME—Civil Engineering(magna cum laude),Tulane University, Professional Engineer FL#62522 1984;BS—Civil Engineering(magna cum laude)Tulane Professional'Engineer: Texas,and Puerto Rico University,1982 Project Management Professional(PMP) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Puerto Rico College of Engineers and Land Surveyors,Project Management Institute • • 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Extension of the South Miami-Date Water Transmission System i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) (20",24",3o"),Miami,FL I 2016 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a.. The project scope included developing contracts,bid documents and permit applications for 23,600 If of 20",24"and 3o"water transmission mains in area referenced as Homestead East. Role of Quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the l_project,and also the development of a design quality strategy to achieve project objectives. Fee: $1M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Extension of the South.Miami-Dade Water Transmission System 'PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) (24"&36"),Miami,FL I 2016 I 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. The project scope included developing contracts,bid documents and permit applications for 31,10o If of 24"and 36" water transmission mains for Alexander Orr Jr.WTP distribution system.Role of quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the project,and also the development of a design quality strategy to achieve project objectives Fee: $1.2M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Escondida Water Supply Expansion(EWSE)Project PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Antofagasta,Chile 2018 1 2020 ' - (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Senior Advisor for construction support services associated with capacity upgrades to an existing zo MGD desalination • c• facility located in Coloso,a community in the northern Atacama desert. The construction D/B project included an expanded high-pressure pump system to carry the desalinated water too miles inland and up to a copper mining site _ located in the Andes mountains at 9,00o ft.elevation.Mr.Rodriguez served as Senior Advisor to the project team in matters pertaining to contract management,reporting and controls,pricing,and scheduling.Cost: $600M —i (1)TITLE AND LOCATION(City and State) . (2)YEAR.COMPLETED Improvements to Palmarejo II Pump Station , PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) • Lajas,Puerto Rico �— �_.___ _ 2014_ 2017 . • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d. The project included the construction of the Palmarejo II pump station,i4"diameter force main to the Lajas WWTP,and installation of sanitary sewer lines ranging in diameter from 10"to 21",plus associated manholes.As Operations Manager and Quality Manager,performed field visits to assess construction progress and provided recommendations • - and quality audits of the field team assigned to the site. In addition,Mr.Rodriguez supported the construction manager and construction teams in reporting,project tracking,and resolution of critical issues. Cost: $zoM - (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED Sanitary Sewer-System for Arcadio Maldonado&Coco • PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Communities-Phase 2,Salinas,Puerto Rico 1 2012 . 2016 . (3)BRIEF DESCRIPTION.(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e The project involved the installation of several miles of gravity PVC trunk sewers,ranging in diameters from 8"to 18", with associated manholes and service connections for approximately 2,200 families. As Operations Manager and Quality Manager;Mr.Rodriguez performed field visits to assess construction progress and provide recommendations and quality audits of the field team assigned to the site. In addition,Mr.Rodriguez supported the construction manager 1 and construction teams in reporting,project tracking,and resolution of critical issues.Cost: $10M Bid 2022-122-ND -96- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Jose Rodriguez, PE—Page 2 �\/ Role:Construction Management/Inspection—LEAD; Engineering Design/Permitting/Bidding Services ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Trunk Sewer San Lorenzo-Caguas I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) San Lorenzo,Puerto Rico 2012 • ! 2015 - • 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm This$15.oM project consisted of the installation of sanitary trunk sewers ranging from 8"to 36"in diameter(various materials),the installation of 12"and 3o"diameter force mains,and the construction of two pump stations(2.5 MGD • f• ' and 13.4 MGD).The purpose was to connect the San Lorenzo sewer system to the Caguas WWTP located at a distance of approximately zo miles.As Operations'Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress and provide recommendations and quality audits of the field team assigned to the site. In addition,Mr.Rodriguez supported the construction manager and construction teams in reporting,project tracking,and resolution of critical issues.Cost: $15M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Villalba Regional Aqueduct—Water Transmission Line from Juana 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Diaz to Coamo and 2.5MG Storage Tank 1 2012 i . 2014 Juana Diaz,Puerto Rico _ —_ (3)BRIEF DESCRIPTION(Brie(scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm g• , The project that consisted in the installation of approximately 5 miles of 24"diameter RCP water transmission pipe from a 2.5MG storage tank to a 16"distribution line to the Coamo community.As Operations Manager and Quality Manager, Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the site.Cost: $3M J { (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Las Marias Potable Water System-Phase IIA r PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Las Marias,Puerto Rico zoo9 1 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ['Check if project performed with current firm h The project included the installation of approximately 11 miles of ductile iron water distribution pipe,with diameters ranging from 6"to 16". System to be connected to the new Las Marias WTP facility.As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the site.Cost: $9M } (1)TITLE AND LOCATION.(City and State) r w (2)YEAR COMPLETED • ; Completion of.Sanitary Sewer System for La Mayor Community i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ! Isabela Puerto Rico • 2010 j 2011 (3)BRIEF DESCRIPTION(Brier scope,size,cost,etc.)AND SPECIFIC ROLE ['Check if project performed with current firm i• The project included the installation of approximately 6 miles of PVC and ductile iron sewer pipe,and 1 mile ofio" diameter force main.As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the • site.Cost:$4M — • (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Ocean Outfall Legislation(OOL)Projects-North District ' PROFESSIONAL SERVICES ` CONSTRUCTION(if applicable) Wastewater Treatment.Plant • 1 2020 i 2021 } Miami,Florida I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm The project included design development,permitting and bid documents that included a new electrical building No.2 to serve the new high-level disinfection(HLD)facilities associated with the OOL projects,including the following J. improvements:FPL Primary Feeders and associated switch/metering;Electrical Distribution Building No.2(EDB 2);duct • banks and primary feeders from FPL switch/metering to EDB 2;duct banks and feeders from EDB 2 to each substation; • fuel delivery and storage facility;diesel exhaust fluid facility;truck filling facility;waste oil system;plantwide coordination for control system network;generator procurement support;stormwater system.Role of Quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the project,and also the development of a design quality strategy to achieve project objectives Fee: $3M Bid 2022-122-ND -97- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn.lete one Section E for each ke .erson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Ben Lawrence,PE Hydraulic Modeling/Infoworks/InfoWater a.TOTAL b.WITH CURRENT FIRM 5 5 15. FIRM NAME AND LOCATION(City and State) A/ Ardurra Group, Inc. Huntsville, AL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Civil and Environmental Engineering, Professional Engineer AL#39985 University of Alabama at Birmingham,2o15 Bachelor of Science,Biology,University of Alabama at Huntsville,2013 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards;etc.) American Society of Civil Engineers . 19. RELEVANT PROJECTS (1)TITLE AND LOCATION'(Cityand State) _ (2)YEAR COMPLETED ( Citrus County zoi6 Water Model Update 1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) f Citrus County,FL I 2016 NA a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IS Check if project performed with current firm Project Engineer for the hydraulic evaluation of the water distribution system for the Citrus County Utilities Department. Project included development of a hydraulic model using InfoWater and evaluation of the water system to identify improvements for piping,pumping,and an interconnect with adjacent distribution systems. Fee:Ask Ted Hortenstine — • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • Info Water Model for Stewart AL I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Stewart,AL — 2021 I 2022 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the preparation of a hydraulic model of the current system using InfoWater. Model was utilized to evaluate proposed well and booster pump station.Modelling was portion of water system expansion.Fee: $zoo,000 (1)TITLE AND LOCATION(City and State)T .` 2 YEAR COMPLETED Trinity Hydraulic Model Update i PROFESSIONAL SERVICES : CONSTRUCTION(if applicable) • ( Trinity,AL • ; 2021 .zozz (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c• Project Engineer for the preparation of a hydraulic model of the current system using InfoWater.In addition to utilizing the model to provide flow monitoring assistance,the model also provides Trinity Water with an updated map of their system.Collectively,this map shows all known,in service piping,pump stations,reservoirs,water tanks,valves,and fire hydrants. Fee:$20,000.00 i (1)TITLE AND LOCATION(City and Slate) (2)YEAR COMPLETED Forsyth County Wastewater Master Plan,Forsyth County I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) f Department of Water&Sewer,GA �� _ zo16 NA (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Engineer for the development of the Wastewater Master Plan. The project included future demand projections, evaluation of existing facilities,hydraulic modeling of flow scenarios—was this done in InfoSWMM development of flow management strategies,development of needed improvements,and development of the capital improvements financial plan. Fee:$200,000.00 (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Marion Oaks Sewer Master,Plan Modeling Support. ; PROFESSIONAL SERVICES .! CONSTRUCTION(if applicable) Marion County,FL f 2o16 j (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm { Project Engineer/Modeler. The Marion Oaks sewer system consisted of approximately 25 miles of gravity lines,527 • e. { manholes,24 miles of force main,and 34 lift stations.Services included the evaluation of proposed improvements to accommodate the complete buildout of the system and the improvements needed at the 5,10,and zo-year planning • milestones. The future scenarios and buildout model provide critical information for lift station placement and sizing, pumping requirements,and line sizing to provide adequate wastewater collection and transmission service in the expanding regions.The model assisted in determining when upgrades in the existing systems would be needed and when new systems must be added. Fee: $59,800 Bid 2022-122-ND -98- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke Person.) 14, YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Keith Overstreet,PE Planning/CIP Adaptation/ 34 15 Hydraulic Modeling/InfoWater ^ 15. FIRM NAME AND LOCATION(City and State) / \\/ Ardurra Group, Inc. Anderson, SC ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 0 iO) 0 Master of Engineering,Civil Engineering;Univ of Professional Engineer License Florida#47339 ` SC(i998);BS Civil Engineering,USF(1983) Professional Engineer License South Carolina#12599 Certifications: NASSCO ACP/MACP and LACP 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Training: EPA CUPPS;Membership: AWWA Risk/Resiliency 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • j Laurens County Water And Sewer Commission i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) . Water System Hydraulic Model J 2008 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' Capital Planning needs have dictated the Commission have a reliable tool by which to predict system impacts from future a. development and analyze line extensions on a case by case basis. Safe Drinking Water Act Stage 2 Disinfection By- Product Rule compliance has also driven the need for a reliable computerized hydraulic model of the water system network that can analyze pressure,flow,7 water age and other water quality parameters in an extended period mode. A geospatially accurate hydraulic model of the pipe network was constructed and calibrated to Stage 2 requirements. The model was originally constructed using Infowater. Fee: $30,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Liberty Chesnee Water District ' I PROFESSIONAL SERVICES1 CONSTRUCTION(if applicable) • IDSE Study Plan and Report _ � 2007 ._ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b ' The Water District engaged us to develop a hydraulic model of their water distribution system. We completely updated the hydraulic model by using the Innovyze InfoWater software based on the ArcGIS platform and using the District's existing GIS system. The model was updated and verified for conditions current at the time and included:extended period simulation,pump control rules,verify tank operation levels,update and verify elevations,and curves.Fee: 1oK �(1)TITLE AND LOCATION(City and State)' (2)YEAR COMPLETED Water System Countywide Master Plan • PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) ' Abbeville County,SC 2008 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm C. Project Manager for the evaluation of the feasibility,phasing,and costs of implementing a county wide water system for Abbeville County.This study includes existing water service providers,un-served areas of the county,projected population and potential water system needs to serve the future residential,public,industrial,and commercial water needs of the county. A water system improvements plan addressing supply,distribution,and storage of water on a county-wide basis to meet both current and future needs formed the basis for cost projections.Fee: $45,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Anderson/City of Clemson Hydraulic Model Technical I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' Review,South Carolina 2009 r o)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d. Performed technical and peer review of the ARJWS hydraulic modeling effort done by another firm and to utilize the model to develop other alternatives. A secondary transmission main and the replacement of a regional booster pump station were constructed after this planning effort was concluded.The model was updated and verified for conditions current at the time and included:extended period simulation,pump control rules,verify tank operation levels,verify acceptable pressures and flow allocations,and size new transmission mains and pumps.Fee: $30,000 (1)TITLE AND LOCATION(City and State) �~ (2)YEAR'COMPLETED City of Clemson IDSE.Study Plan and Report PROFESSIONAL SERVICES } CONSTRUCTION(if applicable) } Clemson,SC . I 2007 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. In order to maintain compliance with the Phase 2 Disinfection/Disinfection By-Products Rule from the Safe Drinking Water Act,water systems were required to establish locations to collect and analyze samples for Total Trihalomethanes and Haloacetic acids.Using the computerized model,we updated the model in InfoWater and obtained trending data through the City's SCADA system to calibrate the model and perform a water age analysis.Fee: $12,000 .___J Bid 2022-122-ND -99- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Keith Overstreet, PE—Page 2 /NV Role:Hydraulic Modeling ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) ' Continuing Sewer Assessment Program(CSAP) 1 i Greer CPW,Greer,SC r 2020 I 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE N Check if project performed with current firm Senior Project Manager responsible for developing Greer CPW's CSAP that established the various techniques and I. standard operating procedures to be followed for conducting annual sewer system asset inspections and assessments. The program established priorities for which areas of the system to assess first and established a risk base management approach for reviewing field data,conducting defect analysis and establishing which assets should be rehabilitated,replaced or repaired first.Fees: s6o,000 • (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED Continuing Sewer Assessment Program Implementation. I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) f i Anderson,SC I 2O�9. I , . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm : Program Manager responsible for implementing a multi-year program to assess io percent of Anderson's collection system annually. The program included developing specifications for CCTV and manhole inspections,recommend g. assessment contractor selection,'review and compile inspection data from the contractor,develop a risk assessment method and perform risk analysis accounting for both likelihood and consequence of failure to determine. repair/replace/rehabilitation.priorities and provide summary reports and data to the City for actionable work orders. Certified PACP,MACP and LACP through NASSCO to review and code defects in assets. Fees: s6o,000 • (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED Pump Station Inspections for Greer Commission of Public Works , i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) I . Greer,SC _ , I 2018 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' Inspected and conducted tests at four of Greer CPWs major pump stations to determine overall facility condition. h. Conducted an inventory of the stations,performed draw down tests and prepared reports outlining needed maintenance, upgrades,repairs or other work. Developed a risk analysis matrix outlining overall risk factors. Fees: $40,000 .-- (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i Pump Station Replacements ' PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Anderson,SC . . __, - 2018 I. . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the replacement of two aging pump stations and consolidated a third pump station. The two i. pump stations are rated for 66o gpm and 1,200 gpm. Project included approximately 5 miles of 12-inch force main and 3,00o feet of gravity sewer up to 15-inch diameter. Cost: $4.5 million. • -i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CMOM Program 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) .{•Anderson,SC • . 2018 I . , (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE N Check if project performed with current firm Program Manager responsible for developing and implementing the City's CMOM'program in response to an • . administrative order from EPA. Programs included:Overflow Response Plan;Emergency Response Plan;GIS Mapping; Fats,Oils and Grease Program;Pump Station/Force main Operations and Maintenance Program;Gravity Sewer Line Maintenance Program;Continuing Sewer Assessment Program;System Capacity Assurance Program Infrastructure ' , Rehabilitation Program;and Training Program. Fees: $1,100,000 over 4 year period. Bid 2022-122-ND -100- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Ben Turnage,PE Trenchless/HDD zo 17 Design Build Criteria Professional 15. FIRM NAME AND LOCATION(City and State) /k/ Ardurra Group, Inc. Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Biological Engineering,zoos;Univ of Georgia,Athens,GA; Professional Engineer Florida No.64055 BS,Physics,z000;Furman University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Water Environment Association;Water Environment Federation(WEF);Utility Engineering and Surveying Institute 19. RELEVANT PROJECTS C (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Redundant Force Main from PS 16 to South Cross Bayou WRF ` PROFESSIONAL SERVICES CONSTRUCTION(if applicable) ' ' Pinellas County,FL i z018 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Engineer of Record for the alignment evaluation,design,permitting and construction management services for g,000 LF of 36-inch force main and 85o LF of zo-inch force main of an overall 17,80o LF project along congested Park Boulevard (SR-694)and crossing Starkey Road and the Pinellas Trail. The force main is being installed via a combination of open cut,horizontal directional drill and jack&bore and will include line stopping and bypassing of existing force mains to make final connections while keeping the system in service.Cost: $14M _ ( (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Wet Weather Force Main and Monitoring System i PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) Largo,FL _ ! 2013 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm Served as the Technical Lead/Project Engineer on the two-firm engineering team,for the upgrade/replacement of two b. major wet pit-dry pit and four submersible wastewater pump stations,the construction of±7 miles of replacement 8- inch to 16-inch wastewater force mains and 5 miles of new zo-inch to 3o-inch force main. Six(6)horizontal directional drills of 14-inch to zo-inch pipe,totaling approximately 12,000 If,including one z,000-foot drill under the County's John Taylor Park Lake.Provided civil and mechanical design of four submersible lift station upgrades,including a 58o gpm duplex,a 1400 gpm duplex,a 1,40o gpm triplex,and a 1,1oo gpm triplex.Cost:$38 million '(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED { Ulmerton Road Utility Relocations(seven phases/FDOT projects) . PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Largo,FL j z013 . 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c• Project Manager&Engineer of Record for design,permitting and construction administration services for all 7 phases over 12 years involving 14,75o LF of 4"-8"sanitary force main,4,75o LF of 8"-12"reclaimed water main,and 14,00o LF of 8"-18"gravity sewer,The project corridor included difficult installations of deep gravity sewer immediately adjacent to the major commercial artery,as well as directional drills,jack-and-bores,and microtunnel crossings. Cost: $4.9M (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED River Oaks Diversion Design-Build Project I PROFESSIONAL SERVICES. i CONSTRUCTION(if applicable) • Hillsborough County,FL � ; 2018 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm d Lead Engineer of Record for the design,permitting,and construction certification of a new 24-MGD wastewater pump station and 5,000 LF of new 36-inch force main cross a major drainage waterway;13,o0o LF of new 3o-inch force main installed in the median of an urban,4-lane roadway and including a jack and bore beneath a CSX railroad line and a directional drill beneath a wetland;13,o0o LF of new zo-inch reclaimed water main,a portion of which is along an urban, • 4-lane landscaped roadway. Cost: $28M (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED • FDOT Gateway Express Utility Relocations Design Criteria ' PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i 1 Engineering,Largo and Pinellas Park,FL _ t 2013 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e Project Manager for the development of Design Criteria Packages and serving as Owner's Representative during construction for relocation of the Cities of Largo and Pinellas Park's utilities along the Gateway Express project, interconnecting 1-275 with 118th Ave N and the Roosevelt Blvd Extension. The Design Criteria Package included the relocation of 1,200 LF of sanitary sewer;4,85o LF of 2"-12"force mains;12,35o LF of 2"-16"water mains;and 6,600 LF of 20"reclaimed water mains Fee:$185,000 Bid 2022-122-ND -101- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ben Turnage, PE—Page 2 /\\/ Role: Trenchless Technology/HDD/Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i Design Criteria Package for the North Palm River Water Expansion i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) : Project,Hillsborough County,FL ' 2o3.6 i 2018 i 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Et Check if project performed with current firm Project Manager for the development of RFQ and RFP packages,including a Design Criteria Package and Concept f• Plans,for Hillsborough County's design-build construction of 45,000 LF of 6"-8"potable water main into the Palm River area north of Causeway Blvd.Private wells in the area have exhibited poor quality and increased salt•intrusion;•the program will extend potable service and interconnect with both County and City of Tampa water mains. Services included development of the RFQ and RFP/DCP,bidding assistance services,and limited construction services.Cost: $8.5M • (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED 'Lake Avenue Pump Station and Sewer System i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) I City,State , i 2017 I 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE • ®Check if project performed with current firm Project Manager for the planning,conceptual design,design,cost estimation,permitting and construction 9 management services for the expansion of the Largo sanitary sewer collection system and abandonment of private septic systems at Lake Avenue,Southwind Lane,and Cheryl Road.This project was completed in conjunction with the Ulmerton Road widening project to save on design costs and allow for construction of up to 2.8'deep sewers in the roadway.Project included installation of approximately zoo LF of 4"FM,600 LF of 6"FM and 4,80o LF of 6"-1o" Sanitary Sewer plus the construction of a new duplex submersible lift station and abandonment of existing Lift Station #33. Project included so-inch sanitary sewer in 24"steel casing Qa 15'deep under active CSX railroad. (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED Pinellas'County FDOT Utility Relocations SR 699(Gulf Blvd) ! PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) - i Pinellas County,FL zolg I 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Engineer-of-Record for fast tracked conflict analysis,design,permitting and construction management services for utility relocations along beachfront Gulf Blvd between Park Blvd and Walsingham Dr.—a 3-mile stretch of roadway through h. locally referred to as"the Narrows"to accommodate drainage improvements by FDOT. The design included the relocation of 950 LF of 4" reclaimed water main;6,700 LF of 6"to 12"potable water main(including approximately 100 • individual-service relocations);2,225 LF of 4"to 8"force main;and 2,250 LF of 8"sanitary sewer. Due to project schedules from FDOT and the County,the project design was expedited to be completed ahead of the roadwork but was ultimately combined with the FDOT work under a Utility Work by Highway Contractor Agreement(UWHCA). Cost:$7.6M (1)TITLE AND LOCATION(City and,State) - (2)YEAR COMPLETED j Lift Station 54 Force Main Extension - t PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) j ' Pinellas County,FL 1 2019 I 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer of Record for developing a model of an existing gravity sewer collection system to • determine the cause of surcharging and overflows during rain events. Following the analysis,provided design and '' permitting services for the extension of an 8-inch force main±1,500 LF and changing its discharge location from a manhole directly into the wet well of Lift Station 54 on Indian Rocks Road to alleviate sanitary system surcharging. Cost: $300,000 (1)TITLE AND,LOCATION(City and State) (2 YEAR COMPLETED North-Central Pasco Transmission Mains i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Pasco County,FL 1 2008 - zo11 r(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the planning,design and permitting of approximatelY7.5 miles of 36-inch ductile iron reclaimed water main along an existing power corridor,and 8.3 miles of 12-inch to zo-inch PVC/HDPE wastewater force main serving the north-central area of Pasco County.The installation included several large-diameter jack-and-bores and directional drills of jointed ductile iron pipe under five state and county roadways,three forested wetlands,and two railway easements.The directional drills represented the longest 36-inch-diameter ductile iron drills to date in any location,at up to 1,5oo LF each,three being subaqueous under ponds and wetland areas. Cost: $zoM Bid 2022-122-ND -102- DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn ilete one Section E for each ke .erson.) 14,YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Adam Faschan,PhD,PE Sea Level Rise/Climate Change 31 6 &Resiliency 15. FIRM NAME AND LOCATION(City and State) .� Ardurra Group, Inc. Metairrie, LA ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Ph.D.,Environmental Engineering,Louisiana State University; Professional Engineer Florida#83010 M.S.,Civil Engineering,Louisiana State University;B.S.Civil New York#094819,Texas#11777,Louisiana#0025371, Engineering,Bucknell University Mississippi#13943 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I Carlouel Sea Level Rise Study 1 PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' Clearwater,FL ; Ongoing . a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm • Lead Engineer evaluating sea level rise scenarios and determining beach front and roadway reconstruction options to harden the peninsula against storms and sea level rise.Fee: $57,536 _ (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Resiliency Action Plan ' PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) . Oldsmar,FL . _ i 2021 _ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' b. Lead Engineer evaluating sea level rise impacts to City infrastructure and evaluating potential protective measures as part of development of a city-wide Action Plan.Fees: $41,938 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • WRF Administration Replacement Sea Level-Rise Impacts/PER . PROFESSIONAL SERVICES I CONSTRUCTION(if applicable), ; Oldsmar,FL 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm c. Lead Engineer evaluating sea level rise impacts,determining finished floor and other critical elevations,and developing building hardening options as part of the design for a new two-story water reclamation facility administration building. Fees:$58,276(includes PER) . . i)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gulf Coast Water Authority Harvey Recovery FEMA Support 1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) I Texas —_.__ __ .�._.�.__ _ ,' ao18 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Emergency damage assessment of GCWA facilities including large pump stations,transmission canals,reservoirs and d. water treatment plants.Project included development of plans to perform assessments in locations with limited access. Summary of damages report;engineering advisory services;FEMA Project Worksheet development;development of expedited Category B Project Worksheet;feedback on Category B repairs including Cottonwood Dam reconstruction; validation of force account equipment labor and materials;and hazard mitigation.Cost: $6oM T', (1)TITLE AND'LOCATION.(City and State) (2 YEAR COMPLETED St.John's County FEMA Recovery I PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) St.Augustine,FL' ' - _� L Ongoing i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. , Technical Specialist to assess roadway damages throughout the County including severely impacted roadways in Summer Haven.Coordinated with County staff to establish locations within the County that may be severely damaged within the hundreds of miles of potentially impacted roads.Utilized pre-storm condition assessment records from the County to establish storm damages in multiple beach side communities and develop multiple project worksheets for ___I FEMA approval for roadway damages.Included 8 major locations and over$10 million in roadway damages. Bid 2022-122-ND -103- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL Enit Medina,PE Roadway Design 8 b.WITH CURRENTFIRM 6 Signing/Marking 15. FIRM NAME AND LOCATION(City and State) A./ Ardurra Group, Inc. Doral, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Civil Engineering,Florida International Professional Engineer FL#85924 University,Miami,Florida,2014 . 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 Express Lanes Design-Build Phase 3C • i PROFESSIONAL SERVICES ! CONSTRUCTION Of applicable) Miami,FL 'zo23 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Engineer for the work PHD is developing with BCC Engineering(under the Archer Western—de Moya Group JV)and is responsible for roadway,drainage,and TCP plans for the I-595 segment as well as TCP plans for 1-95 from south of the I- 595 interchange to the northern project limits. We are also doing structural design and bridge hydraulics reports for the bridge widenings of I-95 over the C-io Canal,C-io Spur Canal,and Dania Cut-Off Canal.This phase is approximately 9 miles along 1-95 and includes approximately 2 miles of 1-595._ (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED I SR 989/SW 112thAvenue/Allapattah Rd.at SW 211th Street I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) • Miami,FL ; 2020 1 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm Engineer providing engineering design services to improve safety at the intersection of SR 989/SW 112th Ave./Allapattah Road at SW 211th Street in Miami Dade County.The improvements are based on a Safety Study performed by FDOT and include the widening of Allapattah Road to provide dual NB left turn lanes and to increase storage in the NB turn lane. _ • (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED = 95 Express Lanes-Phase3B-1 From South of SW loth Street to j PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) Glades Rd.Miami,FL 2022 ( _ ' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Engineer for this DB project to convert existing I-95 HOV Lanes to Managed Lanes and widen that will result in two tolled : c• Express Lanes in each direction. The project includes milling,resurfacing,and widening throughout the corridor. Phase I. will focus on the reconstruction of the NB including the reconstruction of the Hillsboro Canal Bridge.Phase 2 focuses on median work and Phase 3 will focus on the construction of the SB corridor. We developed an innovative MOT solution that does not require any temporary bridge since we shifted the alignment,and by doing that we were able to save the existing ITS hub to stay operational throughout the construction of the new ITS hub. ) (1)TITLE AND LOCATION(City and Slate) (2)YEAR COMPLETED { Palmetto Expressway/NW_25th Street Interchange Reconstruction : PROFESSIONAL SERVICES : CONSTRUCTION(if applicable) Miami,FL ! 2017 - I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) El Check if project performed with current firm Engineer for this sio2M Design-Build project which consists of three phases;Phase 1 constructs the permanent NB d• alignment;Phase 2 constructs the median area and Phase 3 constructs the SB alignment. The critical challenges include the mainline reconstruction approaches at the Hillsboro Canal Bridge. Developed an innovative approach to the MOT that required shifting the mainline alignment to the east thereby eliminating So'of temporary bridge widening required by the RFP concept design.The MOT design is coordinated with multiple disciplines including roadway,structures, drainage,ITS,signing&pavement markings and tolling. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Wekiva Parkway(Section 8)Design-Build ' PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Seminole County,FL 2021 1 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) la Check if project performed with current firm e. Engineer for the work PHD is developing with DRMP and BCC Engineering(under Lane Construction)and is responsible for maintenance of traffic design for the entire project as well as supporting the structural design efforts by designing a • westbound C-D ramp bridge along 1-4.Section 8 is the final piece completing the Wekiva Parkway with the construction of a new interchange at 1-4,creating system to system connections with SR 417 and SR 429. Bid 2o22-122-ND -104- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for each ke person.) 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Jeffrey Troutman,PE Structural Engineering/Coastal Engineering/ 32 32 Resiliency/Hardening 15. FIRM NAME AND LOCATION(City and Stale) �� Ardurra Group, Inc. Wilmington, NC ARDURRA • 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science;Civil Engineering,1989 Professional Engineer FL#Florida No.57751; North Carolina No.22567;South Carolina No.18406;Virginia No.31579;Georgia No.27246 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Structural&Marine Engineering;Structural Engineers Association of NC ) (1)TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED j Sarasota County-Transmission Main and Pump Station#3 i PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) I Improvements,Sarasota County,FL ! 2oz2 TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Structural engineer for the design phase services for assessing the existing building and hardening up to meet current code requirements as well as replace deteriorated structural components,including performing a wind analysis and evaluation of the existing structural components of the building,including determining the required door and window ' design pressures.Structural services will also include providing limited bid and construction phase services. Cost: $14.6M Est. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South County Potable Water In-line Booster Pump,Station Project, PROFESSIONAL SERVICES ; CONSTRUCTION(inapplicable) Progressive Design Build,Hillsborough County,Tampa,FL 2020 . Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Provided full structural design and construction phase services for a new 10,053 SF pump station building with 12" reinforced load-bearing CMU walls around the pump building along with long-span roof joists with metal decking and 8" reinforced load-bearing CMU walls with standard roofjoists and metal decking over the mechanical room,including design of foundations for building,pump/motors,pipe trenches,GenSet and support for a 15-ton full span top-running bridge crane. Cost:$19M I (1)TITLE AND LOCATION(City and State) . 2 YEAR COMPLETED • j Oldsmar Water Reclamation Facility Control Building,Bruce T j PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i Haddock Water Treatment Plant,Oldsmar,FL , ,i , 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Provided full structural design for a new 10,800 SF(Gross),two-story WRF Control Building,which consists of 8" reinforced load-bearing CMU walls with a 6"composite 2nd floor supported by composite steel beams and columns, which are supported by isolated concrete footings.Walls are supported by continuous wall footings.The roof consists of pre-engineered-cold-formed steel roofjoists with a metal roof deck. Cost: $2.7M (1)TITLE AND LOCATION(City and State) �— (2)YEAR COMPLETED WE Dunn WRF Off-Site Reclaimed Pump Station Improvements, i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Pinellas.County,FL _ 2022 I 2023 • __•____—; . d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Providing structural engineering services to design a new electrical building or expansion of the existing,updating • structural supports for vertical pumps and other ancillary structural improvements as well as assist to develop an opinion of probable construction cost. Fee: $752K— (1)TITLE AND LOCATION(City and State) - (2 YEAR COMPLETED Town of Carolina Beach Boat Basin Revitalization i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Carolina Beach,NC ! ! 2023 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm . . Providing the Town with a bulkhead,along the south and east sides of the basin,constructed of steel sheathing as e• opposed to wood,the material used for the existing bulkhead.The bulkhead design is similar to the newly replaced bulkhead along the west side of the basin.Existing drainage structures and piping at the southeast corner of the boat basin are being replaced and a substantial portion of the wooden boardwalk and decking along the south and east sides of the basin,respectively,are being repaired/replaced to accommodate new tie-back construction. • Bid 2022-122-ND -105- DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2 Jeffrey Troutman,PE—Page 2 // Role:Coastal Engineering/Structural Engineering/Resiliency/Hardening ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED The Bluffs on The Cape Fear 1 PROFESSIONAL SERVICES 1 CONSTRUC I21 OO(iifapplicable) Marina&Boat Launch Amenities Design i 2021 ' Leland,NC [ i • 1 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Provided full design and limited permitting assistance along with bid and construction phase services for the design of a 50-slip marina,which consists of approximately 8o8'LF of 8'wide,floating timber docks(designed around Bellingham P Timber Division docks)with 3'wide floating finger piers with varying lengths of 3o'to 4o'to accommodate vessel lengths up to 25'on the Cape Fear River.Slips were designed to accommodate future drive on boat lifts.Dock utility pedestals were provided for electrical and water utilities along the dock as well as a marina pumpout station.Timber guide piles were designed along with a log deflection system On each end of the marina.The project also consisted of the design of a cast-in-place concrete boat launch ramp(installed with cofferdam system)with new vinyl sheet pile bulkhead walls along the sides and serving as cutoff walls along the lower edges of the ramp,a floating timber staging dock and a double- gazebo elevated observation cedar platform.Cost:$88K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Wilmington-Coastline Riverfront Stabilization-Riverwalk %PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' and Bulkhead,Wilmington,NC . _ •• 2o18 I zo18 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE NI Check if project performed with current firm ' Provided structural/marine and electrical engineering design services along with geotechnical services to perform g• riverfront coastline stabilization and other improvements to the Riverwalk along the Cape Fear River as a result of the City's Riverfront Study,consisting of installation of new steel sheet pile bulkhead as well as performing special inspections and setting up a vibration monitoring program for monitoring the adjacent Best Western Coastline Inn. Project also included replacement of the existing decking and guardrail system and supports as well as lighting upgrades. Cost:$38K 1 (1)TITLE AND LOCATION(City and State • - . 2 YEAR COMPLETED , { Currituck County Rural Center(CCRC)Bulkhead Repair '1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) ' Powells Point,NC i 2020 2oz0 h (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Provided bulkhead_replacement to CCRC.Ardurra is also working with team members GET Solutions,for Geotechnical ' . Services,and Bissel Professional Services,for survey.Cost:$26K _� (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Greenfield Lake Paddle Boat Bulkhead,Walkway and Dock • PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Replacement,Wilmington,NC . i _ 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project•Manager provided structural/marine engineering services to the City of Wilmington Parks and Urban '• Forestry for the replacement of approximately 305 LF of bulkhead wall and 8'wide walkway along the Greenfield Lake,replacement of approximately 1,25o sf of existing paddle boat fixed docks with a combination of approximately 1,75o SF of new fixed and floating docks with a small gathering area for kayaks and provided an , , optional kayak launch.Cost: $19K • t (1)TITLE AND LOCATION(City and State 2 YEAR COMPLETED • Cedar Island Boat Launch Facility-NC Division of Marine Fisheries, i PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) Cedar Island, NC . 2013 I 2013 �__ �_ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Provided permitting and full structural/marine engineering services for Phase I&Phase II for a new Cedar Island Boat Launch Facility in Cedar Island,NC in two phases.Phase I consisted of providing construction documents for ' maintenance dredging of the finger canal to-6.o MLW.Phase II consisted of providing construction documents for the ' design of a new bulkhead wall,new boat launch ramp,building&foundation design for a Quonset Hut storage shed(not constructed)and miscellaneous repairs.Cost:88K Bid 2022-122-ND -106- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Construction Management!Inspections a.TOTAL b.WITH CURRENT FIRM Lance McClaskie 9 P 8 5 15. FIRM NAME AND LOCATION(City and State) A/ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Tolle's Technical Center—Residential and Commercial Electricity; ACI—Level 1;Troxler;CTQP-Earthwork Level 1 DOT Diploma, London High School,London,OH 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED C-25 Canal Banks Repair Project-Construction Inspection and 1•PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 1 Material Testing Services Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE . ®Check if project performed with current firm QA-QC and Construction Management Services for 4..37 mile(22,800 linear ft)of canal bank restoration with rubble rip ' a. rap and new berm drains.Project includes the inspection for removal of vegetation,existing erosion control,regrading • of the existing slope,placing fabric,bedding stone,&rubble rip rap on regraded slopes. Project included placing new berm drains on top of berm.Perform QA/QC services and scheduling for earthwork inspection. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED C44-Stormwater Treatment Area Construction Management ,PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) SFWMD,Palm Beach County,FL _ i 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Construction Inspection for six storm treatment areas(STA)with 6,30o acres of constructed wetlands,3o miles each of b. canals and embankments,and over 5o water control structures and associated infrastructure.Inspection responsibilities ` include verification that construction proceeds in accordance with the construction contract documents and applicable permits,identify issues and resolve deviations,defects,or deficiencies observed in the work,provide construction documentation through daily reports.Cost:$2.5 million (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Martin Memorial Hospital . PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) • Stuart,FL • —� 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm C. Lead Consultant for construction responsible for proper installation of all pipes from 8-inch water main to electrical conduit,including compaction of soil as per specifications and lab testing. Responsibilities also included being lead concrete tester for all concrete being placed on the jobsite. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • I Construction Management and Inspection - PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) • Various Locations, FL -2016 • d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Nuclear density testing of embankments,concrete testing,and construction inspection at various construction sites for Ardurra. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Testing Technician/Consultant I AACE Anderson Andre Consulting i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Engineers,Port St.Lucie,FL . • . . 2014 —_ ~(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e. Testing Technician/Consultant. Duties included concrete testing, laboratory work such as soil testing (proctor's) LBR testing,drill rig sampling,concrete cylinder breaking,and field nuclear testing. Ii �l Bid 2022-122-ND -107- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn•lete one Section E for each ke .erson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Rodolfo Martinez Construction Management/Inspection 35 15. FIRM NAME AND LOCATION(City and State) A/ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Miami-Dade Community College Miami,FL Associate in Arts Degree 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,.etc.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water&Sewer Department i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,FL , Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Sr.Project Inspector and Controls Staff(Consultant)-Technical liaison between County's Information Technology • Department(ITD)and the Capital Improvement I/I Staff to oversee the migration of the Historical I/I Database to GIS and E-Builder(Historical database includes critical information regarding past work sites,projects completed and costs). Services include— ■ Assist Construction Management Staff and Inspectors with coordinating work with the MDWASD Sewage Collection and Transmission Division • Preparation of GIS-based Work Order Issuance Packages that are provided to all contractors for the various a. repairs • Oversee the creation of the reporting platform utilized by l&I inspectors in E-Builder • Oversee contractor field activities to provide quality assurance and conformance to project documents for all ( contracts • Assist Construction Management Staff with the preparation of weekly reports to review the status of work orders to determine contractor performance,work completed and other key project indicators • Assist Construction Management Staff and Inspectors with the preparation of support documents to validate the contractor's monthly pay estimates • Assist Construction Management Staff and Inspectors review contractor submittals • Assist Construction Management and CIP Contracts Staff with the creation of new contracts and project estimates by ensuring the inclusion of lessons learned,current market costs,additional product information and removal of outdated specification language. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water&Sewer Department PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,FL _ _ 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm As Water and Sewer Project Inspector 2 performed the following services. b. • Administrator and developer of l\I Program Management and Construction Division IEI unit's database ■ Program management includes issuance of repairs to various contractors,prepare monthly progress payments, generate reports for weekly progress meetings,update,and report status of issued repairs,run diverse SQL queries as requested,maintain entire database model and objects ■ Inspected work performed by various contractors under various blanket contracts for verification against contract specifications,review and assign work to Inspectors s and consultants (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Miami-Dade Water&Sewer Department ' PROFESSIONAL SERVICES • CONSTRUCTION(if applicable) Miami,FL �_ 20o5 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm As Water and Sewer Project Inspector i(Lead Worker)performed the following services. c. • Inspected work performed by various contractors under various blanket contracts for verification against contract specifications • Reviewed and assigned work to Inspectors i and Data Entry Specialist • Created and maintained entire database model and objects to encompass all work issued to contractors Bid 2022-122-ND -io8- DocuSign Envelope ID:59D12E6F-6507-4CF8-86313-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke person.) 14. YEARS.EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Jonathan Stanford Geographic Information Systems 10 8 15. FIRM NAME AND LOCATION(City and State) AV Ardurra Group, Inc. Miami; FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Arts,Geography,University of Texas—San Antonio, 2012 18, OTHER PROFESSIONAL QUALIFICATIONS(Publications;Organizations,Training,Awards,etc.) GIS Analysts for numerous engineering,environmental,municipal,and utility projects while using ESRI GIS products- including ArcPRO,ArcGIS Desktop,ArcGIS Online,ArcGIS Collector,Survey 123,3D Analyst,and Spatial Analyst 19. RELEVANT PROJECTS • - i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED i City of Miami Beach—MB Fire Hydrant Evaluation , I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) , Miami Beach,FL • 1 2021 _- (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a Responsible for performing GIS analysis to determine any spatial gaps in fire hydrant coverage within the City of Miami Beach that do not currently meet the NFPA 2o18 Florida State Fire Codes or Miami Dade County Public Works Manual Section D-8 requirements. Recommendations were developed for the placement of new fire hydrants to comply with both state and county requirements for coverage based on zoning,land use type;and roadway traffic counts. ^lf (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach—MB Stormwater Quality Study (PROFESSIONAL SERVICES : CONSTRUCTION(if applicable) -Miami Beach,FL j — 2022 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. Responsible for performing GIS analysis to better understand and quantify nutrient loadings into North Biscayne • Bay. The GIS analysis included verifying the existing watershed discharge locations based on flow patterns,quantifying the stormwater control structures per basin and sub-basins,and determining how the operations of stormwater control structures impact nutrient loading estimates. Fee:$75K T_ (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED City of Miami Beach—Preliminary Review of Proposed FIRM and PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) FIS - j 2021 i , Miami Beach,FL ___._ _ - --- (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. Responsible for performing GIS analysis for updating proposed FIRM and FIS,compared current rate maps to proposed rate maps,and converted flood zones to correct North American Vertical Datum. The GIS analysis results include the creation of new VE zones along the shore of Biscayne Bay,new X zones added throughout the city's highest elevations [(removal from floodplain),and more detailed delineation of flood zones. Fee:s50K (1)'TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED City of Aransas Pass—City Wide Drainage Study I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) _ 2018 r(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d. Responsible for managing the field inventorying and conditional assessment of all stormwater inlets,pipes,ditches, culverts,pump stations,and levees needed for engineering recommendations to improve drainage conditions in several flood prone areas found within the city.Mr.Stanford created,compiled,processed and managed all GIS content needed for a city-wide hydraulic and hydrological stormwater analysis.Fee:$286K (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Kerrville-Stormwater Master Plan i PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) , 2017 Texas _ _� __. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Responsible for drone operations to collect aerial photogrammetry of two dam locations related to Kayak Chute feasibility memo,opinion of probable construction costs,as well as documentation of structural problems with Loise Hays Dam.Mr.Stanford created,compiled,processed and managed all GIS content needed for a city-wide hydraulic and hydrological stormwater analysis;then developed all GIS maps and figures found within the completed report submitted to City of Kerrville. Fee:$zo4K Bid 2022-122-ND -109- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL CURRENT FIRM Pete Bottone,PWS,CERP Ecological Services/Assessments&Monitoring b.WITH 40 17 Permitting 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA Biology,University of South Florida,1982 Professional Wetland Scientist(PWS)No.2919 Certified'Ecological Restoration Practitionero199 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) AWRA Member#45844;Sierra Club#43950517;Society for Ecological Restoration(SER)MBR65723;FDOT 2.0 Project Development Environmental Studies/Authorized Gopher Tortoise Agent 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station 16 Redundant Force Main PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Pinellas County,FL 2018 I 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ,` a. Project Scientist responsible for environmental assessments associated with alternatives analysis,Preliminary Engineering Report development and federal and state permitting of 3.5 miles of36"new force main. The project ' required the use of trenching through drainage canals and installation via horizontal directional drill(HDD)techniques in crossing large waterways such as Long and Cross Bayou Canal systems.Cost:$14M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ' Clearwater Memorial'Causeway Subaqueous Pipelines I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Clearwater,FL • . �`�i 2015 f • 2018 ' (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm - ' b. Project Scientist responsible for environmental permitting for potable water/sewer pipe for 5000 ft of horizontal ' directional drill within sensitive coastal habitats. Provided federal/state permitting assistance,including FDEP coordination of a Sovereign State Lands easements and USACE approval for activities within the federally maintained ' Gulf Intracoastal Waterway.Cost: $3.5M M i (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED City of Largo Wet Weather Monitoring and Pumping System j. PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) .i Pinellas County,'FL ` 2013 2017 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Environmental Project Manager responsible for environmental assessment,alternatives analysis,federal and state c. • permitting of12 miles of 1z"to 3o"proposed force main,and the construction/modification of4 connected Lift Stations. ' The project entailed the use of trenching through numerous drainage canals and installation via HDD techniques in crossing large waterways and required remedial permitting and design activities during construction work to accommodate alignment changes for City. Cost: $38M T(1)TITLE AND LOCATION(City and State)• . ' (2)YEAR COMPLETED City of Venice Water Main Replacement Program—Phase 1 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Venice,FL_ r 2013 i 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Scientist responsible for environmental assessment and permitting of a water main replacement crossing ' • Hatchett Creek in proximity to the Gulf Intracoastal Waterway.Project activities consisted of wetland JD work,T/E species assessments,environmental design and federal(ACOE)/state(FDEP ERP)permitting. Cost: sa.iM TM� (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Intracoastal Waterway Force Main Replacement Project • I.PROFESSIONAL SERVICESj CONSTRUCTION(if applicable) Venice,FL 2013 O4 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' Project Scientist responsible for environmental assessment/permitting of a sewer force main replacement using e. horizontal directional drill(HDD)construction to cross the Gulf Intracoastal Waterway(GIW)at the Venice Ave.Bridge. Project activities consisted of wetland JD work,TIE species assessments,environmental design and federal/state permitting,including USACE easement approval for activities within the federally maintained GIW channel right-of-way and Manatee Protection Zone along with coordination with City and County regarding the adjacent Legacy Trail and - Venetian Waterway Park facilities.Cost: $SooK Bid 2022-122-ND -110- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE 12. NAME a.TOTAL b.WITH CURRENT FIRM Pete Diaz,PSM Surveying&Mapping 34 1 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Surveyor and Mapper Florida No.6052 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Society of Professional Surveyors and Mappers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,Fire Flow Project,Package 3 ; PROFESSIONAL SERVICES • 1 CONSTRUCTION(if applicable) Miami Beach,FL 2020 ! 2023 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Project Surveyor for surveying services fora water main improvement/1.4 miles of roadway at various location. Services included Topographic and Right of Way survey.Tasks included:Project coordination,data search and review, recovering/establishing Horz/Vert.Control,Calculate Plats,R/W Maps,Deeds,Easements,Section Corner review calculations. Cost: $2.2M (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED I City of Miami Beach41stStreet Water Transmission Main i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) . E Miami Beach,FL _ ! 2021 ; 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' b. Project Surveyor for surveying services for 1.1 miles of roadway. Services included Topographic and Right of Way location.Tasks included:project coordination,data search and review,recovering/establishing Horz/Vert.Control, Calculate Plats,R/W Maps,Deeds,Easements,and calculations. Cost: $5M _ (1)TITLE AND LOCATION(City and State) T (2)YEAR COMPLETED Miami Dade Water and Sewer Department(WASD) 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) l Unknown Watermain Renewal and Replacement,Shenandoah Area 1 Miami,FL i • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm c• Survey Manager for water line as-built survey. Tasks included:preparing As-Built plans to WASD standards,for • approximately 7.5 miles of dense suburban neighborhoods. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Dade Water and Sewer Department(WASD)Force Main ' PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Replacement,Sterling Drive and SW 97th Court . . j 2o18 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check If project performed with current firm d. Project Surveyor for Topographic and Right of Way survey.Tasks included:Project coordination,data search and review,recovering/establishing Horz./Vert.Control,Calculate Plats,R/W Maps,Deeds,Easements,Section Corner review calculations. (1)TITLE AND LOCATION(City and State) ' (2 YEAR COMPLETED, Florida Fish and Wildlife Conservation Commission, Ocean Forest I PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Habitat Restoration(34 Acre site),Key Largo,FL i 2o23. ( (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Project Surveyor for Surveying services that included Topographic and Bathymetric Survey.Tasks included:Project coordination,data search and review(i.e.,Horz./Vert.Control,recovering/establishing Horz./Vert.Control,GPS Mission Planning,GPS data analysis,Soundings,Field crew Coordination,Survey data review,analysis and processing,place and maintain aerial photogrammetric targets for drone mission. Bid 2022-122-ND -111- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Cornslete one Section E for each ke person.) 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Alicia Gonzalez Public Relations/Outreach �9 �3 15. FIRM NAME AND LOCATION(City and State) I j„t RIG] Media Relations Group, LLC, Miami, FL l� 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Telecommunications,University of Florida,1992 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Bilingual-English/Spanish 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Public Information.Outreach Services for Right of Way and ` PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) • Facilities Construction Projects,Miami,Florida Present ' +; (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Media Relations Group,LLC(MRG)was contracted by the City of Miami Beach to provide Public Relations and Community Involvement services for this contract.Mrs.Gonzalez is responsible for overseeing MRG staff for this project. Responsibilities will include developing public involvement plans in close coordination with the City's Neighborhood Affairs Division staff,developing project=related informational materials,collateral production(English/Spanish)and communicating project information&addressing citizen/stakeholder concerns throughout the life of the 3-year contract. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • City of Miami Beach Design/Build Services for 54"Redundant PROFESSIONAL SERVICES ( CONSTRUCTION(if applicable) Sewer Force Main Project,Miami,Florida j { 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IS Check if project performed with current firm b. The City of Miami Beach Public Works Department and David Mancini and Sons began the construction of this project with the installation of 54-inch sanitary sewer main in the South of Fifth Neighborhood(SOFNA)in 2015.Mrs.Gonzalez oversaw MRG staff who were responsible for the development of a Public Information Plan,preparing and reviewing • media-related information and developing emergency communications.She has also served as an interim PIO during • emergency situations and manages the PI staff for this project. ' (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED City of Miami Beach Central Bayshore South Neighborhood i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Improvement Project,Miami,Florida 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c The project included utility improvements,a new water main and services the design and construction of an interconnected drainage system to include new piping,catch basins,and manholes.Mrs.Gonzalez oversaw MRG staff responsible for attending project-related coordination meetings,bi-weekly project progress meetings,developing informational materials including fact sheets and weekly advisories,addressing the concerns of stakeholders and coordinating emergency communications. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • City of Miami Beach,Public Works Department,Sanitary Sewer ; PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Rehabilitation Project(SSES),Miami Beach,Florida 2015 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mrs.Gonzalez oversaw the public involvement for this project.MRG PIO staff was responsible for communicating construction information to the residents and businesses as well as meeting with them one-on-one to further explain impacts and mitigation efforts.This project was a Citywide sanitary sewer improvements project. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department(MDWASD) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Government Cut Utility Relocation Projects Design%Build,CMIT, i 2013 Miami,Florida (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE - ®Check if project performed with current firm Mrs.Gonzalez oversaw the public involvement for all these projects as a department liaison to the project manager, Department of Public Affairs Manager.She attended all progress meetings and worked daily on public involvement e. strategies and notifications as necessary.She prepared a Community Awareness Plan(CAP)and fact sheet for the project.In Spring 2012,Mrs.Gonzalez also began working with the Department on the Emergency 6o-inch Force Main Installation project in the City of Miami Beach.She attended several City of Miami Beach and other key stakeholder meetings.She also coordinated and executed a community meeting in June 2012 and reviewed and finalized project fact sheets and display boards.She continued to serve as the day-to-day public information contact through summer 2013,upon completion of the emergency contract,while managing her PI staff assigned to this contract. Bid 2022-122-ND -112- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Com.lete one Section E for each ke .erson.) 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Raissa R.Lopez,PE Structural Engineering �5 26 15. FIRM NAME AND LOCATION(City and State) Eastern Engineering Group, Co. Doral, FL ` .;,,,;t 111:.Il"-,,y...... 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Degree Florida PE 59399 of Structural Engineering Florida SI 7°14079 .. ,)-, . T1 I.i''_'d.ue 0.3I VJA rIt)il'I"g Uh,176r,ll rekl gp.r..v,,,l,r a,.. .(1 VI.•'tin, 5I 19. RELEVANT PROJECTS { (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station o470 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i } Aventura,FL 2019 i 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Subconsultant to Ardurra.Upgrade of sewage pump station.Structural wet well and valve vault plans. Structural Fee:$7,035 (1)TITLE AND LOCATION(City and State) (2)YEAR.COMPLETED Pump Station 2306 i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) , Hialeah,FL 2016 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ' b. Subconsultant to Ardurra. Upgrade of sewage pump station.Structural wet well and valve vault plans. Structural Fee:$2,651 ( (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED Pump Station 0026 . PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Fontainebleau,FL 2015 zo17 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Subconsultant to Ardurra. Renovations of sewage pump station.Structural wet well and valve vault plans. C. Structural Fee:$2,755 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station 65 1 PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Miami,FL ^� + 2014 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Subconsultant to Ardurra.Upgrade of sewage pump station.Structural wet well and valve'vault plans. d. Structural Fee:$5,040 (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED CMB Pump Station i PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) c Miami Beach,FL i • 2°14 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ta Check if project performed with current firm e. Maintenance yard improvements.Pump station building renovation. Structural Fee:$3,500 • Bid 2022-122-ND -113- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ke serson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Gonzalo A.Paz,PE Structural Engineering 25 1.6 15. FIRM NAME AND LOCATION(City and State) Eastern Engineering Group, Co. Doral, FL ._ :Air:,1 ,0„.. 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Degree Florida Professional Engineer#60734 of Structural Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Gonzalo has broad experience with structural engineering on public and private projects. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station o064 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) • Miami,FL . 2020 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm a. Subconsultant to Ardurra.Renovation of sewage pump station.Structural wet well and valve vault plans. Structural Fee:$4000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station o444 I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) • Miami,FL 2020 I 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Subconsultant to Ardurra. Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$5,ozg (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Westview Pump Station I PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Miami,FL i 2017 ! 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' Structural plans for sewage pump station.Structural wet well and valve vault plans.Structural Fee:$4,265 c. , (1)TITLE AND LOCATION(City and State) i4ry (2)YEAR COMPLETED Grand Bay Commons Pump Station 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,FL i zo15 • 2017 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$3,740 d. e (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Commons East Pump Stations , PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Doral,FL . 2013 z015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE - ®Check if project performed with current firm e. Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$2,810 Bid 2022-122-ND -��4- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Corn.Iete one Section E for each ke serson.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Oracio Riccobono,PE Geotechnical Engineering 36 22 IIIIKIIIIIIIIIIIIIIIIIIK 15. FIRM NAME AND LOCATION(City and State) ®®WM Geosol, Inc. Miami Lakes, FL ®® 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Civil Engineer(BSCE,1983),Master Degree(MSCE in Professional Engineer FL#49324 Geotechnical Engineering,2.985)at Louisiana State University and Master in Business Administration(MBA,2000)at Florida International University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;Florida Engineering Society 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • Geotechnical Consultant,City of Miami Beach Watermain ' PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Replacement along 41st from Alton Road to Intercoastal Bridge I 2021-2022 a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm • Geotechnical Engineer responsible for planning the geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering reports with foundation design and construction recommendations for proposed improvements. — (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED J.C.Bermudez Park Recycled Stormwater Irrigation Project l PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Doral,FL i •� 2013 ; 2015 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, b. preparation of geotechnical engineering report with foundation design and construction recommendations for design of irrigation system for the 8o-acre park. Major components included emergency lake intake structure,2 MG above ground storage tank,3,00o gpm storm water pump station,2.3o micron disk filters with automatic backwash,bleach disinfection system,1,400 gpm irrigation pumps,8,000 feet of 12-inch diameter looped main,and irrigation system. t (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Doral Basin H-8 Drainage Improvements 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i Doral,FL 2016 - ! 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c• Project Geotechnical Engineer Responsibilities included geotechnical exploration,and identification of utility conflicts as well as planning the geotechnical exploration and laboratory testing programs,preparation of the geotechnical engineering report for exfiltration trench design. (1)TITLE AND LOCATION(City and State) - - (2)YEAR,COMPLETED SR 8z6 over NW 25th Street Viaduct,FDOT District 6 9 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) ( Doral,FL ; 2013 ! 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm d• Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering report with foundation design and construction recommendations for the new bridge and retaining walls.Geotechnical fees were$250,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED •± City of Doral Basin H-8 Drainage Improvements-Study ; PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Doral,FL 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Geotechnical Engineer for the drainage study to identify improvements to reduce recurring flooding in a low- e• lying commercial area. Responsibilities included compilation of existing geotechnical exploration including soil and . water sampling to screen for volatile organics,ammonia,metals,lead,aluminum,and iron;delineation of areal extent of undocumented landfill dumping activities and contamination;conceptual design of alternatives;responsible for planning geotechnical exploration and laboratory testing programs,preparation of geotechnical engineering report with foundation design and construction recommendations. - Bid 2022-122-ND -115- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Colnslete one Section E for each ke serson.) 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Louis J.Aguirre,P.E.,LEED® Mechanical/Electrical Engineering 54 52 AP 15. FIRM NAME AND LOCATION(City and State) Louis J. Aguirre Associates, Inc.. Miami, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Electrical Engineering University of Miami Professional Engineer FL#11642 1964 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations Training,Awards,etc.) Honors/Awards:AIA Miami Outstanding Consultant Engineer Award,2007. U.S.Green Building Council LEED Accredited Professional,Building Code Compliance Inspector and Natiorial Society of Professional Engineers 19. RELEVANT PROJECTS i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED t MDWASD'Pump Station Improvements for Pump Station No.026 I PROFESSIONAL SERVICES } CONSTRUCTION(if applicable) ; ' ! Miami,Florida ' . �0�5 i!} 2o17 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Principal-in-Charge-Electrical services for the Miami Dade County pump Station Program The project consisted of • upgrade to Sewage Pump Station No.0026,including,but not limited to;providing uninterrupted by-pass pumping capabilities for the existing pump station flow during all construction times and until the new pump station is completely operational Cost:$1.7 M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED WASD Pump Station Improvements for Pump Station No.502 I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami,Florida 2014 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. The scope of work consisted of the installation of a new 8-foot inside diameter wet well and new valve vault with 10-inch Internal discharge piping. Cost:$101 K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED WASD Pump Station Improvements for Pump Station No.tog 1 PROFESSIONAL SERVICES [ CONSTRUCTION(if applicable) ' i 2016 2018 Miami,Florida . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IN Check if project performed with current firm The scope of work consisted of the prep work which included preparation of Survey,as per MDWASD Requirements and c• Geotechnical Investigation,as per MDWASD Requirements as well in order to produce Construction Documents and develop Complete Engineering Plans for the Rehabilitation of an existing Pump Station located at 9295 SW 4th St. Miami,FL 33174,Unincorporated Dade County. Cost:$1.5 M - t (1)TITLE AND LOCATION(City and State) . . (2)YEAR.COMPLETED , i Miami-Dade Police Academy t PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) , .Doral, Florida _' � ,i 2015 2019 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm d. Principal-in-Charge-MEP services for the Miami Dade County Police Department Academy Building.The project consists of the design and construction of a new classroom/training facility consisting of 15,30o sq.ft. Cost:$3.1 M (1)TITLE AND LOCATION(City and State) - 2 YEAR COMPLETED MDX Dolphin Park&Ride Transit Terminal Facility 1PROFESSIONALSERVICES 2016 I 2018) CONSTRUCTION(if applicable) Miami,Florida 4 • {(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Principal-in-Charge-MEP services for the M D X Dolphin Park&Ride Transit Terminal Facility. The project consists of North and South Parking Lot,Drivers Break Lounge&Transient Hub Building,Bus Canopy,etc. Cost:$17 M Bid 2022-122-ND -116- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Coin.lete one Section E for each ke .erson.) 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Dirk L.van Oostendorp Technical Advisor/Corrosion SME 41 5 15. FIRM NAME AND LOCATION(City and State) nti r 0 Corrpro Companies, Inc. Houston, FX An Aeatcn coman 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) A.A.S.,BSME,M.Sc.,D.Prop.-Chemistry MBA-International Business 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) NACE Corrosion Specialist,NACE Cathodic Protection Specialist,Chartered Chemist(Royal Society of Chemistry) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Retrofit Design-Impresses Current Cathodic Protection, 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) I • Homestead,Florida _ I 2022 I .` • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm a. Turkey Point Nuclear Generating Station's two pressurized water reactors were commissioned in 1973.After inspection in 2o1g,plans were developed to refurbish the plant's 4 reinforced concrete water intake structures.Corrpro was contracted to design a retrofit impressed current CP system to provide 20+years of corrosion protection. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cathodic Protection System Design-LNG Plant Expansion I PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) i Ensenada,Baja California,Mexico ; 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE - ®Check if project performed with current firm b• Energia Costa Azul LNG terminal was originally commissioned in 2008 as an import and regasification facility.It is • currently undergoing reconstruction to become a gasification and export terminal,to be completed by 2024.Corrpro was contracted to design CP systems for the new piping systems and process units. (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED In-Service Failure Investigation . PROFESSIONAL SERVICES - I CONSTRUCTION(if applicable) • Wichita,Kansas . 2021 I __ • The City of Wichita experienced a failure on a 42-inch potable water pipeline within the city limits. The pipeline was C. constructed from prestressed concrete cylinder pipe(PCCP)and was installed in 1968.Corrpro was contracted to perform root cause analysis and failure assessments to determine if corrosion caused or contributed to the failure. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Root Cause Analysis-Pipeline Failure1 PROFESSIONAL SERVICES •i CONSTRUCTION(if applicable) i Corpus Christi,Texas _ 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Vopak constructed a 12"pipeline from stainless steel pipe(UNS 30400,commonly known as grade 304 to transport Mono-ethylene glycol(MEG).Vopak has experienced multiple failures during hydrostatic testing and was unable to commission the pipeline as scheduled.Corrpro conducted a forensic engineering investigation on the newly constructed pipeline to determine the root cause(s)of the failures experienced. (1)TITLE AND LOCATION(City and State) (2 YEAR COMPLETED Air Handling and Filtration System Degradation i PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) West Hollywood,California 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm e.• Cedars-Sinai Medical Center is a hospital and multispecialty academic health science center.A new air handling system was installed at the facility's Biomanufacturing Center in 2019 and extensive corrosion was noted during system inspection'and maintenance activities.Corrpro was engaged to conduct a site investigation to conduct testing and determine the causes of extensive coating failure and corrosion on equipment. Bid 2022-122-ND -117- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1 iii� 2 .2 . 1 PROJECT EXPERIENCE �r C.r fit: r 3 c.� ..tr, ) - +°'"mot ii a �• L r Y T., -rf „.i,,,tr..ri n4., a S ...t...`. _, '... :Y� , raSm. 3n u EfSEt 15.0. r K .L..Ra y arl. ._,.n g �•�-^'/ -_,.., (•' .awe '• 11 SIV ,ems+' ' 4r� !t Ex+<�?fiy�c•++-+r- z, Al .ri - - i tear.._,;:it • i% ,i:r 1 ,...., ,,tit{led" F3�' ;e. • __,..., ... - S b � _:,......,,,„ �� •.-a.-., T ,a� t�ii it� pi.. �, ••.° t �e�.`�✓ 1�{t`•r _ 0 rd..n` s �� yr, ' cs .,Af• aa .r ^ iD 1e 8�= di =" _,..;ji, ems„i. Yl lei q y t'a^ v d w n +,i _ v.fir- �y�� , r,� 'j r Vf v P•r IT r 11• 9+A•1 arP 3 • • r "C. ' � r 2 a}.� t o 4��tt 4 it`' '"-- LL vaiy 0 1• 0 i. �r� „lle L:A. rya t e ..v^ , 4{� 1 o•'.ir^r' of hrs ;"I 'a.s. ',�i�'r' �j���1�f,ep• f • ,,r, i0{ • !�''1'1��P"`� r .e7E titicL`a'a..'---°'- y r__,r1' i _ 11 1 ''"�'�Y` . �.'� .. rV rVleG';,ri1� - -i�O" 1 a.;i �+'C r ram.. 1�lnbrl�Sl"(i.•��S• Tom+•- ---pi-,tr..., �^�` wi .•r/, .�I'w iY .4 , ray ri@'', 1_ ,�,'sr�Y 'Yf pi-Till i = -'_l Y� _ "} i;'!1 • ` rJ f•iti' i , 1.f ° WyG w / its ... • j�� lNy . �i '� _ te, ,,. it•S '' �` ,.,t ..,, , _'%��tl t aroy r �, r )s.:- _ .d� ��� f a t,_• w 4. `a`� 1 �o' `.,�Lui{''S:. L. �,. J � ��r�-' s `r. ,0� _ - ' ,A3111/fl E31®1©fp",)ye���� �y aT f,; ti - fe �,, \,, w b /. r ®rtl! E31E111E{'it;�ILL, l .g aE-- 1 y `,?. _- 1 JC-:.<_ .�`L1..I . jfi,11 .2e, �.'LQ_.�unir!u. duin 1�..F --,-Et--,--_____. Gti1. .. 2.2.1 Project Experience SF 33o Section F Project Experience(Subconsultants) 118 (Project Experience for the Ardurra Team Members is presented in 2.2.) SF 33o Section G Key Personnel Participation in Example Projects 134 SF 33o Section H and I 136 Professional Licenses 154 SF 33o Part 2 i62 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A (Present as many projects as requested by the agency,or 10 projects,If not specified. N Com.lete one Section F for each iro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pump Station Keys Gate PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL 2019 2021 Area(s)of Expertise:A.Pump Station—Structural Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ford Engineers Manuel Echezarreta Ph: 305-477-6472 Email:manuele@fordco.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern did the design for the underground concrete Features: tank,calculated the tank loads,soil and water depth data,tank wall reinforcing • Pump Station data,tank dimensions data,etc. Services: The structural design was for the renovation of the structure for existing • Structural Engineering equipment supporting a slab of 6'x6'diameter wet well. The objective of the project was to provide additional capacity and replace deficient components. Key Personnel Involved in this Project: Structural Engineering Fee:$2,750 • Gonzalo A.Paz,PE ■ Raissa R.Lopez,PE 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION J (3) ROLE-SUBCONSULANT a. Eastern Engineering Group Dora!,FL Structural Engineering Bid 2022-122-ND -118- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A• (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Com•lete one Section F for each•roject. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Westview Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Opa-locka, FL 2017 2019 Area(s)of Expertise: A.Pump Station—Structural Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Schwebke-Shiskin and Alberto Mora Ph: 954-435-7010 Associates Email:amora@shiskin.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern provided design for the underground concrete Features: tank,calculated the tank loads,soil and water depth data,tank wall reinforcing • Pump Station data,tank dimensions data,etc. Services: The scope included structural wet well and valve vault plans,flood criteria notes, • Structural Engineering ballast hook anchor bolt specifications,additional wall reinforcements. Key Personnel Involved in this Structural Engineering Fee:$4,265 Project: ■ Gonzalo A.Paz,PE • Raissa R.Lopez,PE 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULANT a. Eastern Engineering Group Doral,FL Structural Engineering I I Bid 2022-122-ND -119- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects,if not specified. 3 Com'lets one Section F for each.ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Grand Bay Commons PROFESSIONAL SERVICES CONSTRUCTION(it Applicable) Doral, FL 2015 2016 Area(s)of Expertise: A.Pump Station—Structural Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Optimus International Jorge Evaristo Ph: 305-608-2211 Developers Email:je@optintdev.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern provided the design for the underground Features: concrete tank,calculated the tank loads,soil and water depth data,tank wall • Pump Station reinforcing data,tank dimensions data,etc. Services: The scope included structural wet well and valve vault plans,flood criteria notes, • Structural Engineering ballast hook anchor bolt specifications,additional wall reinforcements. Key Personnel Involved in this • Project: Structural Fees:$3,740 : Gonzalo A.Paz,PE Raissa R.Lopez,PE • • • • • • • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT a. Eastern Engineering Group Doral,FL Structural Engineering Bid 2022-122-ND -120- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT (Present as many projectsNUMBER A. as requested by the agency,or 10 projects,If not specified. 4 III Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.o26 2015 zo17 Miami, Florida Area(s)of Expertise: A.Sewage Pump Station -Electrical 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 305-392-9979 Email:amonetti@ardurra.com _ 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size and cost). I Louis J.Aguirre and Associates,P.A.in collaboration with Ardurra were contracted ! Relevance to this Contract: for the pump station program.The work involved pump station upgrades to the sewage Pump Station No.o26 located at along the boundaries of 89o1 Features: Fountainbleu Boulevard,Miami,Florida. - • Pump Station Improvements ■ Upgrading of Wastewater The project consisted of upgrade to Sewage Pump Station No.oo26,including, Collection System but not limited to, . • Providing uninterrupted by-pass pumping capabilities for the existing Services: pump station flow during all construction times and until the new pump • Electrical Engineering station.is completely operational; Services • Demolition of portions of the existing 1o"discharge piping and sections of Key Personnel Involved in this the 12 and 16 force mains up to connection point; Project: ' existing'pumpincluding, ■ Louis J.Aguirre,P.E. LEED® • Demolition of portions of the um station but not limited to:portions of the wet well,the.previously abandoned dry well and AP(Principal)in-Charge) all equipment and appurtenances deemed necessary to be removed. The Project also included installing a new valve vault,submersible pumps and related equipment;all pipe,fittings and appurtenances for the new pump station and valve vault including emergency pump out piping connections;connection to existing 26"force main;furnishing and installing control panel with main and emergency circuit breaker,new electrical generator and fuel tank,new main disconnect safety switch with fuses,RTU panel and antenna,FPL meter,motor connection box,wiring,raceway and grounding system, junction box, VFD's and soft starters,concrete slabs and mounting structures;coordination with FPL if necessary,connection of the existing service to the proposed,pump station;site and pavement restoration was performed to existing or better conditions including landscape,start up and testing;and other appurtenant and miscellaneous items and work for a complete,satisfactory and functional.Cost: $1.7 M ,4.. ` r t. !/ ,3. Pi/Il�4W ,� ., s� - JT; fit. .t. ...,„ I ,: ,..,..-at err ..a5`* ,1 lip`+1 ,, ��' ��,, '1 YyYs r`2'tni5'Si,- rd �_ A ,.p .r 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULANT Louis J.Aguirre Associates,PA Miami,Florida Electrical Engineers a. Bid 2022-122-ND -121- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects,if not specified. 5 VI Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.502, Miami, Florida 2014 . 2o3.6 Area(s)of Expertise:A.Sewage Pump Station—MEP&FP 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 3os-392-9979 Email:annonetti@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Louis J.Aguirre and Associates,P.A.in collaboration with,Ardurra was contracted Relevance to this Contract: for the pump Station program. The work involved pump station Improvements of Pump Station No.502 located at along the boundaries of 1392o Country Walk Features: Drive,Miami,Florida. The scope of work consisted of the installation of a new 8- • Pump Station Improvements foot inside diameter wet well and new valve vault with io-inch Internal discharge • Upgrading of Wastewater piping. The pump station discharged through the same force main system Collection System towards Booster Station 0522. The pump station was to maintain a future operating pumping rate and maximum pressure of S4 psi and minimum 0 psi. As Services: part of the replacement—all new underground grounding connections,conduits, • MEP&FP Engineering control panel with main and emergency breaker,pump motor connection box, Services electrical service and valve pit. All work had to be coordinated with an FPL representative.Pump Station o502 receives flow from its own collection area Key Personnel Involved in this which is residential and commercial with 134 manholes.PS o5o2 discharges • Project:. through an 8-inch force main which converges with the 8-inch force main coming Louis J.Aguirre,P.E.,LEED® AP(Principal-in-Charge) from PS o50o and connect to the 16-inch force main at SW 152 Street.A new 8- • Eduardo A.Suarez,P.E., inch force main was built from PS o502 to connect to the 20-inch force main at 137 LEED®AP(Mechanical Avenue,as part of the remedial plan for PS 05o0,to alleviate the pressures in this Engineer(Plumbing/Fire area to demolish existing dry well and RTU equipment. Installation and retrofit of Protection) existing wet well and dry well,HP Pumps,submersible pumps,connection to force main&discharge connection to 8"force main,electrical service,new electrical panel as well ass other customary components.Cost: $1o1,,55/00 thousand '''•'✓ ,tip .. ;7;. ' q ,Lti , _ t. ..x__r^ter-,_ l IT , ,. f ry - . __ / 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT • a. Louis J.Aguirre Associates,PA Miami,Florida Electrical/Mechanical 1 I i Bid 2022-122-ND -122- . DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects,if not specified. 6 1 Complete one Section F for each project.) 21. TITLE AND LOCATION(Cityand State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.log 2016 2018 Miami, Florida Area(s)of Expertise:A.Sewage Pump Station -Electrical 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 305-392-9979 Email:amonetti@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). . Relevance to this Contract: Louis J.Aguirre and Associates,P.A.in collaboration with Ardurra was contracted for the pump Station program which was designed to provide a pump station Features: improvement program for the upgrading of wastewater Collection and • Pump Station Improvements transmission system that included pump stations and force mains. The work • Upgrading of Wastewater involved pump station Improvements of Pump Station No.109 located at along Collection System the boundaries of 9295 SW 4th St.Miami,FL 33174,Unincorporated Dade County. The scope of work consisted of the prep work which included preparation of Services: • Survey,as per MDWASD Requirements and Geotechnical Investigation,as per Electrical Engineering Services MDWASD Requirements as well in order to produce Construction Documents and } develop Complete Engineering Plans for the Rehabilitation of an existing Pump Key Personnel Involved in this Station located at 9295 SW 4th St.Miami,FL 33174,Unincorporated Dade County. Project: Plans were submitted to the PSIP Team at 3o%,9o%and i00%for review and • Louis J.Aguirre,P.E.,LEED® approval. Our scope also included preparation of a Final Engineering Report(FER), AP(Principal-in-Charge) Contract and Bid Documents,procurement of Dry-Run Permitting Packages, • Eduardo A.Suarez,P.E., including the RER/FDEP Permit.Construction Support was provided in order to LEED®AP(Mechanical provide connection of the existing service to the proposed pump station;site and Engineer(Plumbing/Fire pavement restoration shall be performed to existing or better conditions including Protection) landscape,start up and testing;and other appurtenant and miscellaneous items and work for a complete,satisfactory and functional. Cost: $1.5 Million ,t , P-- ,4.. 1'- tr : . .'.t J !may ,4 9 • I 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME i (2) FIRM LOCATION (3) ROLE—SUBCONSULANT Louis J.Aguirre Associates,PA Miami,Florida Electrical Engineers a. Bid 2022-122-ND -��3- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C QUALIFICATIONS FOR THIS CONTRACT (Present as many pro NUMBER jects as requested by the agency,or 10 projects,if not specified. 7 Cornilete one Section F for each ro.ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 54-inch Sanitary Sewer Force Main—from Miami Beach to PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) CDWWTP, Miami-Dade,County, FL 2O�3 Area(s)of Expertise: C. Force Main-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Aecom Roger Williams,PE Ph: 305-444-4691 Email:roger.f.williams@a aecom.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project.The field investigation included the Features: performance of test borings,rock coring and packer testing to determine the • Geotechnical Investigation hydraulic conductivity hydraulic conductivity(k)values of the subsurface rock • 54"sewage force main from formation near the elevation of the proposed tunnel alignment for the 54-inch Miami Beach to Virginia Key diameter sanitary sewage force main from the Miami Beach working shaft in the north end to the Virginia Key working shaft on the southern end.The geotechnical Services: • and subsurface investigation included drilling and sampling on land and in water Geotechnical Investigations • Sub Investigations using a jack-up platform with a drilling or coring using wireline up to 4-inches in diameter and Soo-feet deep. Key Personnel Involved in this Project: Fee: $1,004,340 • Oracio Riccobono,P.E. ■ Adnan Ismail,P.E. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT a. Geosol,Inc. Miami Lakes,FL Geotechnical Engineering Bid 2022-122-ND -124- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 8 -,-era Com.lete one Section F for each•ro ect.) ®,®® 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Geotechnical Engineering for Fire Flow Projects Package 1 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (Projects W-14,W-15,W-26) 2021-2022 Miami Beach, FL Area(s)of Expertise: C.Water Mains-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach l Ricardo Maristany,PE Ph:(305)300-6065 Subconsultant to Ardurra (Ardurra) Email:rmaristany@a ardurra.com Group,Inc. 24.BRIEF DESCRIPTION OF PROJECT AND.RELEVANCE TO THIS CONTRACT(Include scope,slzeand cost). Relevance to this Contract: Geotechnical Engineer responsible for planning the geotechnical exploration and laboratory testing programs,preparation of geotechnical engineering reports with Features: foundation design and construction recommendations for proposed • Water Mains improvements to existing water mains. Services: • Geotechnical Engineering • Cost: $2.1M est. Key Personnel Involved in this Project: • O.Riccobono,PE- Geotechnical Services • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -125- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C. ®®® (Present as many projects as requested by the agency,or 10 projects,if not specified. 9 Q OL-.Am. Corn slate one Section F for each.ro'ect. ®®®sue 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Geotechnical Consultant,City of Miami Beach Watermain PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Replacement along 4ist from Alton Road to Intercoastal 2021-2022 N/A Bridge, Miami Beach, FL Area(s)of Expertise: C-Water Main-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Ricardo A.Maristany,P.E. Ph:(305)300-6065 (Ardurra) Email:rmaristany@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). 1 Geotechnical Engineer responsible for planning the geotechnical exploration and Relevance to this Contract: laboratory testing programs,preparation of geotechnical engineering reports with Features: foundation design and construction recommendations for proposed • Watermain improvements • Geotechnical Reports • Services: • Field Exploration • Laboratory Testing • Geotechnical Eng.Report Key Personnel Involved in this Project: • Oracio Riccobono,P.E. • Adnan Ismail,P.E. • 1 � } 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Geosol,Inc. Miami Lakes,FL Geotechnical,and Materials Testing Services a. Bid 2022-122-ND -126- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C• (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 r l r Com.lete one Section F for each.ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Retrofit Design—Cathodic Protection PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Homestead, FL 2022 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Florida Power&Light Justin Eastman Ph:(312)269-8684 Email:justin.eastman(ahsargentlundy.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Turkey Point Nuclear Generating Station's two pressurized water reactors were Relevance to this Contract: commissioned in 3.973.After inspection in 2019,plans were developed to refurbish Features: the plant's 4 reinforced concrete water intake structures.Corrpro was contracted • Water Reactors to design a retrofit impressed current CP system to provide 20+years of corrosion protection. Services: • Planning • Design • Testing Key Personnel Involved in this Project: • Dirk L.van Oostendorp • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUB a. Corrpro Houston,TX Corrosion Control/Protection Bid 2022-122-ND -127- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 11 e —i Corn elete one Section F for each.ro'ect.) a,,M.D1,1, 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Philadelphia Water CP Services PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Philadelphia, PA 2021 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Philadelphia Water Philadelphia Water Engineer Ph:(215)685-6300 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). l 1 Relevance to this Contract: PWD Design Branch contract for corrosion control design for new water main projects. Corrosion control included cathodic protection as well as stray current Features: • mitigation in areas affected by operation of SEPTA DC powered transit systems. New Water Main Projects In addition to design,the installed corrosion systems were tested and commissioned as part of the same contract. Services: • Design The was a 4-year contract(2018 thru 2021)for$1,350,000. • Cathodic Protection • Strrayay Current Key Personnel involved in this Project: • Ed Richey • I 1 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—Prime a. Corrpro Philadelphia,PA Corrosion Control Bid 2022-122-ND -128- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C, (Present as many projects as requested by the agency,or 10 projects,if not specified. 12 r i Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED A Morton Thomas Associates Inc PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Leesburg,VA 2020 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Loudon Water Loudon Water Ph:(571)291-7878 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Project involved an evaluation of a combination of galvanic and impressed current cathodic protection systems and AC mitigation on a 5-mile portion of 36-inch and Features: 48-inch raw water main for Loudoun Water in Leesburg,VA.Conventional CP test • New Projects methods could not be utilized on this pipeline due to the AC mitigation system (consisting of multiple zinc grounding mats)which could not be safely Services: disconnected for testing,as well as the large number of magnesium anodes which • Design • could not be simultaneously disconnected in a practical way.Instead,we devised Cathodic Protection • and employed a series of measurements utilizing temporarily installed coupons to Continuity Testing evaluate the effectiveness of the cathodic protection system. Key Personnel involved in this Project: Project Cost:$38,000.00 ■ Dirk L.van Oostendorp 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION I (3) ROLE-SUBCONSULTANT a. Corrpro Houston,TX Corrosion Control/Protection. Bid 2022-122-ND -129- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER II. (Present as many projects as requested by the agency,or 10 projects,If not specified. �3 rM R G Cornslete one Section F for each•ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach 54-inch Redundant Sanitary Sewer PROFESSIONAL SERVICES CONSTRUCTION or Applicable) Force Main Installation, Miami Beach, FL 2016 Area(s)of Expertise: H.Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Public Fabio Angarita,P.E. Ph: 954-551-2324 Works Department David Manacini and Sons Email:fangarita@dmsi.co 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach began the design and construction of a new 54-inch sanitary Relevance to this Contract: sewer pipe line on Euclid Avenue and Washington Avenue from 11 Street to Features: Commerce Street in 2015.The purpose of the project was to provide a redundant • 54-inch sanitary sewer pipe system for transporting sewage through the City to the County wastewater treatment • Public Information plant in Virginia Key.MRG handled public information efforts for Public Works, including advisories,a fact sheet,stakeholder meetings and media coordination. Services: • Advisories Cost: $56,400 • Fact sheet • Stakeholder meetings w • Media _. _ e'X S k,,,,,/ rtd' a E.. ' r % Key Personnel Involved in 1 ¢ i this Project: ;F,, �,r,;--� r � Y� ` • Alicia Gonzalez f tY, /.� ` - Project Manage >,' --- �`t� - , ,IN.-,\ ■ Jeanette Gorgas z, qo i'�� °`fir`' t -i;-� 1 � ` , � } , 1,f�, � Lead Public Information : ' : D�;'r- ,c 1 j" :C 1 1 �A'\•'I, Officer 3 '�ti ri , ry)I t , '' �V.'`.."P I I (' �g1Nr r4 i t 1 ' d '�1/ • � w 1P it „1- I 1r-/'' r- ONE WAY 1, . ,,,- -:____L ,zi 7- 1 L,,, k. .�'. - - • `-'�...!._, - III 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT I (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT I a. Media Relations Group, LLC Miami,FL Public Outreach/Relations I i l l Bid 2022-122-ND -130- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER H. agency,or 10 projects, If not specified. 14 Complete one Section F for each project.) rM R G 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Public Works Department Sanitary PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Sewer Evaluation Survey, Miami Beach, FL 2015 Area(s)of Expertise: H.Public Outreach ' 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Public Luis Soto,P.E. Ph:305-673-7080 Works Department Assistant City Engineer Email:luissoto®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). i Prior to the start of construction activities, Relevance to this Contract: MRG staff distributed a project advisory '---`- ' Features: door-to-door,and explained the project and ------- l - ; • Public Information level of impact to the residents.The MRG ; .;p i I, • Project Advisories PIOs were in the field with crew members as to �F they worked in the City right of way and "``r� - •` _. Services: easements,easing the impact to residents. ,y ■ Advisories/Door to Door - -,_' t :, • Communication of Field crews performed excavations and - k-1 . :'; construction information repairs on the spot,which at times were ,f r' 1. '' ■ Fliers very invasive and required coordination with 1 , ,i i . I' -■ Stakeholder meeting residents.Homeowners were made aware F • of these activities far in advance to ensure ' '' _IbWilirr -,., , ,__ Key Personnel Involved in this that they were not inconvenienced in any '` I Project: way. MRG staff continued to work closely ::,,,,',...1 - - { • Alicia Gonzales with the project team,and assisted with -- I a Project Manager communicating construction information to 1 I • Jeanette Gorgas the residents through frequent distribution _ 4 Lead Public Information of advisories and fliers,as well as face-to- r Officer face stakeholder meetings. Cost: $zo9,849 • 1i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Media Relations Group, LLC Miami, FL Public Outreach/Relations 1 Bid 2022-122-ND -?31- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER H (Present as many projects as requested by the agency,or 10 projects,If not specified. 1M rM R G Corn slete one Section F for each .ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami-Dade Water and Sewer Government Cut Project PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami Beach, FL 2O�3 Area(s)of Expertise: H. Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Adriana Lamar Ph:786-552-8087 Sewer Department Email:alamar®miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: MRG was responsible for the public involvement for all phases of this project and served as the department liaison to the project managers.Our team scheduled Features: and coordinated team participation during meetings,prepared meeting minutes ▪ Public Information Plan • and responded to all action items as determined by the project administrators. Project Advisories MRG successfully prepared a Public Information Plan(PIP)which served as the Services: • living document throughout the project and produced a project fact sheet in Advisories I Door to Door Communication of accordance with Miami-Dade WASD standards which was distributed to key construction information ifo r rmation stakeholders.Throughout the project,MRG was responsible for coordinating • Fliers periodic project meetings which detailed the latest construction-related activities, . Stakeholder meetings future proposed impacts,potential public involvement issues and provided • Public Meeting necessary strategies for how outreach efforts would be coordinated.MRG's PIO Alicia Gonzalez acted as a liaison between the county and municipalities and Key Personnel Involved in this hosted the construction public information meetings for project.This project also Project: required daily interaction with the South Pointe residents and businesses,as well • Alicia Gonzalez. as the City of Miami Beach Engineering and Public Information staff. Project Manager and Lead Public Information Officer Cost: $121,000 � I 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Media Relations Group, LLC Miami,Florida Public Outreach/Relations I Bid 2022-122-ND -132- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 11• (Present as many projects as requested by the agency,or 10 projects,If not specified. NUM UM rMI Com.lete one Section F for each.ro'ect.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Central Bayshore South PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Neighborhood Improvements Project, Miami Beach, FL 2019 Area(s)of Expertise: Public Outreach 23 PROJE Cl OWNE R'S INFORMAI ION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Capital Kevin Pulido Ph:305.673.7575x2112 Improvements Department Email:KevinPulido®a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Design/Build for construction of various neighborhood improvements for Central Relevance to this Contract: Bayshore South.Led PI efforts. Developed fact sheets,weekly advisories,and Features: updates.Provided on-site,door-to-door outreach and stakeholder coordination. • Public Information Hosted a public meeting and assisted the City with the City's resiliency workshops. • Project Advisories Services: Cost: $99,700 • Advisories/Door to Door • Communication of Ill construction information F ■ Fliers ■ Stakeholder meetings ■ Public Meeting Central Royalton south ''s''''"' '•*' .:,y Key Personnel Involved in this ((p n,?K .- V,ghlwrhood Imp•ovement Prgecl r ( Project: OvervIew ` a • Alicia Gonzalez M �" : , "' 1 a Project Manager V tr' p s< ""` I' e, ,, <r • Jeanette Gorgas I nFMlrry • i :: .t :' Lead Public Information h k 44 m ii., ,4� Officer .ral�..:N_M v n-hfitrinu t 4\women R+n 11.S N.de.N'..R'Nthew; W J+r*nq^Tuur..n.A,ae.n..,Nn Ir mT. /' k•^�E 1.n�..Ma..l nu.n"m r•tl.v wnd un. • ,thit.....1thav y.Wn.,+h..Sleuth.. it l,.µy er Ue than..., , enn scti s' CT MAP IN:,Aanr,k.gn,vmwenq and...ponies..an ���•• Jn..•rrytko r�Ti,..r xou, eh„uMA6:m h.yle-.4 mh.lueuhnra ct>n ' ali u,(ntrn,imune.,.n 1:.mrt.n ve..m.t lJ...•.•..rnr. k.h Nam n th n.i..m to h r...W.a1,though }emne,..,Ph.:nJ..mx.n.."eth Y it, n.n N..a mm.,I ..tm pp.«.J P.4._WAN? ... I:R.n.ur},.,-..n.<..n were mug.a+ni••4•she thole •f+awn .. nw.....it , 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Media Relations Group, LLC Miami, Florida Public Outreach/Relations Bid 2022-122-ND -133- DocuSign Envelope ID:59012E6F-6507-4CF8-863B-7C23828F15A2 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS I 28 EXAMPLE PROJECTS LISTED IN SECTION F 26 NAMES OF KEY PERSONNEL A A A A 1 A I A C C C C (From Section E,Block 12) 27.ROLE IN THIS CONTRACT(From Section E,Block 13) 1 2 3 4 5 6 7 8 9 10 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O O Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O O O O Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ O O O O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O O O O /Bidding Services Maria Alva Engineering Design/Permitting O O O O /Bidding Services Alex Abud Engineering Design CAD 0 0 0 0 Mark Gladbach Engineering Design Services-CAD Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence, PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping 0 Alicia Gonzalez Public Information/Outreach Raissa Lopez, PE Structural Engineering 0 0 0 0 0 0 Oracio Riccobono,PE Geotechnical Engineering 0 0 0 0 0 Louis Aguirre,PE Mechanical/Electrical Engineering 0 0 0 Dirk van Oostendorp Corrosion Control 0 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION I-) I NU TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Pump Station Keys Gate Miami,FL 6 MDWASD Pump Station Improvements for Pump Station No.iog 2 Westview Pump Station MDWASD 54-inch Sanitary Sewer Force Main-Miami Beach to CDWWTP 3 Grand Bay Commons 8 City of Miami Beach-Geotechnical Engineering for Fire Flow Projects Package 1(Projects W-14,W-15,W-26) MDWASD Pump Station Improvements for Pump City of Miami Beach Geotechnical Consultant Watermain 4 Station No.026 9 Replacement along 41st from Alton Road to Intercoastal Bridge 5 MDWASD Pump Station Improvements for Pump 10 Retrofit Design—Cathodic Protection Station No.502 Bid 2022-122-ND -134- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28 EXAMPLE PROJECTS LISTED IN SECTION F 26 NAMES OF KEY PERSONNEL CCCHHH 27,ROLE IN THIS CONTRACT(From Section E,Block 13) (From Section E,Block 12) 11 12 13 14 15 16 Agustin Maristany,PE Project Manager/Hydraulic Modeling Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet,PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach 0 0 0 0 Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 0 0 29.EXAMPLE PROJECTS KEY NO TITLE_OF EXAMPLE PROJECT(FROM SECTION FI NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 11 Philadelphia Water CP Services 16 City of Miami Beach Central Bayshore South Neighborhood Improvements Project, 12 A Morton Thomas Associates Inc 13 City of Miami Beach 54-inch Redundant Sanitary Sewer Force Main Installation, 1a City of Miami Beach Public Works Department Sanitary Sewer Evaluation Survey 15 Miami-Dade Water and Sewer Government Cut Project Bid 2022-122-ND -135- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION INTRODUCTION Ardurra offers a full range of comprehensive services to carry Ardurra Group, Inc. is a Top 50o ENR-ranked engineering firm out the City of Miami Beach Water offering exceptional client service and experience in a and Wastewater Projects comprehensive range of engineering disciplines and services. For 44 years,Ardurra Group, Inc.,a Florida Corporation,licensed by ARDURRA SERVICES the State of Florida to provide civil engineering and surveying,(FL licenses#CA2610&LB261o,respectively),has been providing multi- disciplinary consultingservices to municipalities and agencies in Florida and now across the country. Whether a project involves O0 preparing a master plan,new construction,improvements or WATER WASTEWATER PIPELINES PUMP/LIFT expansion of existing,water and wastewater systems,Ardurra's STATIONS multi-discipline capabilities allow us to provide a comprehensive approach to your projects,from planning through project close out, ('ig7 —� certification and commissioning.Our full-service capabilities are 0" c 7 listed in the exhibit at the right. All of these services are performed v„R x nor ,, vn SroRMWATER in-house and locally! MANAGEMENT Size/Local Office Supported by National Resources.We've grown . gl IT\ significantly over the past 5 years,expanding our resources to a staff I II of 83o+nationwide and over 300+in Florida. Key services for this soup HaN„„P,nu r: IS SURVEnNG contract will be performed from our Miami and Tampa offices housing WAS+ 175+personnel,many comprise our local Water/Wastewater Group. Our Miami Team has planned, modeled,designed, and inspected "4" �"'-� r�( hundreds of miles of water and wastewater pipelines and 4 R �L " '�` ' supporting infrastructure of pump stations for municipal utilities CLIMATE STRUCTURAL HYDRAULIC COASTAL throughout Miami-Dade County and the State of Florida. RESILIENCY MODELING ENGINEERING Ardurra's Miami Team has completed numerous pipeline and pump station projects for Miami Beach and the Miami-Dade Water&Sewer Department. Through this experience we have developed an in-depth knowledge of local conditions,design standards,construction materials and methods,local ' contractors,and we maintain excellent relationships with permitting agencies. 1a , _ _ ,IL Trusted Partner with Miami Beach ,,,,) i Ardurra's `;, if, Ardurra has been a City of Miami-Beach trusted partner for the past five years City of Miami Beach ` 'I successfully delivering a variety of services assigned through various City contracts Project Assignments 11 'i including the 2017 Water&Wastewater System Consultant and the recently (-.�,' I awarded 2021 Civil and Stormwater Engineering contracts. Through our five year relationship with Miami Beach,combined with the longevity of our staff,we possess Project 2. 1 an excellent institutional knowledge of the City's utilities systems,design and Encompasses construction methods,and challenges and goals for the future. the entire ,; ,;, Below are the City of Miami Beach water and wastewater project assignments that island V Ardurra has been awarded. `•' "' 1. Fire Flow Projects Package i,2 and 14(Projects W-14-W28 and Collins Avenue)—Water ' o 4. Main Upgrades `N l .. 2. Water Master Plan Project W-31—Fire Hydrant Density Evaluation ., �I• 3. Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd �' Water Main upgrades along1 St&Fire Flow Project 9—Water Main 4. P94 j Upgrades Bid 2022-122-ND -�36- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • H. ADDITIONAL INFORMATION The Ardurra Team appreciates its partnership with the City and is committed to supporting the City's goal of providing excellent public service and safety to all who live,work,and play in this vibrant,tropical,historic community. Proven Ability to Perform All Services the City is Seeking to Fulfill under this Contract The City of Miami Beach is seeking a consulting firm that can assist in making its water and wastewater systems resilient,environmentally responsible,dependable and future proof. Ardurra is that firm! System improvements may include meeting current and future system capacities,upgrading of older facilities,correction of existing deficiencies and regulatory compliance. Potential utility systems that may require planning,improvements, rehabilitation/repair,upgrades,permitting or assistance with meeting regulatory compliance include: • Sanitary sewer collection and conveyance systems • Sanitary sewage pump station • Water booster station and wastewater lift stations and force mains • Control/monitoring/telemetry systems • Pipelines condition assessments • Inflow and Infiltration Reduction • Capital Improvement Planning and Adaptations For 44 years,Ardurra staff have assisted governments across Miami-Dade County,the state of Florida,and nationally,in all aspects of water and wastewater systems capital improvement projects. Our services have included water and sewage pumping systems and pipeline infrastructure expansion and repairs/rehabilitation, condition assessments,diagnostics and field investigations,hardening against sea level rise and climate change, modeling,master planning,design,permitting,construction management and inspections,start-up,operations manuals,and operations assistance. The following narratives summarize our areas of expertise. A. Water Booster Pump Stations and Sewage Pump Stations We have designed potable water booster stations of too MGD capacity as well as over i8o municipal and private sewage pump stations. Our lift station experience includes pump stations that are fully submersible and/or dry/wet pit designs ranging in capacity up to 122 MGD. Water booster pump stations often include water storage tanks. Ardurra has designed above ground and elevated storage tanks ranging from to to S.o MG. Many of our projects involve the rehabilitation of water and sewer pump stations. For MDWASD,for example,we have rehabilitated over19 sewer pump stations ranging from 30o to 2,00o gpm,including triplex stations,wet well, and dry well stations,several with diesel generators and fuel tanks. I - "' •1 i` 5t*-4 z ;r, — : ' I c. MDWASD PSIP Program-improvements ;` City of Largo Wet Weather Pump t Pinellas County Logan Booster for 13 pump stations,30o gpm to zoo° } Station Improvements-four Pump Station—a new 3o mgd gpm,16 duplex,3 triplex, G submersible duplex I, potable water system i8 wet well,and 1 drywell &triplex lift stations i'r Bid 2022-122-ND -�37- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION B. Inflow and Infiltration Reduction and Sanitary Sewer Evaluation Surveys I/I reduction can result in immediate cost savings to the City of Miami Beach because the City pays the County to accept,treat,and dispose of its sewage. It is our experience that the cost associated with improvements to reduce I/I can often be paid directly from cost savings. Ardurra has extensive experience with I/I and SSES programs,including recent work by our Miami staff in Miami-Dade County,performed in compliance with DRER requirements. Ardurra has provided the full range of SSES services including: • Contractor oversight during smoke testing,pipe cleaning,and CCTV recording in accordance with MDWASD specifications • Review of videos and identification of repairs • Selection and prioritization of repairs in accordance with MDWASD protocols and DRER requirements • Preparation of cost estimates and anticipated cost savings • Final SSES and I/I report and recommendations • Contractor oversight during repairs and CIPP liner certifications Ardurra is currently engaged with MDWASD in the oversight of numerous I/I projects via a Construction Manager and Senior Inspector that are assigned to support their in-house I/I program. Our team members are NASSCO ACP/MACP certified and are }0; :: —,.. ; :, char__::3 ` experienced with SSES programs to reduce infiltration/inflow into the :,,, ,„,a) i .:: ., sewer systems. C. Force Mains and Water Mains Ardurra has provided design and construction inspection for over soo miles of water and wastewater utility pipelines,ranging from 2-inch residential water service lines to over 25 miles of large diameter pipe(24-to 6o inches)of various pipe material and constructed using open cut and trenchless technologies. Our installed pipe material has included ductile iron, PVC, HDPE, fiber glass, steel, and PCCP. Our pipeline rehabilitation experience includes slip lining,pipe bursting,swage lining,folded liners,and cured in place liners. For MDWASD's 48-inch water main interconnect in downtown Miami,Ardurra developed a detailed maintenance of traffic plan(MOT)that included traffic and mass transit detours,as well as sequential intersection closures. The MOT plan was closely coordinated with numerous public officials including the City of Miami Police and Public Works • Departments,Miami-Dade Transit,and representatives of the Brightline Train Station which was being constructed simultaneously. The MOT plan was pre-approved by all involved to facilitate the rapid deployment of the contractor following notice to proceed. l�w �.1''.".L _ I•`k"., jd-'• �"YJt.. k:rw pry'' l :, - } k � • ` .t:I -- I 111 \w -r ` A. ! -- -- y i • y . —t- _ ,,-be 1 I - ,`" ps, r. ;t. A,_ . ' . -- - - MDWASD Central East WTM- Miami Beach Fire Flow , Pinellas County 36"FM IPRMRWSA Interconnect I 5,50o LF of 48"WM and 72" i 1, Protection Projects— ' Ph B—5miles/48"WM —I 18,125 LF of 8 z4"mains 3 microtunnel located through Y; Open Cut&HDD I downtown Miami Bid 2022-122-ND -138- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION D.Gravity Sewer Systems - Ardurra has exceptional experience in the design and ,x'7` i / ' rfvia , , . construction of gravity sewer mains, both large(+24") _ �, rr:. 'tic u r ,l• . and small. We have also designed sanitary sewer .., r ._ improvements fora total of over 14 miles of 8"to 48" - tit' "'"<"Vr r� i,-tad(' "� •tr1. gravity DIP sanitary sewer, of which 1,325 LF was 48" F_�,. a , ti)l,,F ter" • =rar in diameter. , } x 7i L , , �,,, . .--,:i..! k:- - '. Ardurra has assisted multiple communities with ' ' ' - - implementing their septic-to sewer programs.Ardurra City of Clearwater Septic to Sewer Program—complete upgrade of also assisted them with grant applications,meetings utilities,repaved roads and SooK EPA SPAP grant assistance and negotiations with the EPA. These projects typically included milling and resurfacing of all affected roadways and are considered a huge success as they resulted in a complete upgrade of the utilities level of service in the area,providing sewer service,eliminating sewage spills and flooding,and ending with completely re-paved roads. - E. Trenchless Technologies Ardurra experience with trenchless technologies includes horizontal directional drill,micro-tunneling,jack and bore,and subaqueous installations. Our team has performed over soo individual horizontal directional drills throughout Florida ranging from 2-inch to 48-inch in diameter and up to 3,00o feet long. Trenchless technologies represent a significant improvement over traditional cut-and cover methods for installing pipelines beneath waterways,roadways,driveways,historical areas,landscaped areas,rivers,streams,and shorelines, all of which warrant specialized construction attention. Such pipeline projects carry their own unique nuances and need to be approached differently than traditional installation. We have on our team subject matter experts highly experienced and knowledgeable in the ancillary issues associated with the trenchless installations such as minimizing disruptions,maintaining service,safety,maintenance of traffic,and public relations. We also specialize in difficult installations within congested neighborhoods,along major roadway corridors,in limited ROW,CSX Railroad,using trenchless construction methods. We are also highly practiced in the procedures of the Florida Department of Transportation Construction,limitations and responsibilities required for the Utility Work by Highway Contractor Agreements. ;,� . , r, , 'I. `j :,— .,._, - I. ,,r f` .J J l ,\ a P Clearwater Memorial JEA Total Water Management Plan Segment i— Causeway Subaqueous 36"WM;two crossings of major highways via MDWASD 48-inch Pipeline-24"FM under microtunneling I 54-inch steel casings& WM 72-inch microtunnel Clearwater Harbor 1' &zo"WM under P , _ _.- crossingCSX railroads spur via J&B Intracoastal all via HDD '. ' ---, ,; . -` ''--`—"'-"4—,— `" Bid 2022-122-ND 39 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION F. Water Hydraulic Modeling/InfoWater Software&G. Wastewater Hydraulic Modeling/ InfoWorks Modeling Software Ardurra's team routinely applies hydraulic models to Ardurra's Water/Sewer Hydraulic evaluate water and wastewater infrastructure,from Modeling Experience developing complete utility models,upgrading models to different platforms,interconnecting models of adjacent • InfoWater • SewerCAD utilities,updating and refining existing models,or • InfoWorks • H2OMap applying models for the evaluation and design of • InfoSWMM • H2ONET individual projects. ■ SewerGems • EPANET , Our team successfully led the initial development of • WaterGems • KY Pipe MDWASD's InfoWorks models for both their water • WaterCAD • Hammer (273,000 nodes)and sewer(90,00o nodes,woo+pump stations,and l&I)systems;and subsequently,worked on refining and expanding the gravity portion of their sewer Since our software modeling experience is quite model. extensive,we can readily adapt to the specific software needs and preferences of our clients. - -� Many models have been developed and applied 5, ,;,f" �4_ �iv, for purposes of demonstrating system 'A" „,� Pl I performance under EPA Administrative Order if r -•^ '' r.:: !; requirements. Ni- M If_ti---0! dr.. ., i...0_, 1. Our modeling experience spans the full range of „��,��_ ,�11 - .� �"jr I, services including model evaluation and selection, f w� r ': a"1t r -` j i. system inventory,data organization and rl_- '9, , r„`-;,rt± ems.,;:; 'f warehousing,GIS integration,identification of is ri K..Titn'�,;go-o ��'I■Lr 5 ,,, ; E�+r _-' I. data gaps,data collection(flow and pressure a sr :'uL a �7r' ' measurements),load/demand data(current and :: � tea,. : �. l :5ayEb_z :A- ,- future),infiltration/inflow calculations,calibration, ;;,; ; ;'i l:�-• k and application of steady-state and dynamic r`5 �tiM '- '` { models to evaluate multiple modeling scenarios. -rwcrs�trveri�`fi�Tv � 1; 1. r_ I-y.', .r Our modeling expertise also includes transient --aI-`ilt' M DWASD : as analysis to identify potential risks with pipes and .<41b.': InfoWorks equipment,locate trouble spots,and determine 1li_� L^, Sewer Model appropriate surge control strategies. :a;, ,..........L..) i; Bid 2022-122-ND -�40- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION H. Public Outreach • When project services or project construction has the possibility to impact the — _ r.. Fm•mtmegi community,Ardurra has served as the liaison between the property owner,the r contractor,and the project owner to ensure each project was completed to the full satisfaction of everypartyinvolved. Keysteps topublic outreach programs 7 1. o , P P 9 �- ,�. include: - '*` • Identify the potential impacts to the community the project may ' _j'1 •,• %j fi� 11 present 14 !, '3 • Develop communication strategies,including tools,techniques and � outreach activities �. l • Develop an effective community outreach plan and implementation Public Outreach for Light schedule - Rail/Modern Streetcar Project in • Promote trust and understanding and have the project knowledge and 'Miami Beach venues and applications available to answer questions • Encourage and obtain community input Public engagement and information can be provided through multiple sources such as public meetings,social media, website and mobile applications including GIS database tracking,24/7 hotlines. It also includes in-person door-to-door communication and delivery of printed materials such as notifications,flyers,door hangers,among others. Notable example:For the MDWASD Small Water Main Evaluation&Enhancement Projects,Phases i and 2 and MDWASD Consumer Line Program,Ardurra established a`Customer Care Program',including the following: • Mass mailings at key milestones(English,Spanish,and Creole) • Hotline phone number;door hangers • Customer concern database to track and resolve issues in a timely manner • Final construction completion letter,warranty,and customer surveys. Also securing signed agreements and permits from owners to work on their property • Association meetings and presentations • Public official meetings and presentation • Field meetings In addition to Ardurra's Public Outreach capabilities,if project services required additional public outreach,we will work in tandem with our subconsultant Media Relations Group. Media Relations brings zo years of experience developing and executing successful Public Involvement Programs and Community Awareness Plans for Miami Beach, Miami-Dade Water and Sewer Department,Miami-Dade Public Works,Miami-Dade Expressway Authority,and the Florida Dept.of Transportation. Details of our Communication and Public Outreach Plans are located in Tab 3. • Bid 2022-122-ND -141- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Addressing Infrastructure Challenges the City is Facing Today and for the Future The Ardurra team can assist the City of Miami Beach in addressing the full spectrum of infrastructure challenges the City is facing today—from correcting existing deficiencies to adaptation against climate change. In addition to our demonstrated successful experience Ardurra's services incorporate in the delivery of all areas of expertise(A-H),the resiliency and hardening Ardurra team offers the City a sound line of defense to improve,protect and secure the City's infrastructure, measures that extend the for today and for the future. Ardurra can provide the lifecycle of your investment in following unique engineering and consulting services your infrastructure and relevant to the City of Miami Beach's future capital mitigate the impacts of sea improvement project assignments that may be issued level rise and natural disasters. under this contract. Sea Level Rise/Climate Change q Ardurra's engineers are fully aware of the City's I f 1 ', 1i ',; :k: -hti <` initiatives in keeping sea level rise(SLR)and resiliency Y� , ,;3_+,,A94 :/i - v, e' •;'`' in the forefront of project decision-making and in the 's fi �.��� °� 0. �>> r �M i' procurement of future projects. The following are ,r SI�y `'. v .. ' r. I. examples of our team members recent experience in �� .!tar assisting Florida municipalities in the fight against Sea r' . f• ', 1 qih ".., •• �� I Level Rise/Climate Change. _ —.� Since the initiation of the Miami-Dade Water and 'r Sewer Department(MDWASD)Pump Station ,:--: -,Y ,, i Improvement Program(PSIP)in 2014,Ardurra has a ° _ .r.,. - ' been providing design,permitting,cost estimating, scheduling,permitting,and construction support MDWASD Pump Station o26 Improvements Including resiliency i, against Climate Change/Sea Level Rise services,for the implementation of 19 sewer pump I ,, station rehabilitation projects. Design of these pump ,tom` „ ' stations were required to incorporate ASCE24-05 Flood J_---_-mli . .�;.fp' , 7' . .r Resistant Design and Construction Criteria. Five of , o,- iiii ' r-;-„; .�� these pump stations,Nos.26,109,444,47o and 1306 , ` ,, r-Y=�li.' ;'1.4 pi 1 required elevating the pump station in order to protect �.,74. f �, them from flooding and storm surges. Examples of w 44 '•.' ,, `,,._= design considerations for the raising of the pump ''. :-:' stations required elevatingthe pumpstations' .-' .2i r•• mil& r,.' • '' . electrical equipment,generators,fuel stations,slabs, steps,railings,etc. L . : .l' As a bi-product of elevating the facility,it becomes a � ` �' } j highly visible tower which needs to be aesthetically o pleasing. A few of the design solutions being utilized for MDWASD Pump Station 1201-designed to blend in blending the elevated components to their with surroundings • surroundings included artistic wraps,painting in shades complimentary to the greenery and/or new fencing. Bid 2022-122-ND -�42- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION In addition to the upgrades implemented under the MDWASD PSIP,our local team members have assessed existing facilities and designed upgrades,conversions,rehabilitation,and relocations that included resiliency-based assessments and engineering for many governments and they include the projects and services listed below. • SFWMD Coastal Structures Resiliency Feasibility Study-performed preliminary assessment of five coastal control structures in Miami-Dade County to evaluate their operational and flood control vulnerability to storm surge and sea level rise,evaluate hardening alternatives,and prepare hardening cost estimates to extend the useful life of these structures. • For the City of Oldsmar's(FL)new two-story water reclamation facility administration building,Ardurra evaluated sea level rise impacts,determining finished floor and other critical elevations,and developed building hardening options as part of the design. • Ardurra evaluated sea level rise scenarios and determined beach front and roadway reconstruction options to harden the peninsula against storms and sea level rise for the City of Clearwater Carlouel Sea Level Rise Study. • For the City of Oldsmar Resiliency Action Plan,Ardurra evaluated sea level rise impacts to City infrastructure and performed an evaluation of potential protective measures as part of development of a city-wide Action Plan. 0_0 Transportation Engineering Services With today's ever-expanding population,aging infrastructure and increased traffic volumes,transportation plays a vital role in the economic growth and globalization of today's established communities. We work with our clients to develop customized,sustainable,and cost-effective designs for building and maintaining infrastructure.With a portfolio of over 50o transportation projects from roadway maintenance designs for grass roots roadways to full complete street reconstruction,our clients have relied on our expertise in comprehensive planning,engineering design,and construction management to provide safe and efficient transportation solutions. Ardurra has a local Miami transportation engineering staff that have been providing their engineering/consulting services for local roadways '' as well as for large highway system projects.For example,as part of a ' -r'` - "-- ii' yz .+'''� team,they are overseeing the design elements throughout three r�;_ i_: , a. - l : corridors for the SR-836/I-395/I-95 Design-Build Reconstruction project. �s �, v.1 �'" �~ ' This Design-Build Project is a reconstruction project that improves �.r2,y ,,;� ,,�•- capacity and safety in three of Miami-Dade s highways,SR 836,I-95 and .y '- �`,r ^'�4 . � I Manyutilityprojects are implemented in conjunction with FDOT -. _ "' "'- #• roadway project. They will be available to provide roadway SR-836/I-395/I-95 reconstruction,design,signing, marking for any infrastructure S27 Headwater Impacts of Sea Level Rise Projections tso I project requiring these services. ; aaA I - Op;O; e „� Coastal Engineering I Flood Protection ;n ISwRuralNoodlni j f i Z 60•Smite Rr{du -- Ardurra performs evaluations of coastal structures operational and flood I Road Crown Flooding Control Roam Slag p 4 Sd IBank overflow Ramon of carps loeent -' control vulnerability to storm surge and sea level rise. Our services include ao Io'oaZY,-T,b,r, specific hardening measures,design criteria,and operational changes capable WO „>a ;a, se ,ron air°WM NM aid NW _W ,, BBd NW um ^ of minimizing damages during storm surges with the objective of either -•.Swc eMom danZ,T nl---.W—.WNW maintaining full operational capability during storm surges and/or resuming ""° ���" y a�d`- operations shortly after a storm. We recently performed these services for Miami-Dade County Coastal Structures five coastal structures in Miami-Dade County for the South Florida Water Resiliency Feasibility Study Management District. .___.-,.- z�.---- Bid zo22-122-ND -143- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION _._-- -J Our coastal and structural engineers are highly experienced and diversified in the analysis and design of various types of buildings and structures, x` especially those that are in high wind,hurricane-prone areas.These types of k, ;.,� a , -- --- ii structural projects include commercial and institutional type buildings, = �-:� �•• � 71,11 industrial plants,marine facilities,naval facilities,and U.S.Army Corps of � Engineers.It is through this diversification that allows our engineers to stay ti , ; up-to-date with all necessary code requirements and for understanding the ' , ' ',; . Vv` `,'` e,i everyday challenges of protecting the public and enhancing life safety ,, i,,.,, 4 I., i through our innovative designs. - `� .,` �ti. v�'.4n Waterway Palms Plantation(SC) +, Our coastal/marine experience includes foundations and retaining walls, for 4,72o LF Bulkhead moorings/breasting structures,piers and trestles,bulkheads seawalls, r- __ bridges,pier houses,wharves,dredging and channel improvements,access 1' * ,�` r gangways,dock transit sheds and warehouses,boat ramps,jetties,and ' e ,ti '-. ;`C•�' others. ^`.ttt , Our engineers and modeling specialists are experts in utilizing 1-,2-and ,.' ,y �"` 3-D computer models and scale physical models to mimic existing • conditions as well as to project future conditions for facilities with and y without improvements. These services have been utilized to develop R .. solutions for marsh and shoreline erosion,marsh creation by sediment �t1. ''` ",,,* . 1 delivery,floodplain management and flood control projects. ,- k, Vi Ecological Services/Coastal Ecology/Permitting }' USACE Masonboro Inlet Beach I Ardurra ecologists and environmental scientists are industry experts in the Renourishment&Dredging,NC 1 maintenance and protection of our State's resources. Ardurra stands out - - r , -) where the principles of hydrology,coastal ecology,civil engineering,and __ biological sciences are applied to solve environmental challenges. . t Our Senior Ecologists each have a minimum of zo years of experience in ; AI ` ,( permitting and working with our agency clients which include Florida Fish ' li _• •1.'" i•n_ Milk,-_. I •5 and Wildlife,South Florida Water Management District,the Southwest - i!PAa;�T "' r Florida Water Management District,United States Army Corp of - --= G .,.�-i, Engineers,Florida Fish and Wildlife,and FDEP,amongothers. -- �`" ., ;' - ` - .. We employ innovative thinking and upfront planning which leads to cost USACE Floodwall Reconstruction,LA •i effective and environmentally sound design and construction practices. A A4:_, _„ t notable example of this is demonstrated in the ecological services we performed for the City of Dunedin,a FL beach community,Water Main itlik and Force Main Pipeline Replacement Projects. ,Iv During construction of the City of Dunedin's Water Main and Force Main Pipeline Replacement Program,Ardurra Ecologists conducted visual t inspection,monitoring water quality,habitat protection of seagrasses,and !\ I. underwater mammals via a watercraft. Ardurra developed a HDD Frac- t out/Bentonite Management and Emergency Spill Plan to addresspotential "'" ' 9 9 Y , pathways for release of HDD drilling fluid,containment,cleanup,and Team Member,Pete Bottone PWS is mitigation measures as well as reporting procedures and points of contact conducting visual inspections for habitat for Federal/State regulatory and permitting agencies. protection and underwater mammals Bid 2022-122-ND -144- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION `!2'.: 0 Geographic Information Systems(GIS) • Ardurra has been providing comprehensive GIS services for over 20 years and currently uses ESRI ARC-GIS io.6-io.8 as "- y wells as web applications such as Collector for ArcGIS; • Survey123;Operations Dashboard;Workforce;and Navigator. Our GIS Specialists and Technicians have performed a wide range of GIS services for clients including mapping,project The online database served as a live document tracking with real-time updates,record drawing and atlas map . repository while having the ability to give updates on development,pipeline route and environmental evaluations the status of each water service.relocation. and asset management. A prime example of our GIS capabilities are the services we performed for the Miami-Dade County Water and Sewer Department.Phase 2A of the Consumer Line Relocation(CLR)program.The program consists of the conversion of over 3,30o water services from the rear to the front of the properties to abandon old,leaky,small diameter,rear water mains. The process workflow was executed and tracked by the creation of a custom enterprise database, created by Ardurra,through the usage of ArcGIS Online as well as other field application software's,such as Survey 123,Collector,Navigator,Operations Dashboard and-Workforce for ArcGIS,among others.Some of the capabilities included the creation of web maps,web applications,dashboards,assign tasks,data collection,document repository and visual and statistical analysis. M Grants One of the most direct means of saving the City of Miami Beach money is to identify and help procure grant dollars for implementation of projects. Over the past 5—10 years Ardurra has been very successful in assisting our clients obtain grants from both State and Federal programs for our public clients. Examples include: • $iM Water Supply Grant for the City of Doral's Central Park Stormwater Reuse and Irrigation Facility • $500,00o EPA,SPAP Grant for the City of Clearwater's Idlewild/The Mall Septic to Sewer Conversion Project • $500,00o EPA,SPAP Grant for the City of Clearwater's Marshall Street WRF Clarifier Rehabilitation • $800,000 of CDBG funds for the$2.2M St.Bernard Parish,LA,Reggio Booster Station • • $2 million USEDA grant application and a$500,00o SCRIA application for the Greer Commission of Public Work's BMW Pump Station Replacement(SC) We also assist clients with obtaining and administering SFWMD & SWFWMD Grants and State Revolving Fund loans and currently have several active SRF funded projects with the City of Venice with values totaling over s5M. Bid 2022-122-ND -145- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Our team of professionals bring a combined resume that will serve the City well. Our Team's technical expertise and local experience matches perfectly with those services the City of Miami Beach may require over the life of this contract. The table below depicts our key team member's experience in all areas of expertise categories-from water booster stations to public outreach(A-H). It is followed by highlights of our key team members experience. KEY TEAM MEMBERS AREAS OF EXPERTISE EXPERIENCE c 2 a, o m m m T i' v " N W c ut a1 ni a1 Li" in C in c .c CJ, Y Q O C � ro O no v on KEY TEAM MEMBER c 0 g °c v E E ° m v u v u u eu c, -0o .` al 0- Y m a1 ro in c O. k 0 4E c +3 Lu m> @ a Y a, o2 - 0 °1 o o O • n Cl) C71 N Cl) ',35 al V .0 J J ro p o i En En5 o 0 ro E >u- u LL J J -- Cc Vl lJ I Yrs. A. A. B. C. C. C. C. D. E. F. G. H. Misc. Misc. • Agustin Maristany,PE 44 0 '0 0 0 0 0 0 0 0 0 0 0 0 Chris Kuzler,PE 36 0 0 0 0 0 0 0 0 0 0 0 Loc Truong,PE 20 0 0 0 0 0 0 0 0 0 0 Ricardo Maristany,PE 14 0 0 0 0 0 0 0 0 0 Joe Downey,PE 36 0 0 0 0 0 0 0 0 0 0 Alessandra Monetti .9 0 0 0 0. 0 0 0 0 0 Leo Sampedro 5 0 0 0 0 0 0 0 0 Alex Abud 10 0 0 0 Maria Alva 3 0 0 0 0 0 0 0 Mark Gladbach 30 0 0 0 0 0 0 0 0 0 0 Jose Rodriguez,PE 37 0 • 0 0 0 0 0 Ben Lawrence,PE 5 0 0 0 0 0 0 0 Keith Overstreet, PE 34 0 0 0 0 0 0 0 0 0 0 Ben Turnage,PE 20 0 0 0 0 0 0 0 0 0 0 Adam Faschan,PE • - 31 0 0 0 0 0 0 0 0 0 0 Jeff Troutman,PE 30 0 0 0 Jonathan Stanford 10 0 0 0 0 0 Rodolfo Martinez 35 0 0 0 Pete Bottone,PWS 40 0 0 0 0 0 0 0 0 Pete Diaz,PSM 34 0 0 0 0 Raissa Lopez,PE 25 0 0 0 0 0 Oracio Riccobono,PE 36 0 0 0 0 0 0 0 0 0 0 Alicia Gonzalez 29 0 0 0 0 0 0 0 0 0 Louis Aguirre,PE 54 0 0 Bid 2022-122-ND -�46- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION KEY TEAM MEMBERS' EXPERIENCE & QUALIFICATIONS 1 _ : ., TAGUSTIN MARISTANY,PE—PROJECT MANAGER/D-B CRITERIA PROFESSIONAL/ INFOWORKS&INFOWATER MODELING • 44 years of engineering experience l • 35 years of water&wastewater engineering experience in South Florida ; ■ 5 years working with City of Miami Beach ■ Serves as Principal-in-Charge and Project Manager for all of Ardurra's City of Miami Beach assignments ■ Expertise in Infoworks and hydraulic modeling,pump stations,pipelines,and coastal resiliency and hardening ■ Develops,manages,and is directly involved in Public Outreach programs for water& , wastewater projects i CHRISTOPHER KUZLER, PE—PRINCIPAL-IN-CHARGE/DESIGN CRITERIA PROFESSIONAL ' ,.., ,;, , , • Project Manager/EOR/Principal-in-Charge for 25o+Government Capital Improvement �``o projects totaling: if'I ;j -300+miles of water/wastewater collection and conveyance -3o large municipal wastewater pump stations&15o residential/commercial wastewater pump station . • Project Manager and QA-QC for design of water booster stations and storage,up to ioo mgd Csi) , JOE DOWNEY,PE—QUALITY ASSURANCE/QUALITY CONTROL(QA/QC) lc, &HYDRAULIC MODELING N/ � 1 '' • • 36 years of water and wastewater engineering experience << ■ Project Manager for water and sewer collection/conveyance and pumping systems for CIP projects involving design and construction of: - . -Gravity Sewer Mains including 48"gravity sewer mains -Large dia.water mains including 36&48"inch water mains/traditional&HDD installations I -Municipal pump stations from 120o to 840o gpm -Hydraulic&Infowater Modeling LOC TRUONG,PE—QA-QC/CIP ADAPTATION ..y .�� • 20 years of water&wastewater engineering/consulting services • He is a Florida licensed Class C Water Plant Operator i " • Oversees Ardurra Water/Wastewater Group engineering assignment for 16 years • Project Manager for Water / Sewer Pipelines, Sewage Pump Stations & Water Booster & _ - . -`; Storage systems • Loc's background offers a system-wide aspect to our water project planning and designs and brings an operator's perspective on troubleshooting and operation and maintenance (- � l RICARDO MARISTANY,PE—LEAD for ENGINEERING DESIGN/PERMITTING/BIDDING ,; SERVICES LEAD/MOT&PAVEMENT RESTORATION a Florida - ' 14 years of water/wastewater engineering and construction management in south ■ Project Manager for all City of Miami Beach assignments • Significant experience in federal,state,and municipal public works projects involving ----- - -- highways,utilities,bridges,water,wastewater utilities and pumping facilities • Develops maintenance of traffic and pedestrian control plans for Ardurra's projects ■ Experienced with risk and resiliency of water&wastewater facilities(AWIA) Bid 2022-122-ND -147- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION / 1 ALESSANDRA MONETTI,PE—CO-LEAD for ENGINEERING DESIGN/PERMITTING/ / ^-1 ;., BIDDING SERVICES ( �[` ) �` 1 • g years of engineering design and construction management experience in South Florida • Experience working with City of Miami Beach including water main design and fire flow projects - - , ■ Engineering services for Miami-Dade Water and Sewer Department on sewer pump station rehabilitations and pipelines 1 ■ Experienced with risk and resiliency of water and wastewater facilities(AWIA) JOSE RODRIGUEZ, PE—CONSTRUCTION MANAGEMENT LEAD/ENGINEERING DESIGN/ , 1- ; PERMITTING/BIDDING SERVICES Kr M j • 3o years of water/wastewater engineering and construction management in South Florida, ' _, 1 Puerto Rico,and other international locations i ,: • Specializes in development of water and sewer pipelines and pumping systems contract - f, documents • Brings 15 years of experience in Construction Management for water and sewer pipelines and pump stations ■ Served as Operations Manager for the Puerto Rico Aqueduct and Sewer Authority$3.2ooM ' capital improvements program in the East,West and South Regions 1 BEN LAWRENCE, PE—HYDRAULIC MODELING/INFOWATER MODELING • ga, • Ben brings 5 years of engineering and hydraulic modeling experience • He specializes in the development of hydraulic models for municipal clients using InfoWater /II and they include: - Utilized InfoWaterforthe evaluation of Citrus County's Water Distribution System to identify needed improvement to piping and pumping systems - Prepared hydraulic model utilizing InfoWater for the City of Stewart,AL to evaluate proposed well and booster pump station -Utilized InfoWater to provide flow monitoring assistance for the City of Trinity,AL KEITH OVERSTREET, PE—HYDRAULIC MODELING/INFOWATER MODELING ��3 10 • 34 years of engineering experience 4,-> • Specializes in hydraulic modeling utilizing InfoWater software • He has developed and implemented system-wide programs in response to administrative EPA , i orders for municipal clients - -• -Pumps Station and Force Main Operation and Maintenance Programs -Gravity Sewer Line Maintenance Programs - Infrastructure Rehabilitation Programs -----.1 - II LEONARDO SAMPEDRO-ENGINEERING DESIGN/PERMITTING/BIDDING SERVICES Cam ' . . • 5 years of engineering experience A%a ' J i • Design for City of Miami Beach projects including the City's Water Transmission Mains for 1 ` ' ''" the Fire Flow Projects,41s`Street 36"&3.6"water mains and Collins Canal Subaqueous Water .,`'4 i Main - - - i • Engineering services for?sewer pump stations as part of the MDWASD Pump Station Improvement Program Bid 2022-122-ND "148- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION j %,:2 MARIA ALVA—ENGINEERING DESIGN/PERMITTING/BIDDING SERVICES lj{; 4 • Brings 3 years of engineering experience , ►A S • Performs utility coordination,AutoCAD drafting,permitting,and limited construction support services ' ` • Performs utility coordination/cost estimating,drafting&permitting for City of Miami Beach projects r_ -. - i - - - BEN TURNAGE,PE-TRENCHLESS TECHNOLOGY/HDD&DESIGN CRITERIA t i PROFESSIONAL • zo years of engineering experience with primary expertise in the design and construction ,4 administration for small and large diameter pipeline installation projects • He has managed some of the most difficult installations in the Tampa Bay area and as such, ' '- - -a - he offers significant experience in utilities infrastructure and trenchless technologies ■ Brings significant experience with the personnel and procedures of the FDOT Construction Offices,County construction standards,and limitations and responsibilities under the Utility Work by Highway Contractor Agreements. i ■ He has extensive experience with Design-Build and CMAR alternative delivery projects. ADAM FASCHAN,PE—SEA LEVEL RISE/CLIMATE CHANGE/RESILIENCY iyears of engineering experience with primaryexpertise in the fight against sea level rising 1. �� �' • 3 9� 9 P P 9 9 "_ &climate change and hardening facilities against them ■ Experienced in utilities and public works facility hardening against severe weather events and , iiKA gi/VIy; climate change • Worked directly with FEMA and recovery programs, he brings firsthand experience in the damage severe weather events can cause to utilities and how to harden them ■ Providing climate change and resiliency design services for the City of Oldsmar's new WRF administration building and the City's Resiliency Action Plan - JEFFREY TROUTMAN,PE—STRUCTURAL&COASTAL ENGINEERING —' � ;c. ; • 3o years of structural engineering experience, "- c a • Provides design,structural condition assessments/inspections,forensic investigation services , ' and reports for a variety of buildings and structures—including water and wastewater facilities. ■ Design of coastal protection structures/facilities _ • Provides building and hardening assessments - - , �, 1 PETE BOTTONE,PWS,CERP—ECOLOGICAL SERVICES �1 • Routinely performs wetland delineations/mitigation,environmental assessments,and . species surveys for Ardurra's water and wastewater system projects 4 r • Provides monitoring CEI work to prepare daily reporting logs to the client for compliance with permit conditions `-�_ n -" - . • Performs environmental monitoring during construction to protect the ecology • Prepares Environmental Impact Plans&project specific plans such as Frac Out Plans Bid 2022-122-ND -�49- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Ardurra has the technical expertise to perform the core services of this contract with extensive local experience performing similar services for Miami Beach and Miami-Dade Water&Sewer Department. We will be utilizing subconsultants chosen for their expertise in their respective fields,their local presence,previous work with the City of Miami Beach and for our teamwork together on common projects. PUBLIC RELATIONS/OUTREACH MEDIA RELATIONS GROUP, LLC f�/� ■ Established in 2005 t ` R G • Local Team with Local Media Relations/Outreach Experience • Extensive experience in providing public information/outreach to the City of Miami Beach Media Relations Group,LLC(MRG),located in Palmetto Bay,Florida, ., serves as a spokesperson for clients and provides media relations services in ' both English and Spanish. MRG also offers marketing and graphic design ,' • t +�`�- + services,organization of business interests,and grassroots door-to-door 's .•.y ii consensus building. MRG services include,but are not limited to, i3 , development of fact sheets,weekly advisories,and updates;on-site,door- to-door outreach and stakeholder coordination;and holding public meetings and assisting with workshops. ` `'T' '� t ' I I 1. -_'- , z,,,, Leading the Public Relations/Outreach services will be -yA, Alicia Gonzalez. Alicia has served.as a Principal of Media Fr, �_ �' a , Relations Group,LLC,since its inception in 1.999,and i manages MRG's City of Miami Beach projects.She has \ successfully executed campaigns for the City,Florida An important aspect of the - -= = Department of Transportation(Districts Four and Six), company's success is the ? personal contact made with Miami-Dade Expressway Authority(MDX)and Florida's Turnpike Enterprise residents and business at all phases including Project Development and Environment(PD&E), owners,as well as MRG's , Design,Design-Build and Construction. established relationships ` with government officials, MRG is either currently involved in or has successfully completed several community leaders I Miami Beach projects and they are listed below. and the media. ' ■ City of Miami Beach Public Works Department Sanitary Sewer Evaluation Survey(SSES)Project • City of Miami Beach 11.Street Infrastructure and Roadway Improvements • City of Miami Beach Sunset Islands 3 and 4 Right of Way Improvements Project ■ City of Miami Beach South Pointe Park Landscape Rehabilitation Project • City of Miami Beach Public Information Services Right of Way and Facilities Construction Contract • City of Miami Beach Central Bayshore South Neighborhood Improvements Project • City of Miami Beach i Street Improvements Project • City of Miami Beach Palm and Hibiscus Islands Right of Way Improvements Project Bid 2022-122-ND -�50- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION MECHANICAL & ELECTRICAL ENGINEERING LOUIS J.AGUIRRE&ASSOCIATES, PA LE)7 • 5o+Years Mechanical/Electrical • Local Experience • LEED accredited professionals • Working with Ardurra on several City of Miami-Beach water and sewer projects • Miami Dade County SBE Louis J Aguirre&Associates,PA(Aguirre)was Similar Experience/Teamwork established in 1.97o and is a respected firm focusing on Aguirre has served as a MEP providing reliable mechanical/electrical subconsultant to Ardurra for over 9 engineering. They have provided designs for the City of -• years.Leading the electrical services Miami,Miami-Dade County,Florida Department of will be Louis Aguirre,PE,LEED AP Transportation, Miami International Airport,Jackson , who provided electrical engineering Health Systems,and Miami Dade County Public Schools and for the School Board of Broward County. services,as a subconsultant to Ardurra,for the Miami-Dade County Water&Sewer They are a Member of the U.S.Green Building Council Department Pump Station Improvement Program pump since 2004 and have six LEED Accredited professionals station design projects. on staff knowledgeable in providing environmentally Mechanical engineering will be provided by Eduardo friendly mechanical/HVAC/Plumbing and Electrical Suarez,PE who is also LEED accredited professional and designs. brings over 20 years of mechanical engineering experience. STRUCTURAL ENGINEERING EASTERN ENGINEERING, INC. Eastern • Established in zoos Engineering, Group • Local Team • Local experience including civil/structural engineering for the City of Miami Beach • Subconsultant to Ardurra on MDWASD Pump Stations Projects • Miami Dade County SBE Eastern Engineering Group,Inc.is a professional firm Similar Experience/Teamwork that specializes in structural engineering consulting ,.y, Leading the services will be Raissa services for building structures and associated specialty ''' Y Lopez, PE. Raissa brings over 25 years components,expertly handling the structural portion of of experience and Gonzalez Paz,PE a project from start to finish.Theyperform structural P J '‘-'; who brings 25 years'experience. As a engineering for a variety of projects,including civil and subconsultant to Ardurra,Raissa has public works projects,marine facilities and for municipal provided structural engineering design /governmental facilities,including pump and assessments to our municipal clients'projects stations. Their projects often require working with including structural design services for several pump multidisciplinary teams in close coordination and stations for the Miami-Dade County WASD Pump adjusting to owners'requests as the project progresses. Station Improvement Program over the last 1.4 years. Their Florida Special Inspector License adds value for They both bring experience with the City of Miami clients when inspections have been required to their Beach projects. threshold type building. Bid 2022-122-ND -151- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION GEOTECHNICAL ENGINEERING wessorigatidextf, GEOSOL, INC. I tlartreMIE1 • Established in 2000 GEOS Z 1fl • Local Team t I .w. . ,I .F • Local experience • Extensive Geotechnical Engineering Services for Water and Sewer projects in the Miami Area • Subconsultant to Ardurra for 14 years. • • Miami Dade County SBE Geosol,Inc.(GEOSOL),started as a small professional firm that was established in the year 2000.The firm has grown from 2 to 15 employees and provides geotechnical engineering and testing services,including subsurface exploration studies,laboratory testing,engineering,consulting,and design of foundation systems.The firm has a reputation for providing high quality,creative and cost-effective geotechnical engineering solutions primarily for clients in the public sector Similar Experience/Teamwork Leading the services will be Oracio Riccobono,PE. For the past 14 years,he has been a geotechnical subconsultant to Ardurra for a number of water and wastewater projects,including • r several for the City of Miami Beach and they are: I ` 1', • Fire Flow Projects Package i—Water Main Upgrades I , • Fire Flow Projects Package 2—Water Main Upgrades I > Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd ■ Water Main upgrades along 41 St&Fire Flow Project 9—Water Main Upgrades They have also provided geotechnical services for a number of Ardurra's MDWASD PSIP Improvement assignments which involved force main and pump station improvements. CORROSION CONTROL CORRPRO COMPANIES, INC. corrpro® • 65 years of experience An Aegion Company • Experts in pipeline integrity • External corrosion direct assessment • Protection and remediation of municipal water and sewer systems,including tanks,plants,etc. • Remote monitoring for long-term management • Turnkey Services:detection,correction,materials supply,and installation Corrpro Companies, Inc.is North America's largest corrosion engineering,cathodic � } protection and corrosion monitoring business. For more than 65 years,Corrpro and Mac subsidiaries have been providing professional corrosion consulting and cathodic protection engineering services to government agencies and municipal water,sewer and gas utilities, and other industries. Corrpro turnkey specialties are cathodic protection design,materials supply,construction and testing services. They are experts in pipeline integrity,external • •-..Z. 1 corrosion direct assessments(ECDA)studies,AC mitigation and coatings evaluation.They provide complete construction installation services for any type of cathodic protection system for any type of structure.They also provide remote monitoring systems for long-term :, . . } 1, corrosion management. - `. - Bid 2022-122-ND -152- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Corrpro's specialized expertise includes corrosion control for coastal areas,where the water tables fluctuate up to the pipe depth. For these areas,they often utilize zinc anodes instead of magnesium which will work well in both land and saltwater.By applying engineered solutions,Corrpro can eliminate corrosion of new structures and stop corrosion of existing ones. 7 , d, Their engineering and technical staff have backgrounds in metallurgical,chemical,petroleum, T mechanical and electrical engineering.Dirkvan Oostendorp will be performing corrosion control services for the City's assignments,if needed.In addition to being a registered professional i -` '-. ; engineer,Dirk van Oostendorp brings over 4o years of experience in his field and is NACE A _ ' International Certified Cathodic Protection Specialist. ARDURRA HAS A DEEP BENCH OF RESOURCES AVAILABLE TO MEET THE NEEDS OF THIS CONTRACT At Ardurra, we are able to manage multiple projects and a variety of services through our abundant workforce, both locally and nationwide, and our established workload planning and management protocols and procedures. Our managers maintain workload projections for each Projected Workload 2022-2023 department's staff so that they can properly predict staffing needs for the upcoming weeks and months. Staff 100% '— reports are reviewed weekly to schedule deadlines and 90% ' _— work assignments.Department Managers also anticipate 80% '' future contracts and Task Orders in their projections to 700�° — — — ensure continued access and availability of selected staff `° 60 a 50% and resources. 40% ' _ _ a a 30% ' These projections allow us to compare upcoming work 20% / _ _ versus the availability of key staff to ensure that we have 10% ' — — _ _ _ adequate manpower available for our projects. Ardurra's 0% typical utilization averages between 6o-65%annually. By a:\ ,- ,z��o4G��•P '§ QQt . doing so we are able to properly serve our clients and Pi\ �o Po00 Oe,�eso\ maintain a high level of personal service. Month I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32. DATE-March la, 2022 ' Si . . /IF' 33.NAME AND TITLE: Christopher F.Kuzle,PE-Director Bid 2022-122-ND -153- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM ARDURRA LICENSES • d Florida ao. t dffich, HOME CONTACT O9 MY ACCOUNT P I 39VICtifial Rit-UTattori ONLINE SERVICES LICENSEE SEARCH OPTIONS 9:05:00 AM 3/15/202? 'Data Contained In Search.Reatilte is cuttent As 0103/160022 09:03AM: AFiply,ferie License• Search Results Veilry.a Liceris6e Please see our gloisary of terms foran explanation of the license otatus shown in these search results. View Food&Lodging.Inspections For additional information,including any complaints or discipline,click on the name, File a cafriiilaiat, , ,Licefise• . •:License Type !Yana. N4111e'' • StatuslExpires Continuing Education Course' ,• Rank Semen " 2610 Registry ARDURRA GROUP,'INC. Primary Current View Applicatioil Stat9s Registry Find ExaM,IntOimation Main Addnne:4921 MiEMOR1AL HIGHWAY TAMPA,FL 33634 ,41,1•Ta Florida Department of Agriculture and Consumer Services citk,g Division of Consumer Services License No:LB2610 • Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Expiration Date February 28,2023 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes • ARDURRA GROUP,INC. 4921 MEMORIAL HWY STE 300 TAMPA,FL 33634-7507 n NICOLE"NIKKI"FRIED COMMISSIONER OF AGRICULTURE • This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472.Florida Statutes. Bid 2022-122-ND -154- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM ARDURRA State 'Of FlOidit LbePartnI: 0 State I:ceitifY from the records:of tlüsofhte,tiat LTIttA.011.0VP; a corporation organized under the laws of the State of Florida,filed: D egertibet , 9.,1577', The c19,4101..erit4aniter,:0f55540. Lfuithetteitity:that'said:dototatiOiriiiaakaid':a1.1 fees.dile thi* bfAce.tlifotigh Dec ember 51; 2022,,that its most recent annual repottluniform:business report waffled on January 27. 2022,,a114 thatiN.gatus Wave: I faith:Qr.ceitify that said'corp'Qratioahas:riot tled,,Atticlea orDiss611.ition. Given anderptyhand avid the Great-,teatiffithe..,,4tate of Flonda at Tallahassee,the Capital;this .tketnienty4evelitltelay-of .Jalliapy,,.E022 Secretary of State Tiocktng 1Tornlier;5701M584CC To apthenOcAt6this,certitiCitiiiiiAt the following siteienterthis'number,04-thpir foflmvihe1ns&Utions litty5:i4irvice .guibO:orgfllingsZei0Acateoit tAtoeitifIcat!.AgthentIcatp:q. Bi J 2022-122-ND -155- DocwSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM A,/ ARDURRA nr WI hirC Dona ;qI-�- tuioas.w Grey ` - • FBP ' urr , FBPE! �v (° I"'. STATE OF FLORIDA' ® STATE OF FLORIDA' �!'+�. . BOARD OF PRO ONAL ENGINEERS BOARD OF PRO SSIONAL ENGINEERS• , 1 THEPROFESSIONA1 E,J1 GtNEERNEPEt1 �GZERUED UNOERTHE •THE PROFESSIO.E t,tcoi O 15UCENSEDUNDERTNE PROYI51 EGiAPT„_,-.'f E 1 FLOwb TIES - . PROVISIIO PCHAPTER474FLORI03A3T,TOTES, c:Zo,'/ KU E 'cHRISTOPH K DOWNEY'aOSEP.H FRvANSJ �1 ROBIN pent lelf34 RCOLLE g111, j !. Y „T`1r I UCENSENUIdBFICPE80e39 • I' DPRATION DATE FEBRUARY28,2023 _DfPIRATION DATE:FEBRUARY 28,2023 ' Nrm.c,ItY 4cmts cone at NrFkridelkentemm . Alrap.aW Sterner cone at M,FtoNrikmmomm I ° w. 0 ai. Do not after des doasmael In arty ram. y4y�i;,C Do not Audit document Inuniform ,-:'a, inhaYo,EonnsenxinW,fdraam'oneoNa tlunmetkeniemtm Wsdocuant `Ja e. Thisay6. Eoente.naunnw/ultaanWmotMrtAutfhe6cmuelo iaewsdocunenl. I I nG. nap Dolmen r > ; ��y� Mr..soumya.r FBPEI 'irA FBPE' �:•r It'� STATE OF FLORIDA ®L'7:.hY"F�; C STATE OF FLORIDA' • BOARD OF S IOJ�A'L,GINEERS BOARD OFpP�{�O�FESSIONA ENGINEERS ' THE PROFESSLO E IN 15UCENMED UNDER THE THE PROFESSIW1�tLENGINEER�1N SERE lZIGENSED UNDER THE •Y IE �A• PROWS] O.MI PTER7IrFEORID�ATUTES PROVIStOS KCHAPFER 4II FLDRIOA�STMES �. r...rr;,ys i a` i.: ,f� Egli T c ,r MARISFANV AGUSTIA�'ED.UARDO_ M 0 NET;TI,,ALESSANDJRA A E IA A � 4�45-Hi"f26 '�471 . �" ,1eie5Y+isTgv`�EN1i' . y 1 Mtge IA 10 ."4 I UCENSE}1Ut18EA:P}33351 I EXPIRATION DATE FEBRUARY28.2023 EXPIRATION DATE FEBRUARY28.2023 Maya amity Henseta6Ye m MYI tionmecoe • ANmone fekmnm ere m MtMknkomemen • 1.c a❑ O a.4 0 t� Do not alter d+adoomaolt in may tom Co tot alter Ddi document In any Rant o� �fi 1L Tint tale... y &eme.It is unlawful unlawful foramro othaUun the Ceemedto use this Gocwrent ^L°a• 'This Draw 6cemc R xurdrtul for anyce other than thekeiate to ut Na document. FBPE eat.y�: 61 AiWtt �FBPEi az5 i 4 4``r STATE OFFLORIDA' - STATE OF FLORIDA' BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONALENGINEERS THE PROFESSIONAT;f'N�,INEERIIESEI .SED UNDER THE THE PROFESSIONALter:..ViRNERERI79 R{SED UNDER THE I'• PROVISIt O RAPT R41 ' ...:%TUTFS •- PROVISIO SO CHAPTER Y71 FLORIDA ATUTFS n-1,.-,__'.,.a-.,.•-••7_••,,,,,-...6. RSTA c-mi RIGt7EZ JUAN705H' STAPI�,,CARDS?AGl3�} IN a aw '1 yYJSSIXESIDErORs�jQf Sb' tTOBRlC3cELLIOtr T, DAVIEr'7y--FLO3J28" a 6T4�l33 . - 'ii'' 1 '!�. I uoenteWuRiamer76068. I I UCENSF43UlYBETAevAa522 "I EXPIRATION DATE:FEBRUARY 28,2023 EXPIRATION DATES FEBRUARY28.2023 ' Ahoy%verny scents once at Mon wm Mears.*Rant+onea0 at MgfbrN+lkemecao t=n •. Dona alter Nisdocament In any form.. ia�`•,,' atnrM In any form. Doret ancr MS d -a-`'. This hymn amuse.It a unlawful to amps nmerMan Me Gant.bow this da:anmd. O§ n;i TNsa your&emaltb unlawful for anyone other Min lhwtkrnsea to use Na dotwtent __.. .. Bid 2022-122-ND -�56- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM ARDURRA . I ' e 4 1.;,...„..,p::...s,:a.c..........' 4 or.4 p....0.1.......... .-‘ 4 4, 'i*, A Ft3PE I BPE F . AV4,. • wite,....• 'fee" -STATE OF FLORIDA' . „ 1 STATE OF FLORIDA . I BOARD OF PROFESSIONAL ENGINEERS i BOARD PROFESSIONALOF NGINEERS 41...;*--;-Dail_:& —4.,„_: • . . THE PROSESSIO, ST GRIEER ti.... USEN,V0 UNDER 111E 1 atuif%Ulu 'TIIE PROFESSIONO3. EER'§ ENSED UNDER THE • FRovist:ig aililEf311DVT•TUTES , • PROV1.57EVN:OVS3.13a*TUTES ' ...k. . :'CO .,--.:-.4 rr::r Fs-...4-5.,`,-. • i , ' - ttalf, Fttt"., * • '1:""TRLIONG,IOSP I 1 . M1,333 VILER&BROOK DRIVE : \0, ' cd3s 'far> • - i . - ,, i (0,,,n4iti:iiigT,.1,pedgicis,6,,DRA%t • UCENSE (114613b 65209 1 -LICENSENtitatElh egmi i I EXPIRATION DATETFEBRUARY28.2023 I EXPIRATION DATErFEBRUART za,2023 nanta;s vent.eeinte;onana asinhAnoidailieetefen. I Neap yenta reenten&eine A iayantettint ....1ti,, Doi.elter this Remanent Marro form. I Donee atter Vie ckannent[natty form. ..IOX5V,,-4 line Is your Stem,It it netted 01 f or anyone NW than the tieensee to us Uneaten:meet This h yew kerne-It h unlawful for arneee other khan the Ikensee 0,tete this dnetenent, , ,.0- PoalkSratkr.e.ener 1 .r-2 --- 4 FBPE :44.....s.v,k.t, .... FBPE 1 ,,...q.. ... STATEOF FLORIDA ..':.1' 04 STATE OF FLORIDA 4,...................t,, ‘..,...,... .-:.,..,...„ ,. BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS _......,`L: ___,,_11.-!-.L.5:7-3'N.., THE PRO TESSIUNAL 0......,. .8.us UCENSED UNDER ITiE THE PROFESS ChyLL eiGItENSEDUNDERTHE paadlgor•ts-of-_'citotaiipmcnap,45tATures pRowemetsoEsgereApircraktdrerurts —41-.1.7=Ikr6\ ! •...t11---,-----,4A - ..--,-_-, 1,-,,,,o,A-sc ,ADA114,-,.-:i ! OyERSTREEtuaufaiNgErm ......,---- .- -',-.•.,,,°1-•-ff.4......., d,,„r ,.., , P,,• '''''- '`,-,,,,A,A4." '.i•4,' '1 • —J,,,. 4• 1 ..-- '1 ''' I UCD45twinklitib Kuno f I UCENSOitall=e 0E0339 I . IDCPIXATION DATE-1133RUARY28,2023 EXPOIATION DATE4102UARY713.2023 ettne.e.erea Imam C.e.methtanannAinenox..0 I Nora relftbrzenasoareaCMOIcril.loasuain , ,I El:,,,, 0. Ocr nal ate,this 406•Mettrict X.krt.. •C ,AI ..,...ri•:::;?. Oa nal atm eh docurnent in.-Ocaret ;•.:....-43:: This hncur kerne.tthunybretai Fee hrse.nethet than the kerne.tome hXnetnnaentet. I .774,,, This It raw kense.et isant.113 kr annee oda than ete kens.to use tlisdectesern_ I -- I ..-ni'„..3, k0,040.<0.6,70e..0 •1..',: Giremi .':4„4'A, itFBPE ATA-- AFBPE' STATE OF FLORIDA ' STATE OF FLORIDA' . , BOARD OF PROFESSIONAL BOARD OF PROFESSIONAL ENGINEERS ._...e.;:. • A, ..,1-...Aig-I .gSAN, THE PROFESSIONAL ENGINEER _. UGE24.5,1E D UNDER THE THE PROFESSIC1AL ettlit0p4SED UNDER THE • PROVISION:VEtaAPTER 421JE6g6ity TUTES• , . . PROVESIOAS.0STTOIX:ff;kORIAST TUTES i kiPiARAOKAAILL-,7 ittiAZIETBEWAMIN'CARL lk ', Wil-Papeptaili75, . ,..,,,V3‘Wittig61-61,74S4.45 \* _•41..i.,t40'i il ) . , - ,,,,4„. -?..:.=., ,,,,.., , s.,. • i •••,..,4,...._:-L--T4, -7; •'s IMIIIMItWE/V1=111.1 ucENI-", pink• •..55 ' EXPIRATION DATE FEBRUARY 28,2023 ' EXPIRATION DAM-FEBRUARY 28.2023 Alray verily Goznees mike a11401:01datkens.con. anytvettlyticernesetre at 1.01OrttaLkrnse.r. Ca t•617 .1.•thii g d.r...,...lylann: "s'.11:a•E-,. Do not inn thla doement lean,tom . 8 This blear kende.It 0 1...ntheful feranyone ether than the lioseee tense this doonTent. < , c..,, .... Ms lame Reese!,Is unlawful for anyone ether than the Sternee towel/es document. Bid 2022-1.22-ND -157- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM ARDURRA AF.'13PE . , V evywe . STATE DF FLORI,. DA STATE OF FLORIDA' i . ,, . . . • . , . . . BOARD OF PRVRSIGNAL ENGINEERS , BOARD OF poFsnioNAL ENGINEERS . " m..e•-"-- ..6bi s . THE PROFESSIO ENGIntEN..., ....ED UNDER THE ', , ._.—ItIlt .., THE PROFESSID 'al,OINEER14EREHIS LICENSED UNDER THE pRoinii*E. , gtrecoitio4y TurEs pRqvisto .S'pe.'. ffieroRib3jrt.1TrrEs --- 4Strfigm •-f+. • . 1 4°''''!: .r"4.---;3",-.,:-4'- 'A • , i co, 4., ---.:;:, ,„.__-4 -:',.:F„.- ,t , . •E. .-..rti ,----' ''' ,7, - 0 , ' i'd,r0'--,:i :'34%. _ .b 44.•, sv.t' ' .r.fiptimpaN ,-,,,, :• 2p4,Ti.donrafalt.,, •1p- ',',i447giiirsal --t-!,02 , k Aista'ViWirtier'T,tz e;;_.N,. . . ' •' -7 i ,"':-• '...• ,''''-`0.it;e:::f • ' ' ' :'•.*1"0,. 7'..ff-"Xt .,,,Sot, IMEMInhtli. . .• "‘ kam poo734 , EXPIRATION DATE-FEBRUABY 28.2023, EXPIRATION DATE FEBRUART 28,2023 Anavovenfr Boonots onEne A AhlionIALicroccon! Always venry r..1441 Wino at Myflorlotollomoncom . ,.7". , ' Do not atter thi;document In any foam ',..Altt:'; Do-not anon BB detutnent L;Won, ,k,..•,,.,iL Thit bp:.Room It lo unlawful for anyone Who/than tho Stance to uso tlis ckonnent. , ''''',ES-'!'7:, This b your ileme.Ids unlawful fix inyone other than the kiln.tome this&anent ------------—----, __7- ---- ------— —- ---- -------- -— -------- .1 •Al% . AFBPE‘t.'....&...."' STATE OF FLORIDA ,5 STATE OF FLORIDA 4Eus7=BPg...vE.i,I1 • 1 . . I . • I BOARD OF PROFESSIO7L ENGINEERS• .BOARD OF PRiiptiSION4 ENGINEERS ,,..,0"-:,•-.11-1 _L%'S.4-N, • • ..reil..-1 iit....:81•AN;•,..• THE PROFESSIOr.UIGITA HIpRA t-4,CENIED UNDER SHE 1 THE PROFESSIONAL eiGINEEFOIMNISMENSED U HOER THE Papvisiqsof.istfencwrn67 TUTES • i . PR°ViSi%WTEEKEakiT RITES' ,4t pf,,-.,;:t4„,..:,_, -.<..,?-rir ,-,.._b L'-'• '.. it-tr.''' ,,,`6 1 kup40;toAvoysANTOca, , "91.131 SWAN 1 ‘..V12'rsAit ! 33 17,0),.••, 'MIAM „, I.% 374.7 0 ...;•1'-' I . . I UtENSENUMBER:PA76014 1 N DATE-FEBRUARY38,2023 • DUNRATIO EXPIRATION DATE'FiUARY 28,2023• 1 ninon veiny ncensos cntnest nnFiconnOotose.o.• . A.I•ayl wrtfy Saran orZne at P•Micrktatkomeaan Doi./at.thilideamest(naive Gra '..,,,.-tz..-y.'< DO not aiter Oa dotunwi In arry form I mu,2- ,„, -Ibis Is yaw Ecane.IttsurOwful for anyoneother U..the Grenseeto use thi.document. ..,`,4,7e: Dish your Bow,It h unintful for arriono other tAni the GOonsoa to monis document licr•DewitCommor ..X.14.4.4 . AFBliE :.,, . AFBPE' STATE OF FLORIDA' tLIVILTL,*11. ;k 3 V-' ' STATE OF FLORIDA- BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS -2M _‘.,..' S .., ' THE PROFESSIONAL ENOINEEFikEXPN15 LICENSED UNDER THE THE PROFESSIONAOatialsTe I.f.EN‘SED UNDER THE .,PROVISIOAOMI.E.341,34.TEORIDUTATUTES PROVISIO 1.F.`er0IPTE671,TFLOR,10tIT TUTES • , Piel,a(SP.ESOli NUVOMEM424\-. .;''-4/ • , • i ;71!--..o-1 t:'..,i '0.013114 MASAIkVV1 EX • . tICCOriONODONCECe , ...Ca-aa:iil,i4.1Z-1Kvi:ii.W•lole; .• ?';:,•ilarTorrlaiitrvitivi,;q4:9 •'(.2. vo_s,,...- :4#-c-.11-irt . , • \Ietisyd,p--p.,3."2,-*44 ••.„.t.4, ef÷. . '*'*,-, • ., it 4 1 .10WiLreEr=30. - D(PIRATION DATE FEBRUARY ZS,2023. DIPIRATION DATErFEBRUARY 28,2023 Al‘42.0 verify limes Onfine st Mrfloridaticenteman Always verify Ettnies onrnF al Myrkniolke.,.... ! E"•r 0 , D;n5t gu y thg6xtonent o In arrf form. L'i!.. •' Do not after this doCument In any form . 1 61/;:,.c... Ws Fs your Ikenr,A Is unlawful foe anyone other thin Bo Kamen to tote this doonnent. ',;;$':-.Fie, Wok yaw Sconse.tt Is unbwful for anyone other than the know to ton Nit doonnent. I _ --- ------- - — --— Bid 2022-122-ND -158- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM /V ARDURRA ao.snaca.v .. -1, tafipo.a. uav ra - N+.r ww' aene:.f .. AFBPE', '4r dbpr STATE OFFLORIDA'. ! ,y. STATEOFFLORIDA' , •DEPARTMENT.OF BUSINESS AN:DPROFESSIONALREGULATION' BOARDOFPRh QEN GINEERS' -BOARDOFLANDSAP E CHITECTURE• THE PROFf550lLRsNair� ESED UNDER THE THE IgHDSCNE� N [llaS�pED UNDE R THE PROVIS S ,�47LF1ON4i UTES PROVIR `5 E£Horist4(ifatroili A�Shrr1TUTES ' r....kb_ �GliRkE,l.Ol�l/SY-� ! b EAR JOktN�IgVll oaoti 40,3., .. \tl,� V t e,6 f s 6 ,1 , -uculis'a tervila 2 I tCMII EXPIRATION DATE TBRUARV IRA 2029 EXPIRATION DATE.NOVEMBER 30,2031 AMMwltyfmmortneM le,florltiltkensealie Own"rMhl+narie N MrfMWkemeran �. •, Do not t aehlidoewrtrd In any fur (._ CI•.` ip.TC Do etatte,ttiydenanentln wry for t Ibis isynv&eme.1,111.4par aryorie oUu than the Rcensee to use this damned. rl ��~ ❑ n .}n� Di "Y�' •This Aye.Roma NN unlawful for anyone other othtlun Re liwee to me wf document.., LICENSEE SEARCH OPTIONS 12:02.35 PA4 3/15/2022 Data Contained In Search Results Is Current As Of 03/15/2022 12:01 PM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information,including any complaints or discipline,click on the name. :Name. License License Type Name type Number! Status/Expresr Rank Registry LOUIS J.AGUIRRE&ASSOCIATES, RA_ Primary Registry Current Main Address*: 9150 SOUTH DADELAND BOULEVARD MIAMI,FL 33156 Mailing Addressor: 9150 SOUTH DADELAND BOULEVARD MIAMI,FL 33156 Back New Search *denotes Main Address-This address is the Primary Address on file. Mailing Address-This is the address where the mail associated with a particular license will be sent(if different from the Main or License Location d 't�YHj.T- Ipr l3ei�artn�1rtr�f Liusiness HOME CONTACT US MY ACCOUNT .�'�� Sr lIck shone l Regulation ONLINE SERVICES LICENSEE SEARCH OPTIONS 7.06:54 PM 3/15,2022 Apply for a License Data Contained In Search Results Is Current As Of 03/16/2022 07:05 PM. Search Results Verify.a Licensee Please see our glossary of terms for an explanation of the license status shown In these search:results. View Food&Lodging Inspections For additional information,including any complaints or-discipline,click on the name. File a Complaint License Nam* •License Type Name Number/ 'StatuslExpires ' Continuing Education Course Type' Rank- Search • Registry GEOSOL,INC. Primary 8530 Current View Application Status g ry Registry Find Exam Information License Location Address': 5975-A NW 151ST STREET MIAMI LABS.FL33014 Main Address': 5795-A NW 151ST STREET MIAMI LAMS,FL33D14 I Inliren¢ed'ArtiviEv Rearrh Bid 2022-122-ND -159- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM / /' ARDURRA it,'.,''l d' r a ul;)rU2Eit t{l talIia HOME CONTACT US MY ACCOUNT' ONLINE SERVICES LICENSEE SEARCH OPTIONS 7:07:40 PM 31152022 Apply for a License% Data Contained In.Search Results Is Current As Of 03i1512022 07:05 PM. Search Results Verify a Licensee Please.see our glossary of terms for an explanation of the license status shown inthese search results. MOW Food&Lodging inspections For additional information,including.any complaints or discipline,click on the name. :File a Complaint Name' 'License License Type, Name Type '_Number! ;StatuslExpires: Continuing Education Course. ..Rank Search Registry EASTERN ENGINEERING GROUP COMPANY Primary. 26655 Registry MO Application Status Current Find:Exam information MainAddress•:3401 NW 82AVENUE MIAMI•FL 33122 Unlicensed Activity Search ABET pelinquent'lnvoice&Activity, Back New Search - ��i+W e. - , Florida Department al.Agriculture and Consumer acrvlces,- c - •- ' .... - ' rj�)"'°*� - - Division of Consumer Services . Licensc.No.:156052 . : - fr7�' '?`. 4\_ - " " . . Board of Professional Surveyors and'Mappers. ' .1*./:/�=- Ti-,,, - -2005 ApalacheePksvay Tallahassee,Florida 32399-6500 Expiration_Date etibruicy 28.2023 . ' • -Professional Surveyor and Mapper License" ' Under the provisions of Chapter 472;Florida Staiuus , ' ' PETE DIAZ • • - 9412 SW 184 TERRACE3325 • • p y( � . • ' CUTLER BAY,FL-33157 ' - - ' ' 1 6 —1- ' - - ICOLE"NIKKI"FRIED - ' • ' • - . - COMMISSIONER.QF'AGRICULTURE 'i This is tb certify that the proressiooal surveyor and poppet whom ngme met address ore el o vn above is licensed ns mluired by.Chapies 472;Florida Statutes., • • Society of Wetland Scientists STATE OF ALABAMA Professional Certification Program,Inc aar.=alrwurasuavw:s - 202212023 1'rofession:11 Wetland Scientist BENJAMIN CLARK LAWRENCE so pnarJ.Bottom, ls day kFersodasa S rr.ao,,—..aamaar.,i,>,a<•..t-.t:vasz.f�v PRQ£SSIONFI:ENGMEER. an.®ufami a. sf 'yr1mT0"0 Utense Number:PEi9985 t BELS'• Statu :Agh43 �ry j l .�:, 1ippi1rramtB .a. , 127312023. �� `v_. �T WiliaamR.Weft '0' rl . l EseaititeDiredor Bid 2022-122-ND -160- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) _ 2022 122 NC _ _ _ PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each s.ecific branch office seekint work.) 2a.FIRM(OR BRANCH OFFICE)NAME 13.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER Ardurra Group,Inca 2018 [09-298-1521 2b.STREET 5.OWNERSHIP 8700 West Flagler Street, Ste 180 2c.CITY + 2d.STATE 2e.ZIP CODE ; a. TYPE Miami I FL . 33174 Corporation 6a.POINT OF CONTACT NAME AND TITLE I b. SMALL BUSINESS STATUS ' Agustin Maristany, PE,Technical Director N/A 6b.TELEPHONE NUMBER l 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 786.656.4045 _I amaristany@ardurra.com Ardurra Group,Inc. 78c.UNIQUE ENTITY 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 1 IDENTIFIER King Engineering Associates, Inc. 1977 ' 09-298-1521 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees I C. a. Function - (2) a.Profile b.Experience Revenue• Code b.Discipline (1)FIRM Branch Code ! Number 02 Administrative 137 12 B02 Bridges 3 06 Architect 3 CO7 Coastal Engineering 4 08 GADD Technician 59 1 C10 1 Commercial Buildings 3 12 Civil Engineer _ 86 3 C15 Construction Mgmt 5- 15 Construction Inspector/Manager 74 4 D02 ! Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer_-� 1 _D03 ' Desalination_ I 3 24 Environmental Scientist 19 DOS _j Dredging,Studies and Design_ 3 32 Hydraulic Engineer 5 1 E01 I Ecological Investigations 3 38 Land Surveyor 18 1 E02 .) Educational Facilities 2 39 Landscape Architect 3 E09 Environmental Impact Studies _-_5 47 Planner:Urban/Regional 5 ' H01 Harbors:Jetties_Piers;Ship Terminals 2 48 Project Manager - 141 H06- High-Rise Buildings 1 52 Sanitary Engineer 40 4 H07 ! Highways,Streets&Parking Lots 3 57 Structural Engineer 7 H09 i Hospitals&Medical Facilities 2 58 Technical/Analyst 42 H11 Housing 6 62 Water Resources Engineer 41 2 101 Industrial Buildings _ 3 - 103 Industrial Waste Treatment 1 ! _ 106 Irrigation;Drainage 2 L • L02 Land Surveying 6 I _ ! L03 Landscape Architecture_-_ 2 I MO1 Mapping Systems 2 I ' NO2 Navigation Structures,Locks 1 P05 Planning(Community;Reg.Area) 2 --- Field Representatives 20 _ PO4 Pipelines 4 1 Surveying Crew&Technician ' 79 2 P05 Regional Planning 4 _ Construction.Field Re resentative 27 RO4 Recreational Facilities(Parks,Marinas,etc.) 3 GIS S ecialist 5 R06 ! Rehabilitation(Buildings,Structures) 3 _[ Aquatic Engineer __ _-_ _ 6__ _ R1-1__4 Rivers_Canals;Waterways;Flood ControI _7 __6 Emergency Management 12 SO4 Sewage Collection;Treatment;Disposal 7 S07 Solid Waste;Incineration; Landfill 6 H- SO9 ! Structural Design;Specialty Structures 4 - _ S10 Surveying;Platting;Mapping 6 S13 I Stormwater 3 T04 Topographic Surveying&Mappin _6 WW02 Water Resources;Hydrology 3 Total 830 j W -_ _ 30 ___ W03 L Water Supply,Treatment&Distribution 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES I-! PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST&YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown-at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work • - 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b. Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a. ATUR - b.DATE March 11, 2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -161- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS . 1.SOLICITATION NUMBER oranyJ 2022 122 ND _ PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each specific branch office seekin.work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR STABLISHED 4.UNIQU R E ENTITY Ardurra Group, Inc. 2018 09-298-1521 2b.STREET 5.OWNERSHIP 4921 Memorial Highway, Suite 300 _ 2c.CITY - 2d.STATE 2e.ZIP CODE a. TYPE Tampa FL 33634 • Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Christopher F. Kuzler, PE, Director/Managing Principal N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 813.880.8881. __1 c_ urra.c okuzler@ardm 8a.FORMER FIRM NAME(S)(If an) �� 8b.YR. 8c.UNIQUE ENTITY Y ESTABLISHED IDENTIFIER King Engineering Associates, Inc. 1977 09-298-1521 •9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN _ ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS ' .c.No.of Employees c. a. Function (2) a.Profile b.Experience Revenue e en e Code b.Discipline (1)FIRM Branch Code IOffice • Number 02 Administrative 137 22 B02 Bridges 3 06 Architect 3 C07 Coastal Engineering 4 08 CADD Technician 59 16 C10 Commercial Buildings l_,________ 3 12 Civil Engineer 86 12 C15 Construction Mgmt 5 - 15 Construction Inspector/Manager 74 1 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer_ __ 1 D03 Desalination ____ j 3 24• Environmental Scientist • 19 7 DOB Dredging,Studies and Design I 3 32 Hydraulic Engineer 5 E01 Ecological Investigations 3 38 Land Surveyor 18 I 3 _- E02_ Educational Facilities . 2 39 Landscape Architect 3 2 E09 Environmental Impact Studies 5 47 Planner:Urban/Regional 5 1 , H01 Harbors:Jetties;Piers;Ship Terminals -__ 2 48 Project Manager 141 H06 High-Rise Buildings 1 52 Sanitary Engineer T^ 40 16 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 ----I H09 Hospitals&Medical Facilities 2 58 Technical/Analyst 42 1 H11 Housing 6 62 Water Resources Engineer 41 6 _ 101 Industrial Buildings 3 - 103 Industrial Waste Treatment 1 106 _Irrigation;Drainage 2 �- L02 Land Surveying 6 L03 Landscape Architecture _-_ 2 I MO1 Mapping Systems 2 NO2 Navigation Structures,Locks 1 I Po5 Planning(Community;Reg.Area) 2 Field Representatives 20 I 6 I PO4 Pipelines 4 Surveying Crew&Technician 79 15 P05_ Regional Planning 4 Construction Field Representative 27 R04 Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist 5 R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer _ 6 R11 Rivers;Canals;Waterways_Flood Control 6 Emergency Management 12 1 SO4 Sewage Collection;Treatment;Disposal 7 _ S07 Solid Waste;Incineration;Landfill 6 __ i_ __ S09 Structural Design;Specialty Structures 4 S10 Surveying;Platting;Mapping 6 ` I S13 Stormwater 3 T04 Topographic Surveying&Mapping 6 WW02 Water Resources;Hjdrology_ 3 I Total - _- -__ 830 _-_ 109 WW031 Water Supply_,Treatment&Distribution 1___ 8 - 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million _ revenue index number shown at righ) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 ' 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work • 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The foresoin.is a statement of facts. a. ATURE b.DATE - March 11, 2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -162- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS . 1.SOLICITATION NUMBER(If any) 2022 122.. . PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each s.ecific branch office seeking work.) 3.YEAR 4.UNIQUE ENTITY 2a.FIRM(OR BRANCH OFFICE)NAME ESTABLISHED IDENTIFIER Ardurra Group, Inc. • 2018 09-298-1521 2b.STREET 5.OWNERSHIP 8600 NW 17TH St, Suite 200 ' 2c.CITY I 2d.STATE 2e.ZIP CODE a. TYPE Doral LFL 33126 Corporation -6a.POINT OF CONTACT NAME AND TITLE u b. SMALL BUSINESS STATUS Walfry Pevida, PE—Principal'in Charge N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 786.228.5666 WPevida@PevidaHighwayDesigners.com Ardurra Group,Inc. — 8a.FORMER FIRM NAME(S)(If any) • ESTABLISHED DENTIFFIIER UE ENTITY Pevida Highway Designers, PLLC i 2016 08-028-1523 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees C. a. — (2) a.Profile Revenue Function b.Discipline - (1)FIRM Branch Code - b.Experience Index Code Office Number 02 Administrative 137 8 B02 Bridges 3 06 Architect _ 3 C07 Coastal Engineering 4 08 CADD Technician 59 5 C10 Commercial Buildings 3 12 Civil Engineer 86 C15 Construction Mgmt 5 _ 15 Construction Inspector/Manager 74 D02 Dams Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 D03 Desalination --3 24 Environmental Scientist 19 D08 Dredging,Studies and Design 3 32 Hydraulic Engineer 5 E01 Ecological Investigations 3 38 Land Surveyor I 18 E02 Educational Facilities 2 39 Landscape Architect 3 E09 Environmental Impact Studies _5 47 Planner:Urban/Regional 5 -.H01 Harbors_Jetties;Piers;Ship Terminals^_- _ _2_ ._ 48 Project Manager 141 3 H06 High-Rise Buildings 1 - 52 Sanitary Engineer l 40 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 6 H09 Hospitals&Medical Facilities 2 58 Technical/Analyst 42 H11 Housing 6 61 Transportation 41 8 101 Industrial Buildings 3 62 Water Resources Engineer 137 2 103 Industrial Waste Treatment 1 other 4 106 Irrigation;Drainage -- 2 — -- LO2 Land Surveying � 6 L03 Landscape Architecture 2 MO1 , Mapping_Systems 2 I NO2 1 Navigation Structures,Locks 1 __I PO5 Planning(Community;Reg.Area) 2 Field Representatives 20 PO4 I Pipelines 4 - Surveying Crew&Technician 79 P05 Re.ional Planning _ 4 Construction Field Representative • 27 R04 Recreational Facilities(Parks,Marinas,etc.) 3 . GIS Specialist • 5 R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer 6 R11 Rivers;Canals;Waterways;Flood Control 6 Emergency Management 12 SO4 Sewage Collection;Treatment;Disposal 7 S07 Solid Waste;Incineration;Landfill 6 S09 Structural Design;Specialty Structures 4 . S10 Survying;Platting;Mapping 6 S13 Stormwater 3 T04 Topographic Surveying&Mapping 6 WW02 Water Resources;Hydrology 3 Total 830 36 WWO3 I Water Suppjy,Treatment&Distribution I B . 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work ( • 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million -b.Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The foresoin.is a statement of facts. a NATUR IF b.DATE March 11, 2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director • — Bid 2022-122-ND -i63- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1 1.SOLICITATION NUMBER(If any) 2022 122 ND - PART II - GENERAL QUALIFICATIONS 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED ! 4.UNIQUE ENTITY Ardurra Group, Inc. 2018 ENTIFIE09-298-1521 2b.STREET 5.OWNERSHIP 3809 Peachtree Avenue, Suite 102 - 2c.CITY 12d.STATE 2e.ZIP CODE a. TYPE Wilmington j NC 28403 Corporation ' 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Mark Weiss, PE, Practice Manager N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 910.397.2929` _ _ • _ mweiss@ardurra.com Ardurra Group,Inc. 8a.FORMER FIRM NAME(S)(If any) - - T Bb YR.ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER __- Criser,Troutman, Tanner Consulting Engineers 1950 j 062678677 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees ; c. a. (2) a.Profile '. Revenue Function b.Discipline (1)FIRM Branch Code i• b.Experience Index Code Office Number 02 Administrative 137 2 B02 Bridges 3 06 Architect _ '_ _ 3 C07 _I Coastal Engineering 4 __ 08 CADD Technician - 59 2 C10 Commercial Buildings 3 12 Civil Engineer 86 C15 Construction Mgmt 5 15 Construction Inspector/Manager 74 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer --_-___ 1 D03 4.Desalination 3 24 Environmental Scientist. 19 D08 Dredging,Studies and Design 3 32 Hydraulic Engineer 5 _ E01 . ! Ecological Investigations 3 38 Land Surveyor I 18 E02 i Educational Facilities 2 39 Landscape Architect 3 E09 Environmental Impact Studies 5 47 Planner:Urban/Re ional 5 I H01 j Harbors:Jetties;Piers;Ship Terminals 2 _ 48 Pro'ect Manager 141 2 H06 High-Rise Buildings 1 52 Sanita Engineer 40 H07 j Highways,Streets&Parking Lots 3 57 Structural Engineer 7 4 H09 j' Hospitals&Medical Facilities _ 2 58 Technical/Analyst 42 H11 Housing 6 62 Water Resources Engineer 41 101 Industrial Buildings • 3 103 ; Industrial Waste Treatment 1 106 i Irrigation;Drainage 2 L02 Land Surveying 6 - L03 , Landscape Architecture 2 i -- - MO1 Mapp g ystems 2 NO2 ; Navigation Structures,Locks 1 P05 i Planning(Community;Reg.Area) 2 Field Representatives I 20 I PO4 1 Pipelines 4 Surveying Crew&Technician 1 79 P05 I Regional Planning 4 ' Recreational Facilities(Parks,Marinas, 3 Construction Field Representative 27 R04 etc.L GIS Specialist 5 R06 1 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer 6 R11 1 Rivers;Canals;Waterways;Flood Control 6 Emergency Management • 12 SO4 i Sewage Collection;Treatment;Disposal 7 S07 ! Solid Waste;Inciheration;Landfill 6 - I S09 1 Structural Design;Specials Structures 4 S10 1 Surveying_Platting_Mapping -._ 6- __ S13 ; Stormwater 3 1---- -� T04 : Topographic Surveying&Mapping 6 WW02 ; Water Resources;Hydrology 3 Total 830 10 WW03 ; Water Suppy,Treatment&Distribution 1 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a. Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 1.0 _ 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. , a ari .; /W b.DATE W �41 •, ' March 11, 2022 r c.NAME AND TITLE I Christopher F. Kuzler, PE, Director Bid 2022-122-ND -164- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ' ARCHITECT-ENGINEER QUALIFICATIONS I 1.SOLICITATION NUMBER(If any) _ ___ _ 2022 122 ND PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.Iete for each s.ecific branch office seekin. work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 1 4.' DEN IQUER E ENTITY Ardurra Group, Inc. - 2018 09 298 1521 2b.STREET. 3 Linwa Boulevard 5.OWNERSHIP. 2c.CITY i 2d.STATE 12e.ZIP CODE a. TYPE Anderson i SC -;_29621 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Joseph Greenburg, PE- Principal N/A • 6b.TELEPHONE NUMBER 1 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 864.226.6611 _ I jreenburg@ardurra cbm Ardurra Group, Inc. 8a.FORMER FIRM NAME(S)(If any) - 8b.YR.ESTABLISHED j 8c.UNIQUE ENTITY - IDENTIFIER Desi n South Professionals 1989 " 60 684 1922 . 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees 1 c. a. Function (2) a.Profile b.Experience Revenue Code b.Discipline (1)FIRM Branch Code l Number Office 02 Administrative 137 2 B02 Bridges -1 3 06 Architect 3 C07 t Coastal Engineering ; 4 08 CADD Technician _ _ _ 59 _ 2 C10 (; Commercial Buildings 3 12 Civil Engineer • 86 T _ C15 ? Construction Mgmt 5 15. Construction Inspector/Manager 74 D02 i Dams(Earth,Rock,Dikes,Levees) 4 23 I Environmental Engineer 1 1 D03 I Desalination 3 24 Environmental Scientist . 1 19 D08 Dredging,Studies and Design 3 32 Hydraulic Engineer, 5 E01 Ecological Investigations - 3 38 Land Surveyor ---.---_.__ ._--- ._ 18 _-1.---------_-_ E02 Educational Facilities -. _ 2 39 Landscape Architect 3 I E09 i Environmental Impact Studies , 5 47 Planner:Urban/Regional C 5 H01 Harbors:Jetties;Piers;Ship Terminals I 2 48 Pro ect Manager 141 5 H06 High-Rise Buildings 1 52 Sanitary Engineer 40 3 H07 Highways,Streets&Parking.Lots 3 57 Structural Engineer 7 H09 Hospitals&Medical Facilities 2 58 _ Technical/Analyst 42 H11 Housing 6 62 Water Resources Engineer 41 3 101 Industrial Buildings 3 103 Industrial Waste Treatment 1 106 ,_lgi9ation;Drainage 2 _ 1 _ L02 l Land Surveying 6 _ L03 ! Landscape Architecture _ 2 M01 ; Mapping Systems • 2 NO2 Navigation Structures,Locks 1 P05 Planning(Community;Reg.Area) 2 _ Field Reeresentatives 20 - PO4 r Pi elines 4 Surveying Crew&Technician 79 P05. Regional Planning _ 4 - . Construction Field Representative .27 R04 ' Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist__ I . 5 R06 I Rehabilitation(Buildings,Structures) I 3 _ Aquatic Engineer ___ - • I - 6�`_` _______R11 Rivers;Canals;Waterways; Control 6-___i Emer ency Management , 1 12 SO4 I Sewage Collection;.Treatment;Disposal 7 S07 Solid Waste;Incineration;Landfill 6 S09 I Structural Design;Specialty Structures _ 4 - i S10 Surveyinj ;Platting;Mapping 6 T _ S13 I Stormwater 3 T04 j Topographic Surveying&Mapping 6 - I _ WW02 I Water Resources;Hydrology 3 Total - ! 830 15 WW03 C Water Supper Treatment&Distribution 1 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES ' PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3'YEARS 1.Less than$100,000 6.$2 million to less than$5 million _(Insert revenue index number shown at rightl_._. 2.$100,000 to less than$250,000 7.$5 million to less than$10 million ~a.Federal Work 1 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b. Non-Federal.Work • 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin is a statement of facts. a @Ib.DATE �/R e, March 11, 2022 C.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -i65- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 S 1 1.SOLICITATION NUMBER Of any) ARCHITECT-ENGINEER QUALIFICATION 1 2022 122 ND , - PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,comslete for each s.ecific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER Ardurra Group, Inc. ----- 2018 09-298-1521 2b.STREET 5.OWNERSHIP 1305 Mall of Georgia Blvd, Suite 160 2c.CITY •2d.STATE 2e.ZIP CODE a. TYPE Buford GA 30519 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Joe Downey, PE, Director/Managing Principal _ N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM Of block 2a is a branch office). - 256.996.3383 jdownpy@ardurra.com Ardurra Group, Inc. 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED DENTIFFIERENTITY Constantine En ineering 2008 1826-915-980 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN j ANNUAL__ AVERAGE REVENUE FOR LAST 5 YEARS____ - ---'--- I --- _ c No.,of Employees — T - c• a. I a.Profile I • b.Experience Revenue Function b.Discipline (1)FIRM Branch Code . Index Code Office Number 02 � Administrative 137 B02 Bridges _ 3 - -------- ---06 Architect 3 C07 ; Coastal Engineerin_g 4 08 CADD Technician ! 59 C10 j Commercial Buildings 3 12 Civil Engineer 86 C15 ; Construction Mgmt 5 15 Construction Inspector/Manager 74 j- _ _ _ - _ D02 1 Dams(Earth,Rock,Dikes,_Levees) 4 _ - 23 Environmental Engineer 1 D03 Desalination _ 3 24 Environmental Scientist I_ 19 D08 I Dredging,Studies and Design _ — 3 32 { Hydraulic Engineer• 1 5 __ E01 1 Ecological Investigations 3 38 I Land Surveyor 18 I E02 , Educational Facilities • _ 2 39 Landscape Architect I 3 _ I E09 1 Environmental Impact Studies 5 ._ F-47 Planner:Urban/Regional T 5 H01 1 Harbors:Jetties;Piers;Ship Terminals 2 48 _I Project Manager 141 3 H06 I High-Rise Buildings ) 1 52 Sanitary Engineer _ - _ (_ 40_ 2 H07 1 Highways,Streets&Parking Lots i Z 57 1 Structural Engineer 1 7 H09 Hospitals&Medical Facilities 58 Technical/Analyst I 42 j j__H11 Housing 6 62 Water Resources Engineer 41 - -4 ---1 101 I-Industrial Buildings 3 103 Industrial Waste Treatment 1 106 Irrigation;Drainage 2 _ L02 , Land Surveying 6 — • L03 Landscape Architecture 2 f_ _ MO1 Mapping Systems 2 1 NO2 Navigation Structures,Locks 1 r I I P05 ; Planning(Community;Reg.Area) 2 f Field Representatives - 20 i -PO4 ._Pipelines_ - _ _ -_ — Surveying_Crew&Technician I 79 P05 I Regional Planning 4 Construction Field Representative 27 R04 i Recreational Facilities(Parks,Marinas,etc) 3 _ —� GIS Specialist • _5 _1 R06 ' Rehabilitation(Buildings,Structures) 1_ 3 Aquatic Engineer j_ 6 _- R11 I Rivers;Canals;Waterways_Flood Control 6 Emergency Management _I 12 SO4 , Sewage Collection;Treatment;Disposal 7 r _ S07 Solid Waste;Incineration;Landfill 6 . S09 ' Structural Design;Specialty Structures 4 S10r_Surveying,Platting;Mapping. .. ......... —_ S13 Stormwater 3 T04 I Topographic Surveying&Mapping 6 WW02 I_Water Resources;Hydrology ..__ 3 Total _ 830 L 9 i WW03 I Water Suppjy,Treatment&Distribution I 8 _ 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST,3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a. Federal Work I 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million 4.$500,000 to less than$1 million 9.$25 million to less than$50 million rb Non-Federal Work_ _ .�.,.____-_ ___O___—__ ___ 5.$1 million to less than$2 million 10.$50 million or greater 'c.Total Work I 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.S ATURE I b.DATE March 11, 2022 c.NAME AND ITL 1 Christopher Kuzler, PE, Director __ --__— __J Bid 2022-122-ND -166- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) _ 2022 122 ND PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each s.ecific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME, 3.YEAR ESTABLISHED . N UNIQUE ENTITY Ardurra Group, Inc. ' 2018 09-298-1521 , 2b.STREET 5.OWNERSHIP 200 Clinton Avenue,Suite 601 . , . 2c.CITY I 2d.STATE 2e.ZIP CODE I a. TYPE 'Huntsville AL 35801 ; Corporation 6a.POINT OF CONTACT NAME AND TITLE , b. SMALL BUSINESS STATUS Joe Downey, PE, Director/Managing Principal N/A . 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 256.996.3383 jdowney@ardurra.com Ardurra Group,Inc. • 8a.FORMER FIRM NAME(S).(Ifan) ` , 8b.YR.ESTABLISHED 8c.UNIQUE ENTITY y IDENTIFIER Constantine Engineering, Inc. . 2008 • - 1 826-915-980 9.EMPLOYEES BY DISCIPLINE 10.PROFILE,OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees '.I C. a. (2) a.Profile b.Experience Revenue Function Index b.Discipline (1)FIRM Branch Code Code l Office . Number 02 Administrative • 137 1 B02 ! Bridges • 3 06 Architect • 3 C07 Coastal Engineering 4 08 CADD Technician • 59 C10 Commercial Buildings 3 12 Civil Engineer 86 2 C15 ; Construction Mgmt 5 15 i Construction Inspector/Manager 74 1 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer . _ 1 D03 Desalination 3 24 Environmental Scientist 19 D08 1_Dredging,Studies and Design 3 _ 32 Hydraulic Engineer -_ I 5 E01 I Ecological Investigations 3 38 Land Surveyor 18 E02 { Educational Facilities 2 39 Landscape Architect ___�___ ___ 3 E09*_Environmental Impact Studies 5_. 47 Planner:Urban/Regional 5 H01 -i Harbors:Jetties;Piers;Ship Terminals 2 48 Project Manager 141 H06 High-Rise Buildings 1 52 Sanitary Engineer _ 40 1 1 H07 ', Highways,Streets&Parking Lots 3 57 Structural Engineer ( 7 H09 Hospitals&Medical Facilities 2 58 Technical/Analyst i 42 H11 -r Housing 6 62 Water Resources Engineer 1 41 101 Industrial Buildings I 3 103 Industrial Waste Treatment 1 1 l 106 i Irrigation;Drainage _ T _ 2 ._ - -- - - - - - - L02 i Land Surveying - ! L03 Landscape Architecture 2 _ _ 1 MO1 Mapping Systems_ _ - - 2 _ NO2 ? Navigation Structures,Locks. 1 P05 ! Planning(Community;Reg.Area) 2 I Field Representatives 20 PO4 Pipelines 4 ' Surveying Crew&Technician 1 79 P05 Regional Planning 4 Construction Field Representative 27 R04 Recreational Facilities(Parks,Marinas,etc.) 3 GIS S ecialist 5 R06 Rehabilitation(Buildings,Structures) 3 . Aquatic Engineer .6 R11. Rivers;Canals;Waterways;Flood Control 6 _ __Emergency_Management _ 12 I SO4 Sewage Collection;Treatment;Disposal 7 • S07' I Solid Waste;Incineration;Landfill 6 i -J _ _ S09 I Structural Design;Specialty Structures 4 S10 l Surveying;Platting;Mapping 6 S13 Stormwater _ 3 { - T04 Topographic Surveying&Mapping 6 WW02 ! Water Resources;Hydrology 3 I Total 830 .5 WW03 Water Si pply,Treatment&Distribution , 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work I f 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work i . .-9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work l 10 _ 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a._ ATURE b.DATE �� I. March 11, 2022 c.NAME AN.TIT ,Christopher Kuzler, PE, Director 1 Bid 2022-122-ND -167- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 11.SOLICITATION NUMBER(If any) PART II - GENERAL QUALIFICATIONS _ �' (If a firm has branch offices,complete for each specific branch office seekin. work.) 3.YEAR ESTABLISHED 14.UNIQUE ENTITY 2a.FIRM(OR BRANCH OFFICE)NAME 2018 IDENTIFIER Ardurra Group;Inc. 09-298-1521 2b.STREET 5.OWNERSHIP 3012 26th Street - 2c.CITY 1 2d.STATE 2e.ZIP CODE a. TYPE Metairie LA 70002 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Ann Springston, PE-Sr. Project Manager N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 504-454-3866 �aspringston@ardurra.com T Ardurra Group,Inc. --�' r8c.UNIQUE IDENTIFIER 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED I NUMBER Ardurra Group,.LLC . 1977 109-298-1521 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS --- c.No,of Employees_- a a. a.Profile Revenue Function (2) b.Experience Index Code b.Discipline (1)FIRM Branch Code I Number Office 02 Administrative 137 4 B02 ' Bridges 3 06 Architect 3 C07 , Coastal Engineering_ 4 08 CADD Technician I 59 _r C10 _ Commercial Buildings 3 , 12 Civil Engineer 86 5 C15 Construction Mgmt 5 15 Construction Inspector/Manager 74 _ 1 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 D03 Desalination 3 1 24 Environmental Scientist_ 19 I D08 i Dredging,Studies and Design 3 32 [ Hydraulic Engineer 5 T E01 I Ecological Investigations 3 38 Land Surveyor 18 E02 : Educational Facilities ?_ _ 39 Landscape Architect 3 _ E09 Environmental Impact Studies 5 47 Planner: Urban/Regional L 5 -r 1-101 ! Harbors:Jetties;Piers;Ship Terminals �2 48 J Project Manager 141_ H06 High-Rise Buildings 1 52 Sanitary Engineer I 40 1 H07 Hi hways,Streets&Parking Lots _ 3 57 Structural Engineer 1-- 7 1 _ H09 Hospitals&Medical Facilities 2-. 58 Technical/Analyst G 42 I H11 ;_Housing I 6 62 Water Resources Engineer 41 101 i Industrial Buildings 3 r t 103 , Industrial Waste Treatment -I 1 106 ; Irrigation;Drainage I 2 r-- L02 ; Land Surveying 6 L03 : Landscape Architecture . 2 _ MO1 ' Mappipg_Systems 2 NO2 Navigation Structures,Locks _ 1 _ P05 Planning(Community;Reg.Are_a) 2 _ Field Representatives 20 PO4 Pipelines -r 4 r Surveying Crew&Technician 79 P05 Regional Planning 4 I Construction.Field Representative 27 R04 : Recreational Facilities Parks,Marinas,etc.) 3 - GIS Specialist 5 R06 , Rehabilitation(Buildings,Structures) 3 Aquatic Engineer_ _ 6 R11 Rivers;Canals;Waterways;_Flood Control _ 6 Emergency Management 12 _ SO4 Sewage Collection;Treatment;Disposal 7 . _ S07 Solid Waste;Incineration;Landfill 6 j _ S09 Structural Design_Specialty Structures - 4 - S10 Surveying;Platting;Mapping I 6 - _ S13 Stormwater 3 - _ r T04 Topographic Su_pying&Mapping 6 WW02 Water Resources;Hydrology - 3 Total $3Q r 12 WW03 ; Water Supply,Treatment&Distribution 1 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right)_` J 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a. Federal Work 1 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work . 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin•is a statement of facts. a�� WM PM WM I' Igr b.DATE March 11, 2022 II r c.NAME AND TITLE 1 Christopher F. Kuzler, PE, Director- -__„_________ ___ -_-_______ Bid 2022-122-ND -168- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS i 1.SOLICITATION NUMBER(If any) Bid 2022-122-ND PART II -GENERAL QUALIFICATIONS Of a firm has branch offices,com.lete for each s.ecific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.UNIQUE ENTITY IDENTIFIER ESTABLISHED Media Relations Group, LLC 1999 2b.STREET 5.OWNERSHIP 14707 South Dixie Hwy, Suite 404 2c.CITY • 2d.STATE 2e.ZIP CODE a. TYPE Miami FL 33176 LLC 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Alicia Gonzalez 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 305-254-8598 _ agonzalez@mrgmiami.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR. Sc.DUNS NUMBER ESTABLISHED 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. (Z) a.Profile Revenue Function b.Discipline (1)FIRM Branch Code b.Experience Index • Code _ Office Number N/A Public Involvement 10 N/A Public Involvement T ---- ------ ----- ---- -- ---- 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work N/A 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b. Non-Federal Work 5 4.$500,000 to less than$1 million 9.$25 million to less than$50 million 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 5 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a.SIGNATURE I b.DATE 3/11/2022 .cet, 1 c.NAME AND TITLE Alicia-Gonzalez, President Bid 2022-122-ND -169- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) Bid 2022-122-ND PART II -GENERAL QUALIFICATIONS (If a firm has branch offices,corn•Iete for each s.ecific branch office seeking work.) 2a FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.UNIQUE ENTITY IDENTIFIER I I ESTABLISHED 610175130 Eastern Engineering Group Company 2005 2b.STREET 5.OWNERSHIP 3401 NW 82nd Avenue, Suite 370 2c.CITY 2d.STATE 2e.ZIP a. TYPE FL CODE Corporation Doral 33122 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Raissa R. Lopez, P.E., President SBE-AE, SBE-GS, MBE, MWBE, DBE eb.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM Of block 2a is a branch office). 305-599-8133 raissa@easterneg.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR. 8c.DUNS NUMBER ESTABLISHED 9,EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c No.of Employees c a, (2) a.ProfJe Revenue Function Experience b,b.Discipline (1)FIRM Branch Code Index Code Office Number 02 Administrative 6 A06 Airports,Term.&Hangars 1 08 CADD,Technician 20 C05 Child Care/Dev.Facilities 1 12 Civil Engineer 1 C10 Comm.Building/Shopping Ctr 1 48 Project Manager 5 D04 ' Design-BuildIRFP 1 57 Structural Engineer 3 D07 Dining Halls;Restaurants 1 I E02 Educational Facilities 1 1 GO1 Garage;Parking Lots 1 H06 Highrise;Air-Rights Bldgs 1 H07 Highways;Parking Lots 1 H09 Hospital&Med.Facilities 1 H10 Hotels;Motels ' 1 H11 Housing 2 106 Irrigation;Drainage 1 ( l LO1 Lab;Medical Facilities 1 001 Office Building 1 P12 Power Generation 1 R04 Recreation;Parks&Marinas 1 SO4 Sewage Collection 1 S09 Structural Design 4 T02 Testing&Inspection Serv. 1 W01 Warehouse&Depots 1 W03 Water Supply;Treat&Dist 1 Total 35 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than S100,000 6.52 million to less than S5 million (Insert revenue index number shown at right) 2.5100,000 to less than 5250,000 7.55 million to less than St million a.Federal Work 1 3.5250.000 to less than 5500,000 8.S10 million to less than$25 million b.Non-Federal Work 4 4,5500,000 to less than S1 million 9.$25 million to less than S50 million c.Total Work 5 5.51 million to less than S2 million 10.S50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a SIGNATUR-: b.3 DATE )22/2022 c NAME AND TITLE + , Raissa R. Lop- , PE, President Bid 2022-122-ND -170- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 i 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS _! Bid 2022.122_ND __ __ PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each s.ecific branch office seekin.work.) 3.YEAR 4.UNIQUE ENTITY IDENTIFIER 2a.FIRM(OR BRANCH OFFICE)NAME Geosol, Inc. ESTABLISHED N/A 2000 2b.STREET 5.OWNERSHIP 5795-A NW 151 st Street • 2c.CITY - 2d.STATE 2e.ZIP a. TYPE Miami Lakes FL CODE Corporation 33014 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Oracio Riccobono, P.E. FDOT Certified DBE 6b.TELEPHONE NUMBER I 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). (305) 828-4367 j geosolusa@bellsouth.net N/A 8a.FORMER FIRM NAME(S)(If an) 8b.YR. 8c.DUNS NUMBER Y ESTABLISHED -_- -------------- ------ ---------- ----- -- I N/A --- 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. •(2) a.Profile Revenue Function b.Experience b.Discipline (1)FIRM Branch Code Index Code Number _--- - _-� -- Office 02 Administrative 1 27 Geotechnical Services in 2021 6 Civil Engineers 3 C 27 Geotechnical Services in 2020 6 Soils Engineers 4 27 Geotechnical Services in 2019 _- t-6 - Engineerin_g Technicians 6 27 Geotechnical Services in 2018 6 Draftmen 1 27 Geotechnical Services in 2017 6 Geotechnical Services in 2016 I '6 Geotechnical Services in 2015 I 6 Geotechnical Services in 2014 I 6 Geotechnical Services in 2013 6 Geotechnical Services in 2012 6 `- i Geotechnical Services in 2011 1 5 Geotechnical Services in 2010 I 5 Geotechnical Services in 2009 5 { Geotechnical Services in 2008 _ 5 I _ Geotechnical Services in 2007 I 5 j I Geotechnical Services in 2006 j- 4 Geotechnical Services in 2005 4 Geotechnical Services in 2004 3 Geotechnical Services in 2003 1 3 { I ' - - i 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) - 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a. Federal Work 5 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 4 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work j 6 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE .. pb.DATE The fore.oin.is a statement of facts. a.SIGNATURE "• 3-22- 2-2022 c.NAME AND TITLE Oracio Riccobono, PE, President - -_ Bid 2022-122-ND -171- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION 20 rloN NUMBER(irany) Bid 2022 122 ND __ _ _ __ PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 3.2a.FIRM(OR BRANCH OFFICE)NAME E FABLISHED 4.UNIQUE ENTITY IDENTIFIER T Louis J. Aguirre &Associates, P.A. 1970 014512630 2b.STREET 9150 S. Dadeland Blvd., Suite 900 5.OWNERSHIP 2c.CITY 2d.STATE 2e.ZIP a. TYPE FL CODE Corporation Miami 33156 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Michelle M. Martinez, Business Manager Small 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). (305)670-0141 _ —mmartinez@Ijaapa.com _ 8a.FORMER FIRM NAME(S)(If any) eb.YR. 8c.UNIQUE ENTITY IDENTIFIER EST N/A NA BusHE° LN/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. -- ------ —---- Revenue Function (2) a.Profile b.Experience Code b.Discipline (1)FIRM Branch Code Index Office Number 04 Administrative 3 H09 Healthcare Facilities _ 4 08 CAD Technicians 5 E02 Educational Facilities 6 16 Construction Manager — 1 A06 Airport Facilities _ 5 21 Electrical Engineer 5 1-111 Housing 3 42 Mechanical Engineer 7 GO1 Garages 2 • L05 L Lighting_(Interior,Theater) _ .1-_„_2 P13 I Public Safety Facilities I 2 F03 Fire Protection 3 H08 Historical Preservation 1 J01 Judicial&Courtroom Facilities 2 I • i — i Total 21 I —11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF'FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million . (lnsertrevenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work , 1 '3.$250,000 to less than$500,000 8.$10 million to less than$25 million ;ti.'Non-Federal Work 4 4.$500,000 to less than$1 million 9.$25 million to less than$50 million 5.$1 million to less than$2 million 10.$50 million or greater c:,Total'Woik 4 12. AUTHORIZED REPRESENTATIVE The foresoing is a statement of facts, a.SIGNATURE b.DATE BP3-22-2022 c.N.,•,E AND TITLE Louis . s.• re, P. . L ED®AP Presiden9 i Bid 2022-122-ND -172- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) i _ 1_ Bid 2022.122_ND_T_ -___- _ PART II - GENERAL QUALIFICATIONS (If a firm has branch offices,com.lete for each s.ecific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.DUNS NUMBER Corrpro Companies, Inc 1984LISHED 131930810 2b.STREET 5.OWNERSHIP 7000A Hollister Street 2c.CITY 2d.STATE 2e.ZIP CODE a. TYPE Houston TX 77040 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Dirk Van Oostendorp 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 713-351-0280 dvanoostendorp@aegion.com Aegion 8a.FORMER FIRM NAME(S)(If any) 8b.YR. 8c.DUNS NUMBER ESTABLISHED 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS I c.No.of Employees C. a. Revenue Function (2) a.Profile b.Experience Code b.Discipline (1)FIRM Branch Code Index _---Office ..Number L 02 Administrative 21 10 B02 Bridges 6 08 CADD Technician 5 1 j C17 Corrosion Control,Cathodic Protection 10 15 Construction Inspector 14 6 I PO4 Pipeline 8 16 Construction Manager 8 2 W03 Water Suppjy,Treatment&Distribution 8 17 Corrosion Engineer 47 26 18 Cost Engineer/Estimator 5 3 48 i Project Mana er-,_ ' 25 j _ 16 58 Technician/Analyst 97 r 60 j — — — — — — I- I 11.ANNUAL AVERAGE PROFESSIONAL SERVICES _ PROFESSIONAL SERVICES REVENUE INDEX NUMBER • REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right 2.$100,000 to less than$250,000 7.$5 million to less than$10 million _a. Federal Work 6 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b. Non-Federal Work 10 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work —16 i 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a.SIGNATURE b.DATE Iotsr 2uoaP„ce 3-14-22 c NAME AND TITLE John Wallace— Business Develop_ment Bid 2022-122-ND -173- -- j DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15 2 N\ IAMI BEACH ,... „, i ...„..„-,,., ,,; -.„, ....,..._ "..,„. ,,E,. , ,.....: _. ,..,, r...,,,--; _.„„ ,,,, ..... ..„....„.,,„,,,,,,,.,,,.._ „„,„..,....„ ,,......,,, .... J, . ,... , ,, , ,.: ,.....,-...:;--....2m,n-r tifr."-j...f., L,:. - . ..,:elsz, -.-lir -"".."7.-r--.::::,..a10.-:11 lir. ---- -7:F1'4'31--.0. -' %:‘-- ---.--- 1,k5z, n aa-�` ,y&,, K � . %fig �L d ' N ' ,i ii ii I ta-V-c-N. , iIg 0 N '....... _r; .,,..j......-w 00,-"---.e00 I: . lot t «r ty 41/ ....i.e..... 1r �. r t o �• „r.• s_,� `- I+r 5 Y ■troy inn ■r I i� i SSN S �--y.° '7' • �� —T.n "4.u' :"."' '''-71'j 4 Ili'"*!:C::e.••;.‘"4.0.Itrof7.' ' ., -- '': .411-1‘.. '19,4e,f4 4 41 .,''' : ."- ' .400-• '.,4,_.••: .1...„41r:, -CW,..4.. -1 .61,,-'7," .. °. '4,4'.• 4: 4 .,., '' ' ....-4••• l y-,„ d v t •• • +1dSr ,,, .fa t ~� ° ., ,S,.34• •} n+IFy'�_�A `r o, I , t , 1. 4. r :C! O na j,KC��: .' l 'Ilk 0. t .'srr-r i. Al; f.?- . F r.ta t.. -D .1T�P , 'T . i '. - i �_ ,f V�y,i� ly 4.; 1t�■IJ-J" , , l�MI;;..r,1.X "�_. �114' �C�" 1 ..ya •C c.vht .c- _/_.: �+ 1 ' i�• - ... '� '- 4,... �i AL* {a ;'r i • !11 ,, i ..� �'. ,ice / 'r ��I��r '" + A' .w' / I'I�Ie t t S 1. 111111111111141111111111111 TAB 3 Approach & Methodology . , , , , , /\\/ ARDURRA DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 / \/ Tab 3 —APPROACH & METHODOLOGY ARDURRA INTRODUCTION The City of Miami Beach is an international attraction for travel,business,and its residents. The City has a beautiful Miami downtown skyline,a reborn Miami Beach,a modernized transportation infrastructure and a new way of life that features the arts,culture,sports and entertainment,all with an international character. With a population of over 96,000,the City is over soo years old and many of its water and wastewater infrastructure assets are showing 4 ,.i ,I signs of aging.The City is densely developed and lies within a - . � it i ' " porous barrier island with approximately 7o miles of shoreline and i _ ;-.� an average ground elevation of 4.4 feet NAVD,making it very - - _ susceptible to sea level rise. The highest King Tide experienced to - date reached 2.2 feet NAVD,inundating large areas of the City. For Miami Beach,the impact of sea level rise is not a possibility,but . rather,a reality that requires immediate action for cost-effective solutions to protect and preserve its citizens,assets,and lifestyle. Sea level has been rising linearly for over ioo years and is now projected to increase at an accelerated rate into the foreseeable _ji., future. The City of Miami Beach updated its Water and Wastewater Master Plans in October 2019 and is currently implementing its Capital - iik' e Improvements Program(CIP)over a 25-year planning period from 2020 through 2045. The updated Master Plans incorporated a prioritized list of"High Criticality Assets"and"Medium Criticality Assets"as presented in the Water and Sewer Renewal and Replacement Report completed in 2018 by Hazen&Sawyer. This report was based on a visual condition assessment of the City's major above-ground water and sewer assets(pump stations,storage , tanks,and aerial crossings of water bodies). The visual condition . assessment was based on site inspections with City staff during i . which mechanical,structural,electrical,instrumentation,heating, 4,_l ��v ilim ventilation and air-conditioning(HVAC)elements were examined as ,=,- ii . - _ -^ice required. The condition assessment established a Probability of =s.. Failure(PoF)and a qualitative Consequence of Failure(CoF),which were subsequently cross-referenced to develop a prioritized list of Renewal and Replacement(R&R)projects. The updated Master Plans were prepared based on readily available information,visual inspections,condition assessments,and on limited field data collection. While the master planning effort was considered adequate to identify CIP projects and priorities,it is noted that it also identified key areas of uncertainty and recommended the incorporation of contingencies in the City's capital budget,to allow for additional capital improvements resulting from unanticipated infrastructure failures/repairs. Ardurra Group Inc.(Ardurra)reviewed the City's most recent Master Plans for water and wastewater as well as the respective modeling reports to develop a more in-depth understanding of the current conditions of the water and wastewater systems and of the proposed improvements. Bid 2022-122-ND -174- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 / \/ Tab 3 —APPROACH & METHODOLOGY ARDURRA BACKGROUND The City of Miami Beach purchases treated potable water from Miai-Dade Sewer epartment resells it to its customers. Theunty Water re are multiple ple onnectiions,(MDWASD)and �' _ '_ B 1 MDWASD system. The City also collects wastewater from its I ai customers,including satellite cities,and conveys that water to _ i ,' s :_ MDWASD for treatment and final disposal. Satellite cities discharging I _ e Ay ' 0 wastewater to the City includes the Village of Bal Harbour,the Town '-f of Bay Harbor Islands,the City of North Village,and the Town of — I Surfside. o- 1,,, 8 1 As a result,the City is one of MDWASD's single largest volume sewer ,r p j , ;' customer.Pipelines and pump stations are the backbone of the City's _ k.i .t; distribution and collection system and are in constant need of renewal ,t',I <� and upgrade. Because of its status as an attractive tourist and IS,_ business destination,the City experiences substantial transient II • � 1! population that increases demand on both its water and wastewater r t.'I'i• �` systems/infrastructure. - . Water System I The City of Miami Beach water distribution system serves over 96,000 i_ 1 - 'q -" = __ residents, 2 00o hotel guests,and a floatingpopulation of o 000 1' t people. The water system is supplied with an average of 23 million z' gallons per day(mgd)by the Miami Dade Water and Sewer City of Miami Beach Water System Department(MDWASD)via 5 water mains,ranging from 20 to 36 inches in diameter. CITY OF MIAMI BEACH DISTRIBUTION SYSTEM Booster Pump Station 6 ea Storage Capacity 14 mg Approximately 47%of the City's water Storage Tanks 4 ea mains are cast iron pipe(CIP),46% 184 miles ranging from ductile iron pipe(DIP),with the Water Mains mostly remainingof vin I chloride 2 to 36-inches in diameterP Y Y Fire Hydrants 1,300 (PVC)pipe. It is noted that an estimated Water Meters 4o%of the water mains are 5o or more (including irrigation meters) 13,50o years old. Water System Model—InfoWater The updated Master Plan upgraded the 1994 KYPIPE model of the water system to a dynamic InfoWater model. The InfoWater model was constructed based on the City's GIS database,as-built records,pump curves,SCADA for booster stations and storage tanks,customer billing records,and pressure field measurements. The model was calibrated against flows,pressures,and tank levels. Water System—Recommended Improvements The Master Plan evaluated the capacity of the water system using the InfoWater model under current and future conditions,analyzed fire flows,estimated water age in the distribution system,incorporated high and medium criticality assets and conducted an asset inventory analysis based on probability of failure and consequence of failure. Bid 2022-122-ND -175- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 / / Tab 3 — APPROACH & METHODOLOGY ARDURRA Projects were recommended to maintain the City's water infrastructure over the next 25 years and categorized based on the �..a primary driver as either"Capacity Improvements",intended to increase capacity to meet demand,or"Renewal and Replacement", intended to address infrastructure that is nearing its useful life and/or needed to maintain reliability. Projects were also grouped as either"Pumping and Storage Facility"or"Water Distribution". j. Opinions of probable project costs reflect AACE International Class 5 level estimates with an expected accuracy range of+5o%and-3o%. The attached chart provides projected expenditures through the 25- IIIIIII I I I I I I I I I I Year planningPeriod by category and grouping. ` Projected Expenditures Wastewater System The Miami Beach sanitary sewer system collects and transmits sewage to MDWASD's Central District WWTP through a single 6o-inch connection for treatment and disposal. CITY OF MIAMI BEACH SANITARY SEWER SYSTEM Pump Station 23 service areas g 1 i 1 ' A Booster Stations 2 ea I '-'7"? - " I Gravity Sewer Mains -1.i7 miles \+ l Manholes 3400 manholes 4,- ■ 26 miles ranging from -in I . ' _ Force Main 6 inches to 6o inches in diameter / ._ / ' ., ,0,, • Estimated 8o%range from 8 inches to -� i'; _ a - 3o inches ' _ --:�-- " ti Approximately 35%of the City's force mains are CIP,17%are -- DIP,g%are High Density Polyethylene(HDPE)pipe,and 38% _ , are unknown. About 33%of the force mains are in the range of --I - 20-4o years old,with 52%unknown. .=I- . .� r. ...�` 03 Wastewater System Model-InfoWorks .: L R' ' ,,,�2, : - An InfoWorks hydraulic transmission model was developed as part of the i 9 I` ' Wastewater Master Plan to provide a tool to evaluate the capacity of the f -,i • :tit ••.1 system under current and future conditions,and to fulfill the 2013 EPA Is I Consent Decree requirements for Volume Sewer Customers. The model it If ';- includes all hydraulic components from the pump station wet wells �� = ^,'', through the force main network to the connection with the MDWASD City of Miami Beach Wastewater System system. The gravity collection system is not generally included in the model with the exception of major gravity mains or gravity mains that convey flows being re-pumped. The model runs are based on fixed inflow hydrographs into each wet well,with the pumps running in accordance with on/off elevations provided by the City. The InfoWorks model was constructed based on the City's GIS database,as-built records,pump curves,field visits, field measurements of pressures,and on/off wet well settings. Difficulties were experienced in obtaining accurate data for pump station on/off levels as well as for flow calculations based on wet well stages. These difficulties were reflected in the calibration results when comparing measured and simulated pressures at the pump stations. Bid 2022-122-ND -176- DocuSign Envelope ID:59D12E6F6507-4CF8-863B-7C23828F15A2 ^ / U Tab 3 —APPROACH & METHODOLOGY ARDURRA Wastewater System—Recommended Improvements The Master Plan evaluated the capacity of the sewer transmission system using the InfoWorks model under current and future conditions,prioritizing gravity main lining based on theoretical Infiltration and Inflow(I&I)and estimating remaining useful life based on pipe age and material. It also incorporated high and medium criticality assets and conducted an asset inventory analysis based on probability of failure and consequence of failure. Projects were recommended to maintain the City's sewer infrastructure over the next 25 years. They were categorized based on a primary driver as either"Capacity Improvements",intended to increase capacity to meet demand,or"Renewal and Replacement", I- intended to address infrastructure that is nearing its useful life and/or I, needed to maintain reliability. Projects were also grouped as either "Gravity Mains","Force Mains",and"Pump Stations". Opinions of f 111111111111111111 probable project costs reflect AACE International Class 5 level estimates with an expected accuracy range of+5o%and-3o%. The attached chart provides projected expenditures through the 25-year planning period by category and grouping. Projected Expenditures SCOPE OF SERVICES APPROACH With the completion of the City's Water and Wastewater Master Plan,the City started the implementation of their capital improvement projects.Over the past five years,Ardurra has worked in close partnership with the City in the fast-track implementation of its CIP projects. We support the City's objective of advancing priority projects in an expeditious and cost-effective manner and remain committed to continue our successful collaboration in the continued implementation of the CIP. The first step in any project assignment is to understand the known factors that need to be considered in the development of the Scope of Services,which may include the following: 1. Identify the goals and objectives of the project through meetings and discussions with the City of Miami Beach and other project stakeholders 2. Attend local public meetings 3. Identify special constraints or requirements 4. Assemble and review any existing information 5. Conduct a field review for the project 6. Identify special permitting concerns Once the nature of the work and level of effort are clearly defined,Ardurra will prepare a well-defined Scope of Services,critical path schedule and budget for execution of the project. Emphasis will be on verifying that all efforts required to meet the City's needs are identified. The draft Scope,schedule and budget will be submitted to the City for review and feedback.We would then meet with City staff to finalize these documents to the City's satisfaction. Bid 2022-122-ND -177- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 / / Tab 3—APPROACH & METHODOLOGY ARDURRA Project Management Plan KEY ELEMENTS OF PROJECT MANAGEMENT PLAN Once a service order is issued, Mr. Maristany, Project Manager,will establish a Project Management Plan,or PMP, ✓ Goals/Critical Success Factors - that will serve as the project reference guide(see attached table). ✓ Scope of Services Task Breakdown Structure • Critical Path Schedule Services will proceed in accordance with the approved plan. Any deviation from the approved schedule,assigned staff or ✓ Team Organization&Responsibilities budget would require approval of the City. ✓ Quality Control Process Progress Reports ✓ Communications Plan At Ardurra,we understand the City must remain informed about the current status of its projects on an ongoing basis. `� Contingency/Risk Management Plan. We will address this need throughout the life of our contract by providing periodic project status reports at least on a monthly basis.The status report will be maintained by the Ardurra's Task Lead and will be provided with our monthly invoices as backup and reference information. Each Progress Report will describe developments within the project during the reporting period.In addition,the project status report will specifically address the project schedule, the budget,and any corrective actions that need to be taken and by whom. The Project Status Report will also outline efforts anticipated during the coming reporting period,with emphasis on any upcoming deadlines or milestones.This report will also serve as an exception report to inform the City of any unexpected developments in the project and the manner in which these issues have been resolved by the project team.The Project Status Report will enhance coordination efforts with the team and the City. PROJECT PLANNING APPROACH At the City's discretion,Ardurra can perform planning,feasibility "The quality of work provided by studies,modeling,and preliminary engineering covering key issues related to the proposed project. Typical tasks related to Ardurra demonstrated an preliminary engineering and the development of the Basis of understanding for both the technical Design Report may include the following: and financial aspects. The quality of work was excellent,and the • Review of site and existing studies and drawings project completed below budget as a • Data collection and surveying result of project cost control by • Model development&calibration Ardurra." • Forecasting/demand development • Defining land acquisition needs Regional Loop Phase II-Peace River • Permitting requirements Manasota Regional Water Supply • Scenario analysis Authority • Corrosion/deterioration studies --PatrickJ. Lehman,PE,Executive • Alternatives development Directory • Cost evaluations • Identification of grant funding sources • Report and recommendations development Bid 2022-122-ND -178- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Hydraulic Modeling ` - ` ' 1.; ' ' The City of Miami Beach recently developed its water and wastewater :e .$. ;` I,�*-. «- r, models and Master Plans. Therefore,the extent of future modeling work .fe_ _ = i is expected to be more limited,primarily involving localized modeling in °_`= ,:- .- _ y"'a pl. support of a detailed design. This type of work may include the i _ �__, �_ `; modelsthat relyon the larger model for _ =ice, -xt- application of more discrete local g boundary conditions. =. . � Additionally,for larger pressure mains,it may be prudent to conduct transient analysis to identify potential risks with pipes and equipment, .` -� ±' locate trouble spots,and identify appropriate surge control measures. MDWASD InfoWorks Sewer Model Screen Shot t Inventory Data __ At the direction of the City,Ardurra can 'Porcomoins Interpolation from Surroundings .Collection I' Gravity sewers Tabular/SpatialJoina p= expand or refine its models based on tManholoaIchambers' Previous Models 11 'System ;_ p `;Netwc i, additional data collection,expand the 'Pumping °ManuaP Creation of Pumping C ----- stations sewer model to incorporate the gravity Operational Data V system,and apply the models or a portion 'Pump.curvos D thereof to analyze specific projects that Start!Stop Covets, Selection of°Typfcar Doy - • ProeossingofSCADAdata D'--' ( may require more detailed capacity or tMotor Insertion VaNtiPtisitlons ol=vatlons Discussions with operators Hydraulic t performance evaluations. — Mod'el (, Load./Demand Data - A review of the most recently developed tory,VJtidthtirLcods hydraulic models suggests that the Spatial Allocation of Loads it InfoWater model calibrated fairly well. We!yyealher Loads Developing Base flows,Diurnal Patterns,etc. Initial Extraneous flow(l/I)paronieterestimates 1 However,the InfoWorks transmission - ti model did not match observed data as well, r suggesting that there may be opportunities Typical Infoworks Model Process to refine the input data. Since models are as good as the data used in their construction,it may be important to conduct a data gap Data Sources analysis to identify outliers in the data, c and also to verify key information such Previous as pumpcurves,on/off elevations,wet �� Billing As-built �—. well dimensions,valve positions,pipe R ecords connectivity,pipe dimensions,l&I,and SCADA _GIs orator others. f ecords - 4,' Model Data X *'.ii' The Ardurra Team is fullyared to I I Pre P oatetunents Data rump Data f rxm t its support the City on all of its modeling ' needs. Our experience in water and -Catchments ID •Pump ID Un a t'1Man'huleID .tif •Location •Location 3�_J Type of Manhole J'. wastewater modeling of utilities is •Area •Pump Curves or, ,nrrry gam, R;5Cooriln tes°: comprehensive,from the •Population •Porttp Type I Manhe'e Diame •Start/Stop Heads t elt IRIAI/Ca°m d Le el development of full-scale utilityWet Well Details .gtrailottoi-a ' .;�Im" Leele' h- i P a; models to the application of more of 1 e,I•I ff al 1' localized models. We are well versed tl in multiple models including Data Sources for a Typical Infoworks Model InfoWater and InfoWorks. The attached graphics illustrate the data sources and model development process for a typical InfoWorks model. Bid 2022-122-ND -179- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 A/ Tab 3 —APPROACH & METHODOLOGY ARDURRA Conceptual Design and Basis of Design Report Upon completion of planning phase activities and as directed by the City,Ardurra will proceed with the Conceptual and Basis of Design process,which is intended to be iterative and conducted with the City's input. Meetings will be held with City staff,stakeholders,and local regulators to firmly establish the design approach and regulatory constraints. In general,the evaluation may include the following elements: • Current and future flow and demand conditions • Adaptation to Sea Level Rise - _ • Pipeline sizing and hydraulic analyses -`. �� � mX'� ,,-, , i . f` • Water hammer analysis A, .,t,. , riA'ii, - - ifix t„ • Proposed pumping facilities r.' i \ ''' • f-A '` +' P P P 9 -� ., s 2, °+e l , s- 1, ■ Required control devices,valves and other j; _ �T' ":,r a; 4•'-, .'r components t , r �...ti • Fire hydrant coverage a } r ; • Required pressures zK° ( ,. 7. ,F > • Available rights-of-way and easements ,^ sX1.('"' 1: • Pipeline route alignment �',.: , ,,• It' • Special crossings _ 0.4 • Constructability/maintenance of traffic A rum,STertcaaen-rcrS1601 . • Regulatory/permitting issues _- --VIEW,. — -- . — --- -- -- ■ Maintenance&operation constraints ,s • Public information Soils and geotechnical MDWASD Pump Station o677 considerations ,,,-:.---R —. --.,-,. -., -, ,.-. , • Existing utilities Preliminary engineering deliverables will be presented to the City in a Basis of Design Memorandum/Report or in other City preferred format. On design projects,Ardurra can develop a number of alternatives and associated cost estimates for addressing the City's needs. The recommended alternative will be reviewed,discussed and agreed with the City,with the Basis of Design Report(BODR)finalized prior to proceeding into the preliminary design phase.The BODR will serve as a guide during the design phase and provide necessary documentation required for permitting. PROJECT IMPLEMENTATION APPROACH Project Kick-Off The first task in the project implementation phase involves a kickoff meeting with City staff and our team to review responsibilities,identify budgets,schedules,deliverable dates,technical reviews,communication requirements and QA/QC requirements. % i CONSULTANT 1, ..s►. ARDURRA DEVELOPS DELIVERABLES i. ENGINEERING DRAFT WORK ORDER •Basis of Design Report DRAWINGS& CITY ASSIGNS -- =- -----> •surey y SPECIFICATIONS _ •.GeotechnicalReport U PROJECT •EngineeringDrawingsat •Engineering Drawings and Periodic'Milestones Q ; Specifications Q ; CITY APPROVES •Cost Estimates P •Technical Specifications In CC WORK ORDER •• •Easement Documents i` Electranic-and Hard Copy O. • l: •.Permitting i, w CONSTRUCTION FINAL SUBMITTALS I O - CONSTRUCTION SERVICES a -: CLOSE OUT&POST , •Engineering Drawhlgg' CONSTRUCTION •RFIProcessing 4 •Technical Specifications {, ' PERMITTING ASSISTANCE •Shop Drawings •Cost Estimate I I. •Change Orders i •Copies of oil Permits 1 •Site Visits •Easements • i'. {{ i Bid 2022-122-ND -18o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY • ARDURRA Preliminary Design Phase (3o% Design) i V The 30%design phase is the first step in the detailed design and generally cur or nTTAAu erect{ involves surveying,geotechnical investigations,contamination assessments PUBIIOWOR/:S MANUAL S rat{1 DESwN 6fM+CAR26 ATOacQNEs (if needed),ecological evaluations(if needed),utility coordination, y TNA preliminary design(civil,structural,mechanical,electrical,instrumentation SECiKM42 SYJMALWAr CONSItuC1R?V110OLTtEMENI3 and controls,etc.),pre-application meetings with permitting agencies to SIC100,11 MICA MIKIS MAD D"T1a"'INTS SECTON S I*Ylrtgl WAr•EAMMLNIA AIO u440 use Mew IEO'AS{C d verify requirements,design report,plans,list of specifications,and 3EC110N A e,��-.{asE ,KA,>oNee«s,N:E.l1w 1, preliminary cost estimates. y"'°N' muT'GEEv+NnAT1.4uRe eouaoATYacuctue3 4 SECTIONS 31.0/00.,,OWNING,Mm E1NG ORA SEOu9EMENTS C SLCTONV E.030'10N0 SEWAMCONTROL Ardurra's design will follow the latest version of the Miami Beach Public WOO.IO BAMINWOE/ANO ROADNpE ti Works Manual which provides.design standards and guidelines,addressing 5,1`T'0N" 1A24 3 1e`M1ORR [{Clgrl li 6GWA86 N the full design cycle for numerous disciplines. SECUOI3 CO.IREIE y SE00N IA WAREa$1teVRCNPIMA ST'CI{01113 S4dIARY SEWN GYAVUY COUKION SYSTEM Other reference documents supporting the design of facilities in Miami 30C StwUnXge U,G, M,,sA~G,",,,A Beach include the following: EECION II SLORMWATER PLUMAGE ANO GUNTI CCUEC110{1 RUM /ScsON 19 31010.9^ RREORCEAVAM13AND?WV 31A110013 '1 L". SECTON{9 STORMWAIEAWSUS • Road Elevation Strategy and Recommended Sea Level RCIfON 29 334A110N MR. 'i Rise/Tidal Adaptation Projects S.ON 21 VettfuONM{G SYSTeAS • Blue-Green Stormwater Infrastructure Concept Plan • Street Functional Classifications • Traffic Calming Manual i - • Standard Details -_- ., l,' The following are typical list of activities associated with pipeline i .•,1 ;, and pump station design projects. - -1,' . Pipeline/Utility Work _ {, n ■ Pipeline alignments J _ Tt)E:5. • Existing utilities • Maintenance of Traffic • Land availability and easements f% • Pipe Materials and Pressure Class „'' .- ■ Open trench or trenchless construction ,:, • Pavement restoration/resurfacing requirements Clearwater,FL • Points of connection Memorial Causeway • Required metering and control devices,valves and other Subaqueous Redundant Main components • Current and future flow and demand conditions a D . i" _ • Pipeline sizing and hydraulic analyses b ■ Water hammer analysis a-- _,_ -3=1-�= `— ■ Proposed pumping facilities r- r' ;y- , • Fire hydrant coverage y -A`� " `^i• 1 11 • Required pressures =. • ,� ,�;. `'' • Special crossings ' o'• 3" ,j s, ' • Regulatory/permitting issues • Maintenance .. 0 • Soils and geotechnical considerations -, ■ Existing utilities City of Dunedin,FL Water& Force Main Replacement , Bid 2022-122-ND -181- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Booster Stations/Pump Stations/Storage • Design parameters ____� • Engineering constraints and limitations `- , • Facility sizing ' �' ' - `lri'' ■ Subsurface evaluationL .- ' r "` a • Alternatives '= 't • Flows and required capacity ' u' t ''1;' ■ Demands and pressure requirements 'ts, 1 �t-`�l. _ " ' • Equipment/process performance record under local conditions I :"'°± I _ z,.•°; '• • Maximizing beneficial use of existing equipment •;• vs,, . °y' ` • City of Miami Beach's preference and past experience with .;'�R' , equipment • Hydraulic profile limitations MDWASD Pump Station#500 • Evaluation of pumping/storage options. x- -- -.-- .1- ■ Backup/standby power requirements i i • Site constraints •- .- 1 t y ' .+; • Traffic requirements .' ■ Adaptability to future expansion -!A *�"•• 'i =, ' ■ Operational constraints and flexibility 3 - ' , ' '„ il II' _7 -- 4' • Instrumentation and controls requirements --J' ;� 2. ,, - ` • Construction cost 1. r •`o_ - ..„, - "y ' _ ■ Operation and Maintenance costs ' • Impacts on adjacent property owners { � •- • Geological considerations ■ Regulatory constraints MDWASD Pump Station#26 • General assessment of existing/proposed permits Pump Station Elevation including Elevated • Project schedule Slab,Risers and Generator 4' • Staging plan for Resiliency/Mitigation Y. • Funding sources All Projects • Operational needs ""I'll".". < +� . - , • Sea Level Rise/Resiliency - - w 4; •a':.' g • Public Information - ``' •";_ � L.,.,...�,r • Funding availability and/or grant constraints ' _t:,41 a �_ t - - - `-`=`,TSY, Y 1,1 s 4 P Of Special Note.... `; d• —IN FDOT opportunities for utility owners to expand and improve b' ,.^ ''`'��— J1 their systems at a cost savings,since surface impacts, Ulmerton Road Utility Relocations maintenance of traffic(MOT),mobilization,etc.are paid by performed with FDOT Road Widening the State. Ardurra has worked with FDOT and roadway designers on several previous projects to adjust FDOT's proposed MOT,sheet piling,resurfacing,etc.to add value to our client's proposed work. Additionally,many utilities are not accessible except during major roadway improvements.Prior to beginning a conceptual design that involves relocations,we will consult with the City regarding other improvements that can be implemented jointly with the project.We will also work with the FDOT's design engineer in order to revise the FDOT design where possible and reduce both the impact and cost to the City. Bid 2022-122-ND -182- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA ■ Our Subject Matter Experts on Sea Level Rise and Envision Sustainability Professionals(ENVSPs)will work during project scoping,design and implementation. Our team subscribes to the broader goals of the City with respect to social and economic resiliency,as follows: 7 -- ',-Ir.:, if • Sustainability and Resiliency of City Facilities : - 4. o • Safety:Reducing flood risk and avoiding damage ,' to:A • Aging Infrastructure:water and sewer,roads,lighting B \' /'!�''' :t. +' ` • Blue-Green Infrastructure ,I '�i �, !, ;.-'• -• 0 r' o. %-off r • Aesthetics �`, fit, ' - • .:: o, l • Urban Tree Canopy • Water Quality,Sustainability and Environmental Resources \ ) .�� h • ,a '( • Mobility-more pedestrian and bike friendly +'I �' -,, : • Historic Preservation A • Private Property Adaptation Agustin Maristany,PE at 48"pipeline microtunnel i Our Team is familiar with the Miami Beach Sea Level Rise Adaptation criteria,the Road Elevation Strategy and Recommended Sea Level Rise/Tidal Adaptation Projects;and with the recent 2019 update of the Unified Sea Level Rise Projections adopted by the City Commission on July 24, 2020. Miami Beach: Adapting Infrastructure Elevations to SLR Projections k Source:SE FL.Climate Change Compact,Milted Sill Projections(2019) NOAA 2017 i 9,0 _ _-_ _ _ - .__-.— - --___- _ .. — �—Extreme a —Critical Infrastructure(min)8.44 ft.- -_ <.....®... —.NOAA 2017 8.0 - ---- ------- ...city Freeboard(mini 7A4 High I 7.0 -. -..--- - - - — - .>_: Gty Bue Flood Elevation(min)6.44 ft ,..,.........- NOAA 2017 1 > 6.0 ----.--_--_ _.._--- . -_. ___ J-__ -'- - - - ...- _.... Interme 'at di e ct —Top of Sea Wall(min)5.7 ft - r� High t 5.0 ---SFR Lot Grade(min(5.0 ft .. �- LL "" EOP Emegancy Road,(mIn14.8 k' 'r • ' I/ NOAA 2017 Updated Road ¢'0 -EOP Local/Major Roads(min)3.9ft• + - - -=.* ...... Intermediate ice ,.•..••'� (IPCC Median) I Elevations 3.0 BtmafRoadBase(min)2.9ft` -- - ..--- 11.InneSept.10,20172_8ft j ra '- �i-� ,..• King Tide Event(Sept.•2015)2.1ft 4 !a..... High Astronomk 22 alTide 1tt 2020 WORM ex ft f 0.0 ., • • S 2020 2030 2040 2050 2060 2070 2080 2090 2100 `Minimum design elevations for roads per Draft2020 City Road Policy,varies by road classification. Advanced Design Phase (6o%and 9o%) ,., r�_I-;.rt � i �, f Following the 3o%submittal,design services will incorporate (�ft r� -,;�i-�y�,� -; {I ._t)v -�i '.' } (fir :ant ti ` comments and additional technical content to advance the l' . r project deliverables into 6o%and 9o%phases. The following ...-- 1, - ,,- activities will be performed: -,- T� - -` -, �y;-r� ii • Detailed design calculations ( ' ,-mot=�, ',.-;_ - v - • Equipment and material final selection ,."„- ------ ' ' `' - • Drawing and specification development including: -Structural Concepts Design and Limited Engineering Construction P Services for Fire Flow Projects Packacie 11 µ ' Bid 2022-122-ND -i83- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA -Piping&Instrumentation Diagrams(P&ID) -Mechanical Arrangements • Permitting pre-application meetings Potential Permitting Agencies for • Land acquisition process(if required) City Projects • Utility Coordination City of Miami Beach • The 3o%Engineer's opinion of probable cost will be FDEP/RER updated Miami-Dade County • Project schedule Florida Department of Health At approximately the 9o%complete level,permit applications FDOT will be submitted to the appropriate agencies. Timing of the Florida Wildlife Commission(FWC) application submittals will be such that permits can be U.S.Fish and Wildlife System(USFWS) obtained,or comments from the agencies can be incorporated SFWMD/RER into the documents,prior the construction bidding process. For USACOE/RER typical City projects,permits or agreements may be required from the agencies listed in the attached table. • fil Ardurra has been working with these agencies for years and is very familiar with their requirements,staff and preferences. Our existing relationships will result in the timely issuance of permits. What's more,we will work with these agencies to avoid the City being burdened with onerous and unnecessary permit conditions. Final Design Phase (Z00% Complete) All comments from City of Miami Beach as well as internal review comments developed during the 9o%phase will be addressed and incorporated as applicable. The construction cost estimate will be finalized. Ardurra will provide responses to requests for information from permitting agencies to the City for final action and resolution and make all required changes to the bid documents. Upon completion of work for the i00%design phase,a submittal package will be made to City of Miami Beach for final review and approval. Technical Specifications&Contract Documents. After receiving the City's input on the t00%documents Ardurra will develop the final Bid Documents. At this stage,it is anticipated that minimal change will be made to the design other than finalizing details and incorporating any remaining City's and permitting agencies'comments. Signed and sealed Bid Documents and other final submittal documents required by our contract will be provided to the City for use in advertising the project for construction. Bid and Award Phase During this phase,Ardurra will attend the pre-bid meeting and respond to contractors'technical questions adequately and thoroughly through Addenda. Our experience has demonstrated that contractors will provide more accurate bids for the project if they have a thorough understanding of the plans and specifications. Following bid receipt,Ardurra will review the bids for completeness and accuracy. At the City's request,or if the contractor is not prequalified for this type of work with the City,we will obtain and contact references for the apparent low bidder. We will then make recommendation of award to the City. Bid 2022-122-ND -i84- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Construction Administration Phase The best design can become an unsuccessful project if the construction effort is not carefully monitored. The Ardurra team will utilize the same design team individuals for construction administration services. This maximizes compliance with the design intent and minimizes review times. Upon award of a construction contract,Ardurra will provide construction consultation phase services.These services will typically include the following tasks and activities. • Attendance to the Pre-construction meeting,as scheduled by the City —x; r<. • Submittal,Construction Schedule and Schedule of Values review ;it ' V • Response to technical questions during the meeting,review and comment -c on the agenda,presentation and meeting notes • Y'r ' • Provide construction observation to oversee technical compliance.with = • _ contract documents • Witness testing <\ • Review and response to technical requests for information(RFIs)from the l' : . ), = contractor Ricardo Maristany,PE at ro • Assist with startup,training and O&M manuals MDWASD Pump Station 26 • Develop Record Drawings and final certifications • As-Built Certification • Punch List,Close-out and Final Project Certification to all permits from regulatory agencies • As requested by the City,provide technical support services in the areas of proposed design changes,review of proposed complex construction methods,value engineering,cost estimating,and review of submittals Construction Management and Inspection Phase Our team offers a full suite of services including qualified construction managers and inspectors that will support the City with the goal of meeting scope,schedule,budget and quality requirements for the project. Our field staff can support in a wide gamut of services such as: • Advising then City on laboratory,shop,and mill test of material and equipment for compliance with specifications; • Evaluating contractor's construction work plan for effectiveness and efficiency in terms of approaches and resources allocations; • Requesting compliance,monitoring and keeping the City informed of the existence and implementation by contractor of construction safety program and • their compliance with all applicable safety rules and regulations; • Requesting compliance and monitoring that all activities performed during the �' .- '�'•��' construction phase are in compliance with current or revised City policies,rules, procedures,and standards and project specifications; • Reviewing the quality assurance programs,processes and procedures developed -— 1 'fd EI by contractors and monitoring adherence thereof; r • Administering construction contracts including review and recommendation of ," �} ,, approval of contractors'invoices,reviewing and validating contractors price i, r breakdown and contractor's request and prices of changes orders; (.41,• ? ' ' • Supporting construction contractor negotiations,including with respect to progress accomplished(percent completions),change orders(including design City of Dunedin,FL changes),claims and counterclaims; Causeway WM Replacements • Performing construction inspection services required during the construction phase for Quality Assurance,and for compliance with contract documents; Bid 2022-122-ND -185- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 �� Tab 3—APPROACH & METHODOLOGY ARDURRA • Assisting in equipment testing; • Evaluate actual progress and compliance with milestones deliverables. Identify actions necessary for completion of the project within budget and schedule; ■ Prepare overall project status report. Provide data and graphical material and text to formal project presentations,if requested by the City; • Support the coordination of the filing for and receipt of operational permits; • Provide support to the City and monitor contractor's efforts in complying with safety regulations,activities and best safety practice for construction activities; ■ Maintain documentations of safety visits to construction project,letters,training activities or applicable and related documents. Prepare monthly report of safety activities; • Provide Health and Safety(H&S)statistics; • Provide advance notice to the City regarding general contractors not complying with contract requirements. • Provide information of OSHA visits to construction projects; • Request,monitor and keep the City informed that adequate emergency procedures are developed and implemented by contractor,and provide recommendation or advice regarding preventive actions in case of potential emergency situations; ■ Maintain Contractor-provided CPM schedules for each project providing necessary analyses for claims and change order issues; • Making final inspection and report; ■ Provide contract interpretations when requested. Maintain consistency in responses across the entire project construction; • Assist in the certification of payment applications associated with specific contractor activities or equipment deliveries;and ■ Support construction activities by interfacing with other agencies as needed or required. SCHEDULE & BUDGET COMPLIANCE We will implement a number of management tools that will assist in keeping the City's projects on track. Controls that will be utilized to maintain both schedule and budget for the City's projects include a Project Specific Management Plan;Critical Path Schedule;Earned Value Analysis(EVA)for tracking cost vs. budget;and our in- house Deltek Vision Project Management system to track personnel timesheet entries and project expenses on a real-time basis. The backbone of our successful execution of assignments is our Project Management Plan(PMP)approach. Our Project Manager and/or Project Lead(s)will develop a project-specific detailed PMP for every assignment under this contract to serve a reference guide for Ardurra,subconsultants,and the City of Miami Beach for guiding the project and maintaining schedule and budget. aThe City will know exactly what Ardurra's responsibilities are and what can be expected.We are known for being clear,concise,and candid with our clients. Key elements of the PMP include: • Identification of project goals and success factors • Preparing a work breakdown structure based on the scope of services for use in developing a schedule and budget with milestones for 3o%,6o%,go%and Final Construction Documents • Identification of each team members'responsibilities • Developing a Communications Plan to maintain open and constant communication • Definition of deliverables • Continual planning ahead,monitoring and adapting through Ardurra's QA/QC process. Bid 2022-122-ND -186- DocuSign Envelope ID:59D12E6F-6507-4CF8-8638-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA PROJECT MANAGEMENT PLAN • DEFINE PROJECT SCOPE MONITOR SCOPE AGREEMENT FOR ACTIONS& PROJECT SETUP PROJECT SERVICES CONTROL COMPLETION ANALYSIS SCHEDULE •Scope •Scope Change •Scope Changes •Progress Reports •Follow up with Client DEFINE PROJECT •Responsibilities MONITOR • •Schedule Revisions to Ensure Satisfaction SCOPE&SERVICES •Schedule SCHEDULE •Change Adverse •Review Project Trends Team Member SETUP PROJECT •Documentation to Performance BUDGET PREPARE QUALITY Files PLAN •OA/QC MONITOR BUDGET IDENTIFY PROJECT • TEAM COMMUNICATION •Regular Meetings with Action Meetings •Circulate Correspondence •Telephone Conversation Records •Talk to Team with Regular Frequency •Talk to Client with Regular Frequency o �` Proper implementation and monitoring of the PMP results in forward thinking so that upcoming o ':J milestones are anticipated,and potential problems are addressed before they surface. ,t In addition to our standard Project Management Plan described above,Ardurra uses the following controls to maintain both schedule and budget for the City of Miami Beach's projects. Continuous Schedule Monitoring Each project's critical path schedule will be reviewed on a weekly basis and updated as activities are completed (monthly at a minimum)to anticipate upcoming tasks and evaluate"who should be doing what"and when they should be doing it. Using CPM-based scheduling provides the insight required to avoid having one task affect the overall project completion. uta ViCe.•9Prtgcl Maniam t• T• } fi Project Management Software Sanitary Sewer Expansion[Phase Uhl w Each Task Order's fees and task start,and end dates will be entered into our Deltek Vision Project Management software.This software provides _ ; `;' real-time project data and produces reports that can be formatted as •_ necessary to evaluate the project budget and schedule status. Hours and `T" r; expenses can be sorted to produce a budgeted/utilized cost accounting _,,,_, A •R' ;. for a specific task or for an entire project at any point in time. -- — . 1, Earned Value Analysis 4 Deltek Vis ion Project Management j. Earned Value Analysis will be used to routinely assess the schedule and budget for each project. Actual expenditures and actual percent complete(Earned Value)are compared with a projection of how the project fees should be expended over time to determine if the project is ahead or behind schedule and below or under budget. This allows for corrections early in the process and avoids surprises. Bid 2o22-122-ND -187- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 /V Tab 3 —APPROACH & METHODOLOGY ARDURRA Weekly and Monthly Project Review Meetings Each week internal meetings are held by Ardurra to discuss project status.These meetings include subconsultants at critical project stages. Ardurra will also hold monthly review meetings with the appropriate City staff. An updated project schedule and budget will be addressed in the monthly status reports provided with the monthly invoicing. Open and Constant Communication Open and constant communication between team members and the City of Miami �� 41411 ` 111. Beach will be maintained in order to keep all team members and project stakeholders ARDURRA apprised of projects'status,to discuss project developments and approaching QUICK START milestones and to produce an environment of collaboration between the City and the CLIENT CARE design team. To facilitate this,a Communications Plan detailing means,and lines of PROGRAM communication will be developed as part of the Project Management Plan. In 4 We return phone calls addition to typical phone calls and emails,we will be communicating with the City of and respond to emails EI Miami Beach through workshops,regular status meetings,teleconferencing,virtual within 4 hours and have meetings and utilization of FTP or SharePoint sites. staff availability to meet with our clients within 24 Quick Responsiveness We are right around the corner! hours of a request. Just as important as who and how the project information is exchanged is the timeliness of the exchange. Our "Quick Start"Client Care Program dictates that we return phone calls and respond to emails within 4 working hours and have staff available to meet with clients within 24 hours of a request. With our office only 26 minutes from the City of Miami Beach it is easy and cost-effective to meet with the City whenever it seems appropriate. Construction Project Controls.Through our past project experience,our team has developed a diverse number of tools that are visually able to present the project status to a specific audience in addition to tracking project progress. We can support the City with services such as: • Metrics and dashboards,showing graphics and using other visual tools to document construction It is our philosophy that all team progress,deviations,change orders or recovery members are responsible for the efforts by.the contractor; quality of the work products sb • Budget Management,including reports detailing being produced.As such,we budget,actual vs.expected costs,and forecast to foster an atmosphere of complete;and continual quality control. • Schedule Management,to be performed based on a variety of processes such as S-curve review,resource loading review,and Time Impact Analysis(TIA)in the case of change order claims or schedule delay claims. QUALITY MANAGEMENT Ardurra has a corporate QA/QC plan that is implemented on all projects.This plan not only involves reviews at various project design milestones,but also review of construction documentation. After all,a design's real value relies not only on successful implementation but also on proper document management to later address post-construction questions. Ardurra subscribes to a strong project management approach with all lines of communication running through the Project Lead,thus making one person answerable to the City at all times. Further,Ardurra's QA/QC policy requires each subconsultant to conform to our own quality control requirements. We review our subconsultants'work and deliverables as if they were our own. Bid 2022-122-ND -i88- DocuSign Envelope ID:59D12E6F-6507-4CFS-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA Key aspects of our QA/QC Plan for projects include: ✓ A conceptual review by the assigned Technical Advisory Committee to take 'QUALITY,CONTROL, advantage of our senior staff's vast expertise,our national experience,and our APPROACH team's knowledge of the City,to identify the best way to accomplish project goals. ✓ A preliminary review of schedules,budget,calculations,inter-discipline DEVELOP QC PLAN coordination,and regulatory compliance. ✓ Technical review of data,calculations,specifications,and drawings performed throughout the project design and prior to milestone submittals by our Technical Advisors to confirm that the approach to the project and design assumptions are sound. -Establish QC Reviews ✓ A permitting review will be performed to verify that applicable regulatory ,Identifyr,QC Review Milestones• requirements and permit conditions are addressed. -Set Review Schedule&Budget ✓ A constructability review will be provided by an individual familiar with the construction aspects of similar projects,to verify a sound construction approach for the project. V ✓ A standards review will be conducted by a Production Manager to confirm that the proper AutoCAD and City standards are being used in survey and drawing PERFORMVQC REVIEWS development. ✓ Final review of the overall project and of all deliverables is provided by the Project Lead,Principal-in-Charge,and the Quality Control Officer,who are all Florida- Registered Professional Engineers and/or Surveyors. ✓ Proof of each review is evidenced in a project specific quality control checklist, -Receive&Document Comments which is dated and signed off by the Project Lead. -Document How Comments Are All review submittals and permit application packages will be reviewed by the Project Addressed Lead and the QA/QC Officer prior to submittal to the City or to agencies. Once comments are received from the City,the design team,including subconsultants,will address each comment and provide a written response with the next review submittal. Once in construction,specific items to be reviewed for completeness and accuracy UPDATE DOCUMENTS TO include submittal reviews,RFI responses,Test Reports and Inspection Field Reports INCORPORATE COMMENTS and As-Built Surveys. Our focus will be on documenting"before"and"after"Conditions,and that the work was completed in accordance with the Contract Documents. In parallel,appropriate document management will continuously be implemented with the goal of providing enough information to adequately address post-construction questions. -Meet with QC Reviewers to Discuss/Resolve Comments CHANGE MANAGEMENT -Inform QCCReviiewers How To prepare for potential changes,the Project Lead will utilize a standard Change Comments Were Addressed Management Form to communicate and approve changes to the project. The Change Management Form will identify the proposed change,provide a summary of the impact to the scope,schedule,budget or other element of the project;include a place where team members can approve the change;and submit to the City for review and SUBMIT TO CLIENT discussion. In this way,change can be smoothly incorporated into the overall project. The project team will strive to identify changes in advance so that they can be yam° processed(including contractual requirements)and approved by all parties in a timely manner and without causing an impact to project delivery. As project stewards,it is Ardurra's philosophy to work with our Clients on contract changes so that delivery momentum is maintained throughout the implementation period. Bid 2022-122-ND -i89- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 / / Tab 3 —APPROACH & METHODOLOGY ARDURRA PROJECT COMMUNICATION AND PUBLIC OUTREACH When project services or project construction has the possibility to impact the community,Ardurra has served as liaison between the property owner,contractor,and the project owner,so that each project is completed with a successful outcome. Ardurra has already served in this capacity for a number of water main replacement programs, septic-to-sewer expansions,pump stations,and sanitary sewer surveys within residential neighborhoods. Our public outreach programs included development of communication strategies including tools,techniques and outreach activities,development of an outreach plan and implementation schedule. Public engagement and information can be provided through multiple sources such as public meetings,social media,websites and mobile applications including GIS database tracking,and 24/7 hotlines. We have also included in-person door—to—door communication and delivery of printed materials such as notifications,flyers,door hangers,among others. Ardurra's Public Outreach capabilities are fortified by our subconsultant, Media Relations Group,Inc.(MRG). Together we will be able to provide a comprehensive approach to the City of Miami Beach's water and wastewater projects. The following is our Project Communications and Public Outreach Plan. Design and Pre'-Constructions ' The project team,including City stakeholders,will develop a plan tailored to r a the area in which the project is taking place and decide how the community ry will be informed throughout the life of the project.A Public Involvement k n Plan(PIP)will be drafted immediately and will serve as a living document. ' a- tf: ( , }`¢" The PIP initiallybegins with the effort ofidentifying all stakeholders, \ • ; ' - 9 fully fY 9 d R impacts and other affected groups discussed during PIP process.The , . - community will be notified of the project with a fact sheet at the beginning , t f , of the design phase.It is crucial to not only notify residents of the project, but to define the project for them.This will leave little room for MRG,Alicia Gonzalez,holding miscommunication and give them a full understanding of the project. Public Meeting ?, It is vitally important to capture all comments,concerns,and desires of interested parties that can potentially be worked into the design plans for a project.Data will be collected and recorded,making this information a permanent record for use during the construction phase. If the City desires a comprehensive database,compiled with stakeholder contact information.This can be achieved by reaching out to the neighborhood associations and individual residents through grass roots efforts. Public meetings are always a great way to further introduce the project,obtain stakeholder comments and gain their support.These meetings can be done virtually.Even post Covid-i9 this method has proven to be more cost effective and to have a higher stakeholder attendance rate. Construction.Project Information Residents and business owners can be affected at the very onset of a project by several types of construction impacts. MRG/Ardurra,in conjunction with the contractor,will ensure that those most directly impacted will receive timely notifications,early and often. MRG has worked with various contractors on numerous projects in Miami Beach,creating and maintaining great working relationships and open lines of communication highly necessary on construction projects. As a part of the City's public information team,MRG has provided construction advisories in a timely manner,and very often with little advance notice.The MRG team realizes this is the nature of the job and is prepared to meet this need in the future and is always ready to respond to any and all changes in work and/or project conditions. Bid 2022-122-ND -190- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ^\\/ Tab 3—APPROACH & METHODOLOGY .ARDURRA Through the use of door-to-door distributions,email correspondence,social media,as well as coordination with other City departments,elected officials'staff,chambers of commerce and HOA representatives,information can be delivered at a minimum of a 24-hour notice,if not sooner. • In the event there is a need to issue emergency communication,social media messaging and construction advisories have served to be very useful and provide stakeholders with important project information.MRG will accompany the contractor to any one-on-one resident or business owner meetings that may be necessary to help mitigate impacts. Event coordination is also critical during construction.There is increased pedestrian and vehicular traffic during many of the City's festivals and events that typically take place each year,including the Boat Show,Miami Beach Pride, Miami Swim Week,Art Basel,Winter Music Conference,the South Beach Food and Wine Festival and Art Deco Weekend.If existing construction activities are expected to impact any of these projects,MRG will reach out to those groups and event organizers well in advance to communicate approved construction details and schedules. Just as in the design phase,public meetings are always a great way to further introduce the project,obtain stakeholder comments and gain their support. Post-Construction Communications Project-close out information is sent to stakeholders when construction has been completed.Depending on the type of project,the public information liaison may assist the City in planning either a community event to thank residents for their cooperation during the construction period,or if the project was at a park or other facility,a ribbon cutting ceremony. Why Select Ardurra? Local Team,Local Office,Local Experience. The Ardurra Team has provided similar services to numerous utility clients in south Florida for over 35 years. Our team knows the local environment, conditions,permitting agencies,and construction methods.Our office is only minutes away from the City and can readily respond to project requirements or emergencies. Positive Performance and Proven Commitment to Miami Beach. Our team has supported the engineering and construction projects for the City of Miami Beach for the past 5 years during which time, f we have demonstrated our commitment and stewardship to successfully complete your.projects. 1110 Ample Production Capacity. The Ardurra Team has the capacity to run multiple projects simultaneously to increase productivity and complete numerous projects on an expedited schedule. We have a talented staff of 66 in the Miami area,300+in Florida and 800+staff nationally,many of whom specialize in providing water and wastewater services. We are a Perfect Match.Our in-house technical skills are best suited for the type of projects to be 41 implemented by the City under this contract. These skills encompass both the design and construction f management arenas;and as a result,a full-suite of services is available including specialties like coastal engineering and resiliency. Expertise in Resiliency and Infrastructure Hardening. Our team has witnessed first-hand the destruction from natural disasters and has extensive expertise in evaluating the susceptibility of infrastructure to natural disasters. We have worked closely with many coastal clients in the planning,design,and 1 construction of rehabilitation projects to harden and protect infrastructure against natural disasters. Bid 2022-122-ND -191 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ATTACHMENT C SUNBIZ&PROPOSAL RESPONSE TO RFQ DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 DIVISION OF CORPORATIONS 411140. Di YENCM al ri... .org c o v pt e AT C)iv, tilt official grate of Fiarftltt wthtiiw impartment of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ARDURRA GROUP, INC. Filing Information Document Number 555540 FEIIEIN Number 59-1782900 Date Filed 12/19/1977 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/06/2019 Event Effective Date NONE Principal Address 4921 MEMORIAL HWY,Ste 300 TAMPA, FL 33634-7520 Changed:04/09/2021 Mailing Address 4921 MEMORIAL HWY,Ste 300 TAMPA, FL 33634-7520 Changed:04/09/2021 Registered Agent Name&Address CT Corporation System 1200 South Pine Island Road Plantation, FL 33324 Name Changed:01/31/2020 Address Changed:01/31/2020 Officer/Director Detail DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Name&Address Title CFO,Treasurer Cahill, Catherine 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP Penna, Lisa 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Secretary, Director Lee,Christopher 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director,President, CEO Aguilar, ERNESTO 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP CHANG,ASHLEY 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP, Director CLOUTIER, RICHARD 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title VP Stouten,Jeffrey 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director Kuzler, Christopher 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title As V DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ross, Michael 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title As V Smith,Alexandra 4921 MEMORIAL HWY TAMPA, FL 33634-7520 Title Director Brindisi,Anthony 4921 Memorial Highway Tampa, FL 33634 Title Director • Bishop,James 4921 Memorial Highway Tampa, FL 33634 Title Director Costello, Rob 4921 Memorial Highway Tampa, FL 33634 Title VP Kasner,Carmen 4921 MEMORIAL HWY,Ste 300 TAMPA, FL 33634-7520 Annual Reports Report Year Filed Date 2021 01/18/2021 2022 01/27/2022 2023 01/11/2023 Document Images 01/11/2023--ANNUAL REPORT View image in PDF format 01/27/2022--ANNUAL REPORT View image in PDF format 04/09/2021—AMENDED ANNUAL REPORT View image in PDF format 01/18/2021—ANNUAL REPORT View image in PDF format 01/31/2020—ANNUAL REPORT View image in PDF format 05/08/2019—AMENDED ANNUAL REPORT View image in PDF format 02/07/2019—ANNUAL REPQRT View image in PDF format 02/06/2019--Amendment View image in PDF format DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 01/31/2019—Amendment View image in PDF format 12/18/2018--Amendment and Name Change View image in PDF format 03/21/2018—AMENDED ANNUAL REPORT View image in PDF format 01/19/2018--ANNUAL REPORT View image in PDF format 04/28/2017--Merger View image in PDF format 04/28/2017--Amended and Restated View image in PDF format 01/16/2017—ANNUAL REPORT View image in PDF format 10/19/2016—AMENDED ANNUAL REPORT View image in PDF format 06/16/2016--AMENDED ANNUAL REPORT View image in PDF format 04/29/2016—Mer9er View image in PDF format 01/27/2016—ANNUAL REPORT View image in PDF format 07/06/2015--AMENDED ANNUAL REPORT View image in PDF format 03/02/2015—ANNUAL REPORT View image in PDF format 01/30/2014—ANNUAL REPORT View image in PDF format 02/07/2013--ANNUAL REPORT View image in PDF format 02/07/2012—ANNUAL REPORT View image in PDF format 01/07/2011—ANNUAL REPORT View image in PDF format 01/29/2010—ANNUAL REPORT View image in PDF format 05/29/2009—ANNUAL REPORT View image in PDF format 01/20/2009—ANNUAL REPORT View image in PDF format 01/23/2008—ANNUAL REPORT View image in PDF format 02/28/2007—ANNUAL REPORT View image in PDF format 01/27/2006—ANNUAL REPORT View image in PDF format 01/18/2005—ANNUAL REPORT View image in PDF format 02/11/2004—ANNUAL REPORT View image in PDF format 01/31/2003--ANNUAL REPORT View image in PDF format 04/03/2002—ANNUAL REPORT View image in PDF format 02/14/2002--ANNUAL REPORT View image in PDF format 02/03/2001—ANNUAL REPORT View image in PDF format 01/22/2000—ANNUAL REPORT View image in PDF format 04/23/1999—ANNUAL REPORT View image in PDF format 02/18/1998—ANNUAL REPORT View image in PDF format 09/16/1997—AMENDED AND RESTATED ARTICL View image in PDF format 02/03/1997—ANNUAL REPORT View image in PDF format 02/27/1996--ANNUAL REPORT View image in PDF format 03/24/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations BID SUBMITTAL QUESTIONNAIRE DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 o® — CE-�IFBCATI®IV FORM nv a gaa This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: 2022-122-ND Engineering Services for Water&Wastewater Systems Projects BIDDERS NAME:Anlurta Group,Inc NO.OF YEARS IN BUSINESS:44 NO.OF YEARS IN BUSINESS LOCALLY:13 NO.OF EMPLOYEES:830 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:len0 Engineering Associates,Inc BIDDER PRIMARY ADDRESS(HEADQUARTERS):4521 Memorial Wghasy,Ste 3B0 CITY:Tempo STATE:FL ZIP CODE:33834 TELEPHONE NO.:0134004001 TOLL FREE NO.:WA FAX NO.:NIA BIDDER LOCAL ADDRESS:8700 Nest Sager St Ste 130 CITY:Miaml STATE:FL ZIP CODE:33174 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Agustin Medetany,PE ACCOUNT REP TELEPHONE NO.:7004584045 ACCOUNT REP TOLL FREE NO.:WA ACCOUNT REP EMAIL:amcMany@a'dum.eam FEDERAL TAX IDENTIFICATION NO.:591702B00 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications,attachments, exhibits and appendices and the contents of any Addenda released hereto; b)to be bound,at a minimum, to any and all specifications, terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)the bidder agrees if this bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director DocuSign Envelope ID:59D12E6F_6507-4CF8-863&7C23828F15A2 'MUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e- procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt AEM Addendum 1 Addendum 6 Addendum 11 AEM Addendum 2 Addendum 7 Addendum 12 AEM Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3-CONFLICT OF INTEREST All bidders 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. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the bidder entity or any of its affiliates. p YES p NO If yes,please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4-FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to 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 bidder.The bidder shall request the SQR report from D&B at: https://su ppl ierportal.dnb.com/webapp/wcs/stores/servlet/Suppl ierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its.SQR.It is highly recommended that each bidder 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. At time of request, bidder shall request that Dun &Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three (3)days of request. SECTION 5-MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the state of Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City of Miami Beach to Mississippi,nor shall any product or services it provides to the City be sourced from this state. By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for-Services-Sources-from-North- Carol ina-Mississi ppi=l.pdf DocuSign Envelope ID:59D12E6F-6507-4CF8-86313-7C23828F15A2 SECTION 6-REFERENCES AND PAST PERFORMANCE Project No. 2022-122-ND Project Title Engineering Services for Water&Wastewater Systems Projects Bidder shall submit at least three(3)references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: Miami Dade Water&Sewer Dept Contact Individual Name and Title:Juan Curiel,PE,CIP Project Manager Address:3701 SW 38th Avenue Miami,FL 33146 Telephone:305-310-0472 Contact's Email:juan.curiel@miamidade.gov Narrative on Scope of Services Provided: Modeling,design,and construction management of water&wastewater projects. Reference No.2 Firm Name:Miami Dade Water&Sewer Dept Contact Individual Name and Title:Edward M.Luis,Project Engineer Address:3701 SW 38th Ave.Miami,FL 33146 Telephone:786-552-8837 Contact's Email: Eduardo.Luis@miamidade.gov Narrative on Scope of Services Provided: Planning,modeling,design and construction management of water&wastewater projects. Reference No.3 Firm Name:City of Venice,FL Contact Individual Name.and Title:Javier Vargas,Utilities Director Address:401 West Venice Ave.,Venice,FL 34285 Telephone:941-882-7309 Contact's Email:jvargas@venicefl.gov Narrative on Scope of Services Provided: Design,permitting&construction management of water and wastewater projects. AI DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Firm Name:City of Miami Beach,FL Contact Individual Name and Title: Mariana Evora,PE,Asst Public Works Operations Manager Address:2300 Pine Tree Dr Miami Beach,FL 33140 Telephone:305-240-9932 Contact's Email:marianaevora@miamibeachfl.gov Narrative on Scope of Services Provided: Modeling,design,and construction management of water and wastewater projects. SECTION 7-STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachll.gov/city-halVprocurement/standard-terms-and-conditions/By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No. 2022-122-ND Project Title Engineering Services for Water&Wastewater Systems Projects SECTI N 8-VENDOR CAMPAIGN CONTRIBUTIONS Bidders 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 https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE Bidders 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 bid submittal, in the event of such non- compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have 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. YES p NO If yes, list name(first and last name)of individuals,occupation,amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 5 6 7 8 9 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 SECTION 9—SUSPENSION, DEBARMENT,OR CONTRACT CANCELLATION Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? p YES p NO If answer to above is"YES,"bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10-BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R.PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or,modification of any Federal contract, grant, loan, or cooperative agreement. - 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 e.d.l AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates(defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R. pt.3000,subpart C, in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Christopher F.Kuzler,PE Representative: Director SECTION 12-SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? 0 YES p NO SECTION 13-LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC?• 0 YES p NO SECTION 14—CONE OF SILENCE Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoPmiamibeachfl.gov Vendor attests that they have read,understand,and are in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code? p YES 0 NO SECTION 15—CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-37879,the Bidder shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of request. The Code shall, at a minimum, require the Bidder, 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. Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu of submitting Code of Business Ethics, Vendor may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city_ hal l/procu rement/procu rement-related-ordinance-and-procedures/ Bidder adopts the City of Miami Beach Code of Business Ethics? p YES 0 NO BILDocuSign Envelope ID_59D12E6F-6507-4CF8-863B-7C23828F15A2__,_ _f request by the City? 0 YES p NO SECTION 16—DRUG FREE WORKPLACE CERTIFICATION The Drug Free Workplace Certification is available at: https://www.m iamibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE-CERTIFICATION.pdf By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and standards consistent with the City's Drug Free Workplace Certification. SECTION 17—LOBBYIST REGISTRATION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws. Bidders 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. By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration Requirements. SECTION 18—NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 19—FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: hops://library.municode.com/fl/miami_beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. SECTION 20—PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: hops://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 21—VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011-3748, hops://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR_CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder 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 and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference,the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation,and such bids 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. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? 0 YES p NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? 0 YES p NO Zii f'' . - J DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 I ' MIAMI BEACH ,., . :„..._,_ .,.1,1 4 -II! •25,.F.,.. .'. 6.;_,..e7; + • �. �� III[�1 a r � : 1 '7LL , t j 0 it 1 .�?-. 't fives 44 -.• 4 .J4 -8 r j' rat.�l, &fx a• '.�„"^'� li'' - - r 7 0t0 i7 ,:.�' .t 7 :'':te.' � 4J y. -.rr^ •a� itira�'ri 'jj r i f /.I l@f6;Nbtt 1. �.n : 8I. ' Y� f I Ni riti",. �.. .tail. mo°lan ;plait:0 old �4,fPt;i• - „`m e- , -; V vat �;. •si_/6tiyyr�an tI/" - fair ,."�'''+r? +"3 �Gr �•C." ;ti 1 ,� v �� ram- q '1 r ° r •f.. /� L + ✓a- -1-- yJ {�•li ►e a y45. -' i. ... '�"�Q-8i' sly.,,''' __' 7 y -- •, d-1`. .1.•.phi y (+'IH✓". y r;v.�}•rk.� ,"'' ;�--q•�g"`n.r' e�(,. •y3 �'1_ l �''�.: 1J� -1 i...n' F 1'"-23< r.�'r. l v.,v ly V�! p�} y 1n .s r • I•, �r--cr *I[+rP }. ..' •-E', '` = i-s� �1 = • ••,, 1 v N G ti '�:e°...°' 7''ra; aSl' i ',:'1A t 1r d.. . aYla._1.t---j _, 1Y' - ' `I i .. s ✓?'' v .'.(y 64 l / ir,�•r7�J)� /01.41 �•n s 0�.�, n' �t+ 4rc_ 1 ��}. - v i i. ,° ,. �f i�arll ✓ I�u�y/ -17. /`-:r'" �ttle�' j — •� "� -.-. . t / °''-a r ' yp • Y ••i'.' r r, i✓1•�` i-�. Aldo a" �i' ..... .r, _ ;Y 1�K ,� s1S m 1 t 'r" �� :: •.. <• .I I �.1� .It a,r✓'�,1 ^ .,✓ ' , _ ro 1,d_j_ I, ,•, -..-1',. -- 'r 1:Lin'_ 13 ..f `"6•rh thu:,r� =`fivt7 . •7� u 1 i. !L �r I t , • _ 1 Fi ii' -- tie-�"�4I'+T� ilk, . _fit 7 ''^ .;` CA` '‘' q p�a-r q t ` t • +" y , ..,_, <*> ' ''.,, a !:-'—'..'"'''' ' -7->""r- ',...i ,;;;;W:''..g4-1" ,.. 't i Ili!' ''''' 6741 'WU: . . TAB 1 Cover Letter & Table of Contents , , _ , , , ., . „ . /\\/ ARDURRA DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 March 22,2022 / N City of Miami Beach ARDURRA Electronic Submission RE: Bid zozz-szz-ND/Engineering Services for Water&Wastewater Systems Projects To the Evaluation Committee: Incorporated in 1.915,Miami Beach is famous for its spectacular beaches,culture, Proposer , art,cuisine,shopping and entertainment. It is no wonder Miami Beach draws ARDURRA GROUP,INC. D '° a visitors from every corner of the globe. In addition to being one of the most famous and desirable resort destinations in the world,the City of Miami Beach is a Proposer P AGUSTIN maT NCoE tact leader in providing innovative approaches to utility services and mitigating the 8700 WEST FLAGLER STREET,STE 180 effects of time and the environment. MIAMI,FL 33174 786.656.4045 Ardurra Group,Inc.,stands proud to have worked in partnership with the City in AMARISTANY@ARDURRA.COM improving its utility infrastructure. It is with great excitement that we present our credentials to the City of Miami Beach for the subject solicitation.There are numerous attributes which uniquely qualify our firm for this assignment; but chief among them,is the great relationship of trust and respect,which already exists between our respective team members and the City of Miami Beach.With this proposal,we intend to demonstrate how Ardurra has earned such a • privileged standing,which is an,asset we never take for granted. Full-Service Water/Wastewater Firm MIAMIBEA►CH Ardurra is a Top Soo ENR-ranked engineering firm offering exceptional client EXPERIENCE WITH 0; service and experience in providingwater,wastewater,and reclaimed water CITY OF MIAMI BEACH 44 p master planning and engineering services for governments and agencies 500 . - ii throughout the state of Florida and nationwide.Ardurra Group,Inc.is a Florida MILES OF Ill 011 yggicigoittax. u Corporation licensed by the state of Florida to perform Engineering and Surveying PIPELINE (FL licenses nos.261.o and LB261o,respectively). o ® Ardurra is recognized by many of our clients for our extensive expertise in water 35 YEARS and wastewater utility services. Our Team has planned and designed over 500 WATER/SEWER LOCAL RESPONSE EXPERIENCE IN TEAM miles of water and wastewater utility pipelines and pump stations for SOUTH FLORIDA municipal utilities throughout Miami-Dade County and the state of Florida for I,t o f;✓uko voti,rA 0 .� over 44 years. We have 3o+similar continuing utilities engineering contracts throughout the state of Florida under which we have been entrusted over the years SERVING 30+ $s to deliver a000+water and wastewater capital improvement assignments. UTILITIES CONTINUING CONTRACTS .p The Ardurra Team will be supported by several local and SBE subconsultants who have worked in partnership with Ardurra delivering similar projects for Miami Beach and Miami-Dade Water and Sewer Department,and they are as follows: SUBCONSULTANTS 000 • Public Involvement—Media Relations Group,LLC — *Eastern Structural Engineering—Eastern Engineering, Inc.,local SBE �Engineering Group -- — — -- — — -- - —---- -o� • Geotechnical Investigations—Geosol,Inc.,local SBE • Electrical Engineering—Louis Aguirre&Associates,Inc.,local SBE _ _ corrpro• • Corrosion Control and Protection—Corrpro Companies,Inc. 8700 West Hagler Street,Ste 180 I Miami,FL 33174 1786-656-4045 I www.ardurra.com DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Page 2 AV City of Miami Beach Bid 2022-122-ND ARDURRA Local Team, Local Office, Local Residents �..�_: J i, Ardurra's services will be administered from our Miami office located at 870o West MiAM B F ACH Flagler Street,Ste,i8o,Miami,FL.Our team members work full time from our `�� ' local offices and live in the neighboring communities. We are committed to the ._ i�� success of your projects. Our proximity enables us to react quickly and to act as ARDURRA an extension of your staff. "',sMe20 8JCE 8700 W.Hagler St,SN.180 MiaM,FL 33174 Positive Performance in Partnership with Miami Beach I ifi®i Ardurra has provided similar services to Miami Beach for the past 5 years using the same subconsultants for this solicitation. Our team has demonstrated proposed 1 ,t ". tea,>-�,i,- ral its commitment and stewardship to successfully complete numerous i�''t''`- ,--, ` - 5— assignments in partnership with the City. ! - :2- = _ . Extensive Resources and Expertise Ardurra has over 30o Florida staff and over 800 staff nationally,the majority of 4 '_. which specialize in providing water and wastewater services. Our senior staff '.n nTt J�'` w . includes certified water and wastewater treatment facility operators that r - -Me - __' brings the operations perspective to every project. ' _- zF'� "w � ` City of Miami Beach Fire Flow Projects, Local Leaders Delivering Assignments Similar in Scope,Size,and Complexity WTM Improvements,Master Planning, The Ardurra services will be led by Agustin Maristany,PE,who has evaluated existing utility infrastructure for deficiencies,and has provided recommendations for s _,-:;,r.N ,!Tit, "`;: project implementation and planning strategies,design,and construction services for • . t` south Florida utilities for over 35 years. Agustin understands the dynamics of i �r q",;,! working for the City,and will be supported by Ricardo Maristany,PE,Alessandra ------ •' _ - Monetti,PE,Jose A Rodriguez PE,Loc Truong,PE,and Chris Kuzler,PE,among _.' -' —i - many others. _- Ourteam's experience and expertise are a perfect fit to support the City's ,.-, implementation of its capital improvements,having performed similar services for ' the City of Miami Beach and Miami-Dade Water and Sewer Department in the recent MDWASD Central East Water past. Our team knows the local environment,conditions,design standards, Transmission Main permitting agencies,and construction methods. - Expertise in Resiliency and Infrastructure Hardening r I. , i., ,,,`, E.. .- Our team has witnessed first-hand the destruction caused by natural Vw`r.`": `' 1 ''y, `ei',:.`+ disasters and have extensive expertise in evaluating the susceptibility of 7 r.#`���' "ii " infrastructure to natural disasters. We have worked closely with many =r �N ""� , 4.,, 4i,. ;�4 coastal clients in the planning,design,and construction of '.1 F'!'r 7 - ' .a� 1 : ' rehabilitation projects to harden and protect the infrastructure r, ,t,,,,e I against natural disasters as well as sea level rise. We have supported k _ �_ ,..,i4.,,g _. many clients in obtaining Federal grants following natural disasters MDWASD PSIP Program Improvements and know how to manage those grants to maximize their reimbursements. We know you have a choice and are confident that you will once again rely on our commitment to you to lead us into a successful journey together. Please reference the"Project Matrix Demonstrating Team Experience in All Areas of Expertise"for a complete summary of our proposal. It is located after the table contents. Should you have any questions or comments,please do not hesitate to reach out to us for answers.We are ready to go to work! Very truly yours, c94* Christopher F.K ler,PE Agustin Maristany,PE Director Project Manager 8700 West Flagler Street,Ste 180 I Miami,FL 1786-656-4045 I www.ardurra.com DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 l_i `3 TABLE OF CONTENTS ,.. .. .: ...._,...s, _ „. . ,n l''':-, :- I.. f/ ,,,, -- "I Wan _ mg, -,f' • a ; i■of, _ r . " t �r a: - ,1::140,.. _ . ... Y i. , Ate•--4 '•.ry• �My_�-- . -} , t 1 �,i 1. 1 111 :g12 tt"' As i r I Ii i1r�—. -_!"•` C Section Page No. TAB 1 COVER LETTER&TABLE OF CONTENTS Cover Letter 1 Table of Contents 3 Project Matrix 4 TAB 2 EXPERIENCE&QUALIFICATIONS OF THE FIRM AND TEAM 2.1 Qualifications of the Proposing Firm SF 33o Section F Project Experience 8 SF 33o Section G Key Personnel Participation in Example Projects 7o The projects submitted in this section represent the experience of the proposing firm,Ardurra, and of the Ardurra team members. They have been purposely combined in Section 2.1 to reduce duplication of projects in Section 2.2. 2.2 Qualifications of the Proposing Team SF 33o Part 1 A-D 77 Organization Chart 79 SF 33o Section E Resumes for Ardurra Key Team Members and Subconsultants 8o 2.2.1 Project Experience SF 33o Section F Project Experience of the Subconsultants 118 (Project Experience for the Ardurra Team Members is presented in 2.1.) SF 33o Section G Key Personnel Participation in Example Projects 134 SF 33o Section H and I 136 Professional Licenses 154 SF 33o Part 2 161 TAB 3 APPROACH AND METHODOLOGY 174 n TO ASSIST IN REVIEWING, BOOKMARKS HAVE BEEN SET IN THE PDF. CLICK ON THE ^' SYMBOL Bid 2022-122-ND -3- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA The following table lists all projects we have presented in this submittal as evidence of our team and firm experience in each requested area(s)of expertise.A page number for each project location has been provided in the left column. PROJECT AREAS OF EXPERTISE AND IHE TEAM MEMBERS WHO WORKED ON THEM Ali- 'M MEMBERS WHO W is LVED IN THE PROJECT PROJECT AREA(S)OF EXPERTISE A i j I p I I I m 1 II w E E PROJECT NAME 3 a x C ,L wa w a li let a , t t V. rn P T a d r t w w a T' w N 12 u1 • , 01 1 c w E - LL c y 3 I22 y T E ,O w W,i c t a a wa a N �P a N n c�` a « oo a m A m m �a1 - y y N R P .v_4 y a'' T .N1 , v o c' t - tl m m m c a Nj i p : o m : w O v u m O Ov s f m of C E in o n A ,_ 3 3 T A i,, f z o 3 o c E Q al `�° o 3i i LL o f o m o 10 SI JI n •i f0 y c m m m �° v v I i E O - O V N N N Q y ce JI 0 I- E f L O m Vi al O N N _ LL J J 7 H: a J A 5 E ~I D u u o v m c l 1✓ c m c c « °' __ 11 ,2 � -- -- .. __ - m I . j. t C of y G WI N N O, T -8 O N ti O E « Q v J, �i ' Q J f Q f �, m;, ><; m al J ce a a ec Ce O J a A B C _.. D E ..F G H vi x i A MDWASD Pump Station Improvement Program,N ami-Dade Co.FL a .t ; .,1• _ ■ •,■ , • rig= . ■ :NH HIR BONE ' { _N�q 1 C Bermudez Park Retycled Stormwater Irrigation System,Doral,Florida i ■ �' ----taC MI n■■■ ._•_'. - q Transmission Main and Pump Station#3 Improvements,Sarasota County,FL ■ ■ + ■ ��Q■■� ' Wet Weather Force Main and Monitoring Systems,Largo,FL ■ illirilininim A p 9 Yy 9 ■ q North Booster Pump Station,Pinellas County,FL � ■ • __ A Logan Booster Pump Station,Pinellas Co,FL •• • • ', _ }' ' �■ ■ ■M.• ■ MDWASD Miami Springs Sanitary Sewer Evaluation Survey Design, !--�—'— ! I—: 1 — .,�.� j ��� _ ��1 Lauderdale-by-the-Sea Wastewater Capital Improvement Plan, ■ ■ r IIIII I !PIP .�p.. • .� Sanitary Sewer Evaluation Survey-znd Cycle Report Permit Renewals ■ • do h jl or i (Miscellaneous Properties) - `! III c 48-inch Water Main Interconnect in Downtown Miami, • ■ 1 ■ ■::■■ • OWED c MDWASD Pump Station Improvement Program-Force Mains, • • ■1NI. ��1 � C Redundant Force Main from PS 16 to South Cross Bayou WRF,Pinellas County,FL • 1 • • C Design Services for MDWASD Force Main 65 Phase 2, • • _t._.}—_t_.- ■ �■fl U$U11:11. a C MDWASD Small Water Main Condition Assessment,'. • • ' f i I •.�■■.■■ ■■■■ 111111111111.. i C Design and Limited Engineering Construction Services for Fire Flow Projects ■ • • • • • . .,,��...�..��...■ Package 1(Projects W-24,W-15,W-26), _ _, Design and Limited Engineering Construction Services for Fire Flow Projects I Ij Ia 1111111111 C Package 2(Projects W-16,W-17,W-19,W-21,W-23,W-24,W-z5,W-28), • • • • ■ • Design and Limited Engineering Construction Services for Fire Flow Project 14 and C Collins Ave Water Mains(7znd • St to 69th St,and 68th St to 65th) isr.u5, ■ • _ ! ! ,.. , C Water Master Plan Project W-32-Fire Hydrant Density Evaluation,Miami Beach,FL ■ • • Dial Design and Limited Engineering Construction Services for the replacement ! I I C - Subaqueous Water Mains under Dade Canal at zznd Stand z3rd St,Miami Beach, ■ ■ ■ ■• ■i ! ! ! • _ L 1 .i_i _.�._.T._i.--_1_s ----.._..L I _-- L_ •4- Bid 2o22-1zz-ND DocuSign Envelope ID.59D12E6F-6507-4CF8-8638-7C23828F15A2 Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT AREAS OF EXPERTISE AND THE TEAM MEMBERS WHO WORKED ON THEM - PROJECTAREA(S)OFEXPERTISE IECT jI m Co — PROJECT NAME 3 E 01 S ,.- E o a '° S o c W a wi 7 O « 70 u0 N N r N CC C E T D w' a. � c L -i a a a' a o o m a I aI' o a v o a = c c m ,n '�', a, �e � c'�, -°'o R v N Y all a., u, 2 I 't rI c l F. m .� w i t 11 ' i o ti m v: a f o 2 >, o O v �' C t E ,n of a d o «: i ; 8 y Y v z 3 3 — t A � L CI C, � � N _ � � W' L � I � � C N Cl � � J O 3 O Oi OI N C O O � � J a > `i N J 0 .2 O' K C rr W i G j 3 O - Q L O O, O LL O w O l•) J N O J l7 F = a E O O 'O Q _v -, "' I-1 N ,, O l ,p O j Vf LL J J a a u ,11 _, Fe" a i M ¢ f ..— m Y m! ¢I —I a -. al a •¢' ,I O —I O A B C I D E F G H ,n = II� Design and Limited Engineering Construction Services for the replacement of the , 1 c ;7 water transmission main and upgrade of the water distribution mains alongpsst • ■I ■ ■ lip ■ Street,and Fire Flow Project 9, 1 C ,g Pinellas County Force Main Assessment Program,Pinellas County,FL ■ ■ ' • . t NM MIME 1111Mill= H C z9 Hillsborough County River Oaks Diversion Design-Build,Hillsborough County,FL ■ • C 3o Peace River Manasota Regional Water Supply Authority,Loop Phase 3B I I ■ ■ - Sarasota Co,FL ■■ - C 2Replacements, ■ � i ■mi■■■::■ C 3i y8"PCCP Replacement Loganville Highway to Grayson,Gwinnett Co.,FL ■ Dunedin CausewayWater Main and Force Main Dunedin,FL • ■ � r I i ■� ■ ■ C 33 FDOT Gateway Express Utility Relocations,Pinellas County,FL ■ I i • • c z US 3oz Force Main,Hillsborough County,FL ■ -+•_ 7 - • 4 4 I C JS Gulf Blvd—FDOT Utility Relocations,Pinellas County,FL ■ I - ! ■_ �_..■■■■ • • C 36 MDWASDteriaPl Wkater forNorn eplalmRive, • • I - •������■■ � • c ;7 Design Criteria Package for North Palm River Water Expansion,Hillsborough Co.,FL ■ jr • _ c ,8 Safety Harbor Water and Sewer Main Replacement,Safety Harbor,FL 1,. ■ ■ + ILI■� � �■ - C 39 City of Sarasota Water Main Replacements—CMAR,Sarasota,FL � ■ ■ ' � j C 4o City of Venice Water Main Replacement forCol coonProgram, System Improvements, 3,5, 7, I• ; -_IllirliallrianilliMIIIIMIlla � • 6, &8,Venice,FL ■ D PER for Pinellas Park Interceptor Collection System Improvements,Pinellas Co.,FL ■ ■ i • • D z Cityr h Clearwater Septic to Sewer Program,Clearwater,FL ■ ■ t 111MIIIIFuIIIIIII •: •■ --1 D 43 North Bayshore Drive and Church Street Sewer and Force Main Replacements, _ Safety Harbor,FL ___ ■ ■ _ p �,4 Seabreeze Drive Sewer Expansion,Tarpon Springs,FL ' ■ • ■■■■_■■■■■■■■■■ • • ' E 45 48-inch Water Main Interconnect in Downtown Miami, • ■ i I I ' ■ ■■■ Peace River Manasota Regional Water Supply Authority Integrated Loop Phase z, ■ ■ I I =11=MIIAM . E "C ■ Charlotte Co,FL j .---. - --._-;.__ i E 47 Clearwater Memorial Causeway Subaqueous Pipelines,Clearwater,FL ■ ■ L me 1==111111 E 48 Design Services for MDWASD Installation of le h6`FM along NE 1e3rd St&Island Bvd,- E 49 City of Venice Intracoastal Waterway Force Main,Venice,FL • • I . E 50 Ulmerton Road Utility Relocations-7 projects,Largo,FL ■ II i ■ i ■ 1 ■ • • • Bid 2o22-1. 2-ND -5- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT AREAS OF EXPERTISE AND THE TEAM MEMBERS WHO WORKED ON THEM TEAM MEMBERS'WHO WERE DIRECTL o'LVED114 PROJECT PROJECTAREA(S)OF EXPERTISE A i R l I E I . i m • • • X PROJECT NAME w a ILA i w I w al . m 0 v 2 L L L P T i: - T >✓'I "' w a "„ w v '^' d ° '°'-' EG. LL y °' 41 F a S E 1 c t a- a a c o- , c w al. E� ai c wa c ° a.° - ` m E °✓i E y ° N ° R p '` x o- o_ '-`^ 2 -o c' -• V m = m A cI ai HI yl o w p m a 'a m a a, u m o Ou a u rT v m v ,o a d: E u '^ o c v .5 O 11'' '0 0 2'' o+ « rnj .Z c o _o n a1 T A I .s s 0 a R 5 v, v E - ,2 c gi ml o,, �; rn m u T E. m m m! m o > = a o 2 0 ° m Q -U. o I O' o f '5 t m I p l t7 o Q 3 ut u_ .�' l7 F = a , - 1 G :. r 0 m ut m x m .14 , « E E u o = d',,. mi .mj ,'I .2 .= Y .._—_ c E # ' < v 3 $ Q 3 f ¢ f $ c x m a v a s ° a; aii Z eel O 21 O A B C DE FGH N j = South County In-Line Potable Booster Pump Station Progressive Design-Build, • T • I ' ■ ■ r 52 Hillsborough Co,FL i1 — F 52 Citrus Co.Suncoast Pkwy Regional Water System Model&Analysis,Citrus Co,FL i I I I ■ ' ! __ • • F 53 Gwinnett County Central Service Zone Water System Model and Analysis,GA I I ■t 1 • •54 I • I a • ■ ■ !I ■ •■ _ F MDWASD InfoWorks Water and Wastewater Model Development,' ■ i _ • • • F SS Northwest Florida Water Management District Coastal Water Systems Interconnects ■ . • • -.-....F 56 University of Florida Campus Wide Potable Water Master Plan,Gainesville,FL ■ ■ i I _`_rt-__-,__ • Peace River Manasota Regional Water Supply Auth Integrated Loop Ph i&3B, , I 57 Sarasota Co.,FL • • • ■ ■ 4 58 Easley Combined Utilities,IDSE Study Plan and Report,South Carolina MDWASD InfoWorks Water and Wastewater Model Development,Miami,FL ■ 1 t i _ ,• • • _• •1 •i•i ■ • ■ • G 5v G 60 Infoworks Wastewater Modeling,Miami-Dade County,FL ■ ■ I I i ■ • I. G 62 Gwinnett County Sewer Master Plan,2027-2050,Gwinnett County,GA -�- •__ ■ 1 jl "_._ �_ t II : • ■ •-I G 62 Wastewater System Data Analysis&System Assessment,Forsyth County,GA ■ 1 H 6j Public Outreach for MDWASD's Consumer Line Relocation Program-Phase 2A, 1 • • • H 6 MDWASD Small Water Main&Water Service Conversions Phi&2,Miami-Dade,FL �■ • I I• • H 65 Eastgate Utilities Relocation Phase 2,City of Venice,FL ■ i iI • • *R 66 East Richland Public Service District South Carolina Flood Recovery Program ! ---_— — ■ • • • • • • *R 67 Coastal Structures Resiliency Feasibility Study,Miami Dade County,FL • • ■ _ • 'R 68 Risk and Resilience Assessment,and Emergency Response Plan,North Miami,FL ■ ■I ■( ■ ■ • *R 6y Resiliency Action Plan,City of Oldsmar,FL • • 1 t ■ *Resiliency/Sea Level Rise Bid 2022-122-ND DocuSign Envelope ID:591212E6F-65074CFB-8638-7C23828F15A2 Project Matrix Demonstrating Team Experience in All Areas of Expertise ARDURRA PROJECT ARE. Cl-Er PERTISE:.ND THE TEAM MEMBER`C HO'.JOR4 ED O J THEM TEAM MEMBERS WHO WERE DIRECTLY INVOLVED IN THE PROJECT PROJECT AREA(S)OF EXPERTISE A 1 ! • E I m A p = s ut III ._ .. v I I �� � a o S' E E PROJECT NAME j wi � o m v X C wl 0. a wi a w liJ 0- n a �n '« •u v f s P : T - y >: a' w l a a "' ? 3 : “.1, o w . " E _ E. ,° c °�' 3 i- v c l « wi c cl I a w 1 a a, a, ,P a : a; c w c o o _ c E a R p Y LL Ynl of , u: r a Li c �. c ,o c tar! �I i_tI $ pi o m a, as •2 p 2 8, _Si 4 3 O ¢ f 1, I f � ai' ,a m >= m o � o m u g a, `m 1 :! . m i l t^ gi E �° '2 o -I g 1 "i „.a,, V 3 ., a, `u > c T A � t c c' �, v v a, q l � g c c 1 0 5 O 31 0 0+ A y o oI aI', `_' O: l' J of y' > EI, ; J X' a,1 O, JI K % N O ,p > i E 5 Z. -1 pi ,61 N; ., Q Q V' cei , O -1 LL ° v -6 L mo o' mi �I , < > 3 5 LL J 3 l7 5 a J 2 Yn I-! I ut !o x y 1 �:. t rI E F O " w art y . c m v S E ? L g ,4: k m a+ `m k Ed 'i El o m B c t ti - o E # a v �I cei < E f < E $; co' s< co. 6 A -1 IX ° LL, a a! is p p A gi c D E F G H ,/, = A ug Pump Station Keys Gate, �...__.,_�...._._.^__._.. �l � • •.=■�= A u9 Westview Pump Station,Opa-locka,FL -I • --- --- - — A 12o Grand Bay Commons, _ _- r a • ■ •:� A i)i WASD Pump Station Improvements for Pump Station No.o26,Miami,Florida IN A iz z WASD Pump Station Improvements for Pump Station No.502,Miami,Florida B I y 1 _ • •• • •j _ • A 11, WASD Pump Station Improvements for Pump Station No.io9,Miami,Florida f I ■ ■ ■ ■ ■ '�1--• - 1111111.1.111111— C 124 54-inch Sanitary Sewer Force Main,Miami Beach to CDWWTP,Miami-Dade Co,FL ;■10 -_ , : • • MI Geotechnical Engineering for Fire Flow Projects Package i(Projects W-24,W-15,W-75 26), • • • • 111111.11_ C iz6 Geotechnical Consultant,City of Miami Beach Watermain Replacement along 42st • • • • t • ■ • ._ from Alton Road to Intercoastal Bridge,C 227 Retrofit Design-Cathodic Protection,-• - _ El i IIIMIIIIIIMIIIIIM IIII • IIII • == C z28 Philadelphia Water CP Services,Philadelphia,PA -1=�1� 4__ ____ _. .���- • -- C i29 A Morton Thomas Associates Inc,Leesburg,VA 111 • • H 3u City of Miami Beach 54-inch Redundant Sanitary Sewer Force Main Installation, I • II H i 3� City of Miami Beach Public Works Department Sanitary Sewer Evaluation Survey, II ._. IN i H Miami-Dade Water and Sewer Government Cu[Project Miami Beach,El ■■_-■■■_■■ MEN-III_III • H ig; City of Miami Beach Central Bayshore South Neighborhood Improvements Project, Ill III1 EMI — I I • I Bid zo22-122-ND -7- DocuSign Envelope ID 59D12E6F-6507-4CF8-863B-7C23828F15A2 EIMIIMIIIIMIIIMIIIIMMIIMIIMMIIMMIMIMIMIMMIMI MIAMI BEACH - ,..,_ i _ f iF ! 11 « .• . .t- ....„ by ... _. ... ......... oleizi.. qii.....3.1 ........ 7,„, , : ,,,...-- ... , ,:10:.•.:i..:..;...•',..,.,.•, i_ r ✓ , .'-v YI I ' aolu.S;. ` . ,�n1a _--l.... _ ly .1._ tiii • i� gnu./� t mR/•+a ':i" tom'..i '11.. -:Y� 'e-A tiW 1 +�ru .• sy�I' '+0 - .ram N, - .�..,.. .J'.•lei w: .. .�- ,.. `iAfi ..„ .1114 • \ .1 TAB2 . ..... Experience & Qualifications of the Firm and Team _ ,.. ENGINEERING SERVICES FOR WATER & WASTEWATER SYSTEMS #2022-122-ND V ARDURRA DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 11 i ,1-1;;11 2 . 1 QUALIFICATIONS OF THE PROPOSING FIRM = semarj I). 3W i'' --V.'.. , -.' . - /- , i�tii�__..-y. - 1 �1T��'�s^ ..or •`ry -" t .Sf ��11 iiiit./ S:Y tM '�S� mow....-• `-- ; �f iien i i g v •t/ f.. 'I'r -Y^ sz r ,_v v � • Y, _ �y-y l •t��. {,�,+y { / .r� sir • . i air-- ;.ir it'‘is '.f G]iglY.liO� LL .:r �` fit. R'L' 0. - __ /,� t- u . - _ Frd i - i�i tih 2.1 Qualifications of the Proposing Firm SF 33o Section F Project Experience 8 SF 33o Section G Key Personnel Participation in Example Projects 70 The projects submitted in this section represent the experience of the proposing firm,Ardurra,and of the Ardurra team members. They have been purposely combined in Section 2.1 to reduce duplication of projects in Section 2.2. To facilitate project review,project sheets were labeled with the letter of the required area of expertise on the upper left corner of the form. DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY 1 QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ A. (Present as many projects as requested by the agency,or 10 projects.If not specified. 1 ARDURRA Com•lete one Section F for each•ro ect. l 2t. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Pump Station Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade Co. FL See Below See Below Area(s)of Expertise: A. Sewage Pump Stations; Resiliency/Sea Level Rise 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curie!,Design Consultant Ph:305-446-7450 Sewer Department,FL Project Manager Em:juan.curiel®miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Ardurra has provided,and continues to provide,design,permitting,cost estimating, Contract: scheduling,permitting,and limited construction support services for the fast-track implementation of various sewer pump station rehabilitation,including climate and resiliency Features: improvements.Project assignments are listed in the table below. • Addresses pump and piping l Completion Dates replacement,wet Const. r-- well and valve vault Project Description Cost i Design Const. structural repairs Pump Station 65 650 GPM Wet Well/Valve Vault-Duplex $530K 2015 2015 • Climate change and Pump Station 500 730 GPM Wet Well/Valve Vault-Duplex $723K 2015 2015 sea level rise improvements: Pump Station 502 600 GPM Wet Well/Valve Vault-Duplex $880K 2015 2017 Elevated pump Pump Station 67 500 GPM Wet Well/Valve Vault-Duplex $552K 2015 2018 Services: Pump Station 26 2,200 GPM Wet Well/Valve Vault-Triplex $1.6M 2017 2019 • Design Pump Station 109 2,400 GPM Wet Well/Above Ground $1.8M 2017 2019 • Cost estimating Valves-Triplex • Permitting Pump Station 836 300 GPM Wet Well/Valve Vault-Duplex $536K 2016 2018 • Construction phase Pump Station 1201 600 GPM Dry Well/Wet Well-Duplex $1.3M 2018 2022 services Pump Station 1306 570 GPM Wet Well/Valve Vault-Duplex $722K 2017 2019 Key Personnel Involved Pump Station 1008 425 GPM Wet Well/Valve Vault-Duplex $837K 2018 2021 in this Project: ■ A.Maristany,PE- Pump Station 638 1,200 GPM Wet Well/Valve Vault-Duplex $1.2M 2019 Ongoing Engineer of Record Pump Station 530 650 GPM Wet Well/Valve Vault-Duplex $1.1M 2017 2019 • R.Maristany,PE- Pump Station 470 1,450 GPM Wet Well/Valve Vault-Duplex $1.3M 2021 Ongoing Engineer of Record Pump Station 444 330 GPM and Wet Well/Valve Vault-Duplex $1M 2021 Ongoing • Alessandra Monetti- Gravity Sewer Senior Engineer Pump Station 64 600 GPM and Wet Well/Valve Vault-Duplex $1.9M Ongoing TBD • Maria Alva-Engineer ,590LF • Leo Sampedro- Gravity Sewer Engineer Pump Station 10 2,000 GPM Wet Well/Valve Vault-Duplex $1.2M Ongoing TBD • Ben Turnage, PE Pump Station 677 600 GPM Wet Well/Valve Vault-Duplex $1.1M Ongoing TBD Project Engineer Pump Station 893 120 GPM Wet Well/Valve Vault-Duplex $665K Ongoing TBD Subconsultants: Pump Station 13 1,606 GPM Wet Well/Valve Vault-Triplex $1.1M Ongoing TBD • Geosol • Eastern • Aguirre 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami,FL Wastewater Engineering;Construction Services, a Permitting,Resiliency/Sea Level Rise Bid 2022-122-ND -8 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^�, A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 2 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED J C Bermudez Park Recycled Stormwater Irrigation System PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Doral, Florida 2010 2012 Area(s)of Expertise: A. Pump Stations C.Force Main(irrigation) Storage Tank 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Doral,FL Carlos Arroyo,Public Works Director Ph: 305-593-6740,ext 600g Em:Carlos.Arroyo®cityofdoral.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Doral retained Ardurra to provide modeling,design,permitting(ERP Relevance to this Contract: and CUP),construction support services,and O&M manual for the fast-track Features: implementation of a fully automated$2.9M recycled storm water irrigation • 7,00o ft of 12"diameter high system for the 8o-acre park. pressure water main • Major project components included emergency lake intake structure, 2 MG above 3,00o gpm stormwater ground concrete storage tank, o0ogpm stormwater pumpstation 1 o micron pump station 93� 3 • 1,40o gpm irrigation pump disk filters with automatic backwash,gravity sand filter for backwash water, bleach disinfection s stem 1 0ogpm irrigation pumps, o0o feet of 12"diameter station Y �4 9 P P 7, ■ 2 MG ground storage tank looped main,irrigation system,and auto mated controls.Ardurra developed a 20 • Lake intake structure year water balance model to calculate crop ET,rainfall-runoff,irrigation demand, • Automatic backwash filters and stormwater irrigation to determine optimal size of pump station and storage • Disinfection system tank. The project was partially funded by a siM alternative water supply grant from the Services: SFWMD secured with Ardurra's support. • Modeling • Construction::$2.9M Fast track Design • Permitting • Construction Services ,fr. • O&M Manual Construction documents were completed within 4 months of notice to Key Personnel Involved in this proceed. SFWMD's conceptual ERP and CUP permit modifications were approved Project: within 5 weeks of application submittal. • A.Maristany,PE—Project Manager .11.111111111.ftem mit • Chris Kuzler, PE—Principal- I� in-charge • M.Gladbach,CAD/Designer Subconsultant: Geosol,Inc-Geotechnical . ". .. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Miami,FL Water/Wastewater Engineering/Services During Construction;Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT b. Geosol, Inc. Miami Lakes,FL Geotechnical Services Bid 2022-122-ND 9- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ` / A. (Present as many projects as requested by the agency,or 10 projects, If not specified. 3 ARDURRA Com.lete one Section F for each .rdect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Transmission Main and Pump Station#3 Improvements PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2022 Sarasota County, FL Area(s)of Expertise: A. Water Booster PumpStation C. Water Preliminary Design Main(36") Report,3o%,6o% 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Sarasota County,FL Nancy Brooking Ph: 941-861-0589 Em: nbrooking@scgov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Sarasota Water Master Plan(completed in 2021)recommended the Features: installation of a 2-mile new 36-inch water transmission main to Pump Station No. • 36"water transmission main 3 and the addition of a third pump at Pump Station No.3 to increase pumping via open-cut,jack&bore,and capacity.The County has retained Ardurra Group, Inc.(Ardurra)to provide HDD professional engineering services for the route analysis,design,permitting, • Pump Station Improvements bidding assistance,maintenance of traffic,community awareness and outreach, • New yard piping&motorized and construction administration of the 2-mile-long 36-inch water transmission valves to allow filling of main and improvements to Pump Station No.3. existing storage tanks or booster pump mode Currently,the 18-inch piping to fill each ground storage tank is the same piping • New 55oo GPM pump& used for the pump station suction. When the pump station is operating,water is upgrade to 3ooHP motors discharged and measured through the same bi-directional venturi flow meter and • Upgrades to chemical exits the facility via the same 24-inch piping.As a result,the configuration of the analyzer systems yard piping does not allow the pump station to operate simultaneously while the • Storage Tank mixers • ground storage tanks are being filled. The pump station improvements include Emergency power • new 24-inch yard piping and motorized butterfly valves to isolate storage tanks Replacement of VFDs, and allow for booster pump mode,new influent and discharge meter assemblies, Electrical,SCADA&l&C ■ new influent/discharge meter the installation of a new 550o GPM pump,replacement of existing 25o HP motors assemblies with 30o HP motors,upgrades to the chemical analyzers,new ground storage Services: system penetrations and addition to mixers,additional emergency generator and • Route analysis&Preliminary fuel tank,electrical improvements,instrumentation system upgrades,and Design Report interconnection with the SCADA network. In addition,scope includes demolition • Design of an existing pre-engineered metal building attached to the main pump building a Maintenance of Traffic with minor structural • Permitting restorations. • Bidding Assistance Construction Cost: s14.6M m • Community Awareness& 4110 Outreach Plan (engineers opinion of probable "" • ■ Construction Management/ cost) Field Observation Key Personnel Involved in this i' Project: Ardurra will be adding new yard " • C.Kuzler,PE,Principal-in- piping with motorized valves and Charge new penetrations to existing • Loc Truong,PE—EOR CIA/QC ground storage tanks that will • Alessandra Monetti,PE— increase operational flexibility, =�a.. r'a Project Engineer which will allow the facility to .S • Maria Alva—Project Engineer operate in either re-pump mode or booster pump mode. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a Ardurra Group,Inc. Tampa,FL Water Engineering,Construction Management/Observation,Permitting Bid 2022-122-ND -10- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �\ / A• (Present as many projects as requested by the agency.or 10 projects,If not specified. 4 Com.lete one Section F for each.ro ectt ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2014 2016 Area of Expertise: A. Water Booster Station 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke, PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County's ioo MGD North Booster Station receives potable water from a Relevance to this Contract: 6o-inch regional transmission main and either stores it in five 5 MG tanks for re- Features: pumping or boosts the pressure directly from the regional main. Water from the • 10o MGD Capacity facility originally fed the northern part of the County's distribution system and • 5-5 MG Tanks also pushed water south to the County's Logan Booster Pump Station. Due to • 4 booster pumps water quality issues,the County elected to modify the station and associated 25 MGD each piping so that it only conveys water south. • 36",42"48"&6o"piping ■ 24"influent flow meter Ardurra was selected to provide design and construction management services • PLC/SCADA upgrades for the required modifications. Services also included an evaluation of the condition of the entire facility along with recommendations for additional Services: improvements. The project ultimately included replacement of four(4)booster • Design pumps with new 25 MGD,50o HP each(total of 10o MGD)horizontal split case • Construction Management pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch ductile iron yard • PLC/SCADA piping and valves,a new 24-inch influent flow meter assembly,rehabilitation of three valve pits,PLC and SCADA upgrades and instrumentation and electrical Team Members Involved in this systems modifications. Project: ■ C.Kuzler,PE-Principal Cost: $4M /QA/QC • L.Truong,PE-Project Manager Piping modifications required extensive analyses of existing 48 and 6o-inch • M.Gladbach-CAD Designer prestressed concrete cylinder pipe(PCCP)to determine joint locations and restraint configuration in order to integrate the new piping and valves. Ei 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Tampa, FL Water Systems Engineering&Construction Management/Observation Bid 2022-122-ND -11- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 5 Corn.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Wet Weather Force Main and Monitoring Systems PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Largo, FL 2013 2017 Area of Expertise: A.Sewage Pump Stations C. Force Mains E.Trenchless Technologies 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo,FL Chuck Mura, PE,Senior Engineer Ph: 727-857-278o Em: cmura®largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was contracted as part of a 2-firm team to provide preliminary Relevance to this Contract: engineering,design,permitting and construction services for the monitoring Features: system,pump station improvements and new,12-mile force main • Steady state and transient system. Ardurra's specific scope of services included the following: hydraulic modeling • Steady-state and transient hydraulic modeling of the entire 12 miles of force • Civil&Mechanical design of main and six pump stations. 4 submersible lift stations: • Topographic survey of the entire 12-mile force main route. 1,10o gpm duplex • Ecological Services and environmental permitting. 1,400 gpm triplex • Route evaluation of three potential alternatives. 1,1oo gpm triplex • Integrity evaluation and diagnostic testing of±3 miles of existing 16-and 20-inch 58o gpm duplex force main using Pure Technologies'Smartball and ultrasonic bracelet probe • Design of±7miles of 12"to methods. 2o"force mains • Civil and mechanical design of four submersible lift station upgrades, • Subaqueous drill under John including a 58o gpm duplex,a i,ioo gpm duplex,a 1,400 gpm triplex,and a Taylor Park Lake i,ioo gpm triplex. • Design of±7 miles of 12-inch to zo-inch force main(ductile iron,PVC,and Services: • fusible PVC)constructed through residential streets,across three major Pinellas Hydraulic Modeling Design County Roads and across the Pinellas Trail and the •• Permitting Taylor Lake outfall. Due to the heavy congestion • Construction of utilities and residences,roadway crossings,and Management/Observation waterbodies,much of the force main system was ._� , . '.` " • Surveying designed to be installed using trenchless �' • Ecological Services/ methods. Force main at two roadway crossings 1 IN al 1 r. = Environmental Permitting and one railroad crossing were installed by jack 1_ � 'ij, ii..= it • T and bore in 24-inch to 3o-inch steel casings. Key Personnel Involved in this • Six(6)horizontal directional drills of 14-inch to zo- Project: inch fusible PVC,totaling approximately ........." __`A • C.Kuzler, PE, 12,000 If,were constructed,including one - Principal/Project Manager 2,000-foot drill under the County's John • • B.Turnage, PE—Project Taylor Park Lake. a. Engineer • Construction management services& { ` �' • O.Serrano,Construction ak construction observation for two(2)full-time ,.,'� , Inspection •inspectors. Cost: $48M -•0• - `., Trenchless technology included:25 HDDs from 12"to 3o"ranging from 600 ft in length to 2600 ft 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Design/Structural Engineering;Construction a. Management/Observation;Permitting Bid 2022-122-ND -12- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER \/ A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 6 ^ Corn•lete one Section F for each .ro ect. AR DUR R A 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Logan Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2oi5 2018 Area of Expertise: A. Water Booster Station 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke@pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). When bids for the original design of the new Logan Pump Station came in±$2 Relevance to this Contract: million over budget,Pinellas County hired Ardurra to take over the project, Features: perform value engineering and then redesign and re-permit the project to meet • 3o MGD re-pump the available budget. The pump station consists of a new 3o MGD potable water • New 250 HP pumps re-pump system consisting of four(4)new 25o HP pumps,a 3,20o sq.ft.pump • 3,20o sf pump building building and electrical room,variable frequency drives,a new 1,50o kW standby • Electrical Room diesel generator set,installation of 36-inch,24-inch,and 18-inch yard piping and • VFd's valves,PLC and SCADA upgrades,and instrumentation and electrical system • Standby Generator modifications. Ardurra used innovating approaches to provide the required ■ 18",24"&36"piping& functionality which ultimately resulted in bids coming in$95,00o below budget. valves ■ PLC/SCADA Subsequent to design and bidding,Ardurra provided construction management • I&C services for the project. Timing and coordination played key roles during construction,as the existing pump station had to remain in service for the Services: duration. The initial construction phasing plan included three separate 24-hour • Value Engineering shutdowns,during which the County's water system would run on the head • Design pressure provided by the two full 5 MGD ground storage tanks. Planning and • Permitting communication helped reduce the number of 24-hour shutdowns to two. • Construction Additionally,Ardurra performed SCADA start-up and testing services to ensure Management/Observation • full functionality of the PLC and SCADA upgrades including its integration into Construction Phasing Plan • the County's system which is monitored at the Keller Water Treatment Facility in Start up&Testing the north part of the County. Key Personnel Involved in this Cost:$4.84M Project: L.Truong,PE, Project Manager C.Kuzler,PE-Principal-in Charge/QA-QC M.Gladbach-CAD Ardurra used innovating approaches Designer/Production to provide the required functionality which r ultimately resulted in 1:o' 1187 bids coming in$9,5,000 below budget. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Water Systems Engineering;Construction a. Management/Observation;Permitting, Startup& Testing;Value Engineering Bid 2022-122-ND -13- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ,/ (Present as many projects as requested by the agency,or 10 projects,If not specified. 7 V Corn dote one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Miami Springs Sanitary Sewer Evaluation Survey PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (SSES)Design, Miami-Dade Co., FL 2011 Area(s)of Expertise: B.Inflow&Infiltration 23,PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Oscar Vasquez,Division Chief W&S Ph:786-268-5801;Cell:786-516-5936 Sewer Department,FL Operations,MDWASD;actual reference Em:Oscar.Vasquez@miamidade.gov is Rod Lovett(retired); 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by Miami-Dade Water and Sewer Department(MDWASD)to Relevance to this Contract: provide Repair Recommendations and Construction Management and Inspection services for the"Preliminary Evaluation Prior to Design and/or Other Upgrades to Features: • the MDWASD Sanitary Sewer System within the City of Miami Springs,Florida". SSES work in compliance with MDWASD protocols and RER requirements The project involved repair recommendations and construction management and • 46 miles/8-24"gravity pipes inspection of the Sanitary Sewer Evaluation Survey(SSES)for the Miami-Dade • 925 manholes Water and Sewer Department's(MDWASD)wastewater collection system within • 17 pump stations the City of Miami Springs,Florida.The sanitary sewer collection system consisted of approximately 46 miles of gravity pipes ranging from 8 inches to 24 inches in Services: diameter,925 manholes,and 17 separate • SSES contractor oversight wastewater collection basins. • Video reviews • D- efect Identification Ardurra monitored and inspected the , 145 manhole defects SSES Contractor's cleaning and televising 13,106 pipe defects of the sanitary sewer system including -482 smoke testing defects gravity lines,manholes,and pump '* No pump station defects stations for compliance with MDWASD ! • Repair recommendations specifications.Cleaning was accomplished - (per WASD protocols) by high velocity hydro-cleaning • " Repair cost estimates equipment. Smoke testing was also Final report performed for the entire system. Key Personnel Involved in this Project: Engineering activity included reviewing �:a„ • A.Maristany, PE-Principal- the video inspection recordings of the \ in Charge sewer lines that are cleaned and video by A • Chris Kuzler, PE, QA/QC the Contractor within each pump station 11 basin, identifying and cataloging defects, i and making repair recommendations • • according to MDWASD's approved repair • protocols,and preparing repair cost estimates. Additionally,Ardurra documented and reported any discrepancies found on the MDWASD provided Sewer Atlas Maps. Fee: $200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Miami,FL Wastewater Engineering a. Bid 2022-122-ND -14- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /.\\/ (Present as many projects as requested by the agency,or 10 projects,If not specified. 8 Corn•ete one Section F for each.ro=ct. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Lauderdale-by-the-Sea Wastewater Capital Improvement PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Plan, Lauderdale-by-the-Sea, FL 2012 2013 Area of Expertise: B. Inflow&Infiltration, D.Gravity Sewers A. Lift Stations 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Town of Lauderdale by the Don Prince,Municipal Services Ph: 954-640-4233 Sea, FL Director Em:DonP®lbts-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the Town of Lauderdale-By-The-Sea(LBTS)to perform a Relevance to this Contract: condition assessment and quantify the needs of their wastewater system including Features: the gravity sewer system,flow meter,and two lift stations;identified defects, • io.5 miles of gravity sewer recommend improvements,prepared cost estimates,develop a Sanitary Sewer • 3.65 manholes Capital Improvements Plan(SSCIP),and • i Flow meter provided construction observation services for • 2 Sewer pump stations the gravity sewer repairs. '.�., - Services: The sanitary sewer system consists of two • Condition assessments separate wastewater collection basins with •• tll°=i-�,� �y • Inflow&Infiltration approximately 3.0.5 miles of gravity pipes,3.65quantification manholes and two pump stations(6o HP and ° • Video Reviews 7.5 HP)with their respective force mains. - • Repair identification and The SSCIP plan identified defects and needs, prioritization • provided repair design recommendations,and cost estimates for the gravity sewer Flow meter evaluation • lines and two lift stations as well as the replacement costs of the lift stations. In Pump station evaluations • addition,it included costs related to a proposed Gravity Sewer System Capacity CIP recommendations • Evaluation Hydraulic Model,proposed Lift Station Monitoring Program,proposed Cost estimates • Suspect Lateral I/I Program,and I/1 Reduction Maintenance Program. Specific Sanitary Sewer CIP • Inspections of CIPP liner activities included: installation • Video review of 165 CCTV inspections:632 defects were identified. • 252 repairs recommended using repair protocols. Key Personnel Involved in this • Verified meter was installed as per manufacture's specifications and reviewed Project: calibration records. • A.Maristany,PE,Principal- • Inspection and evaluation of two lift stations including hydraulic analysis, in-charge spacing requirements,and electrical requirements:minor repairs were • C.Kuzler,PE, Lead recommended. Technical Expert and QA/QC • Infiltration and inflow(I/I)evaluation,including the development of dry and wet weather hydrographs for each lift station:analysis identified both stations as having rain dependent I/I(RDII). • Prepared a comprehensive SSCIP report to assist the town of LBTS in planning ongoing maintenance,system repairs and upgrades,and quantifying the potential savings from the implementation of an Infiltration and Inflow(I/I) program. • Provided inspection services for the extensive repairs of gravity system which primarily involved CIPP liners Fee:$83,227 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami, FL Wastewater Engineering/Assessments a. Bid 2022-122-ND -15- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY^ QUALIFICATIONS FOR THIS CONTRACT NUMBER / `/ (Present as many projects as requested by the agency,or 10 projects,If not specified. I 9 ARDURRA Com.lete one Section F for each.ro ect. 21. TITLE AND LOCATION(City and State) 22 YEAR COMPLETED Sanitary Sewer Evaluation Survey CycleReport 2nd Re ort Permit PROFESSIONAL CONSTRUCTION Of Applicable) SERVICES Renewals(Miscellaneous Properties) 2011-2014 Miami-Dade County, FL Area(s)of Expertise: B. Inflow&Infiltration 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Numerous clients identified below Ph:Numerous clients Sewer Department,FL 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra contracted with over 25 private SSES operators(PSO's),both private and Relevance to this Contract: public sectors,in Miami-Dade County to perform evaluations as needed,including Features: visual inspections,smoke testing,pump testing,flow monitoring,video reviews, • SSES work in compliance CIPP liner certifications,estimated I&I, identify repairs,review/certify repairs,and with MDWASD protocols and prepare final SSES reports in full accordance with Miami-Dade County guidelines RER Requirements and requirements to support permit renewals with RER. Following is a • Public and Private sector representative list of private sewer operators for which the work was performed: clients ■ Permit renewals • Miami-Dade County Health Department Environmental(PSO#0987) • City of Miami-Police Motor Pool(PSO#0432) Services: • Commercial Center of Miami Master Association(PSO#0135) • Visual Inspections • South Miami Chevron(PSO#0147) • Smoke Tests • Twin Lakes Apartments(PSO#0596) • SSES Reports • Golden Pond Apartments(PSO#0597) • As-builts/sketches • Loehmann's Fashion Island Plaza(PSO#o6oi) Key Personnel Involved in this • J.C.Industrial MFG Corp.DBA J.C.Machine Shop(PSO#0733) Project: • Wash Depot II Inc. D/B/A Simoniz Car Wash(PSO#0758) ■ A.Maristany,PE—Project • Plaza 17o Condominium Association(PSO#0854) manager/FOR • Palmer Trinity School Inc.(PSO#og24) • Chris Kuzler, PE—Principal- • Ernesto Perez DMD-Dental Clinic(PSO#0930) in-Charge • Cross Tabernacle(PSO#0944) • Intermex Properties(PSO 1002) • Aeroturbine Miami Facility(PSO#1089) Fee: $85,000 .1,` °; j r 7' xti. 41 S,. d . .t. rilll 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Wastewater Engineering a. Bid 2022-122-ND -16- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ C• (Present as many projects as requested by the agency,or 10 projects,If not specified. to Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48-inch Water Main Interconnect in Downtown Miami PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL Traditional-2016 Traditional-2018 Area(s)of Expertise: C.Water Mains&E.Trenchless Technology Design-Build-2o36 Design-Build-2019 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Lin Li,PE Ph: 786-395-9186 Sewer Department Em:lin.li®miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra served as Engineer of Record and Design Criteria Professional for the Relevance to this Contract: design of a 48-inch water main interconnect in downtown Miami,an area with Features: heavy traffic,congested utilities,multiple concurrent construction projects,and • 5,00o LF of 48"water main groundwater and soil contamination. • 2,80o LF of 36"water main ■ 1 micro-tunnel&1jack-and- One portion of the project was fast-tracked as traditional design-bid-build to bore avoid anticipated conflicts with the ongoing concurrent construction of the • Open Cut along Biscayne Miami Brightline Station. This portion of the project included 800 feet of 48- Blvd. inch WM,50o feet of 36-inch WM,ioo feet of 3o-inch WM,and a micro tunnel • Downtown location under the FEC railroad across the street from the Miami Brightline Station. congested with traffic, utilities,and concurrent The other portion of the project was procured via design-build and included construction projects 4,20o feet of 48-inch WM, 2,30o feet of 36-inch WM,3o feet of 3o-inch WM, • Soil and groundwater open cut across US-1 downtown,and a Jack-and Bore under the FEC railroad. contamination The project received a project of the year award by CAACE. Services: • Construction:$12.9M Engineer of Record , r r • Design Criteria Professional • z . .i t ' ' , • Finalize route for final BODR =4l • Design s� .. ,,b I ..s • • Permitting m e. ..� ! • Limited Construction , 'I t r I Services e\ca J�� t) Key Personnel Involved in this - ea„Pt�okC'e kot 1 Project: "" _. . PS so- �a� 1 , • A.Maristany,PE-Project ��g��e4,p-y ` Manager/EOR • ` • Chris Kuzler, PE-Principal- - 1 in-charge • Mark Gladbach-Designer " " w Subconsultant: `4 * Geosol, Inc.-geotechnical& - — �-^- - —' contamination testing THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water Engineering;Permitting a. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Geosol, Inc. Miami Lakes, FL Geotechnical&contamination testing Bid 2022-122-ND -17- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT �` C. (Present as many projects as requested by the agency,or 10 projects,If not specified. NUMBER ARDlN2RA Com•fete one Section F for each•ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Pump Station Improvement Program-Force Mains PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade Co. FL See Below See Below Area(s)of Expertise: C. Force Mains 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curiel, Design Consultant Ph:305-446-745o Sewer Department,FL Project Manager Em:juan.curiel®a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra has provided,and continues to provide,design,permitting,cost estimating, Relevance to this Contract: scheduling, permitting,and limited construction support services for the fast-track implementation of improvements to various force mains associated with the Pump Features: Station Improvemen.t Program Project assignments are listed in the table below. • Force Main Replacements &Improvements Completion Dates Project Description Construction Services: Cost •Design Construction Design • Cost estimating Force Main 65 3,000 feet of 8, 12, $668K 2015 2015 • Scheduling Phase 1 and 16-inch DIP • Permitting Force Main 500 2,400 feet of 10- $642K 2015 2015 • Limited construction phase and 12-inch PVC services Force Main 65 1,250 feet of 16- $977K 2016 2018 Phase 2 and 24-inch DIP Force Main 394 5,000 feet of 10- $1,731,000 2016 2017 Key Personnel Involved in this and 12-inch DIP Project: FM • A.Maristany,PE-Engineer of 215LF of 12-inch Record PVC Gravity Sewer • R.Maristany,PE-Engineer of Force Main 840 4,460 feet of 12- $1,012,858 2017 2019 Record inch DIP • Alessandra Monetti-Senior I Engineer • Maria Alva-Engineer - s oY Yt n - • Leo Sampedro-Engineer mow l , '`` d Subconsultants: ... ,� - • Geosol-Geotechnical lk � 4 ;gF�_ vr 1t .� ; i'f\,�� y• �y� fin I. . ..,.. . .,...,.. ..4.., . t ..„ .. ....., .. . ,..„, , ... : :,, ..,":.., i U/201511 • 1D117'2D1603'25:49 iiiiik i. ,.....,...., ... . _...„; . , ii ' Midmi-Dade rtt +• Miami-6 . - •'1 FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Wastewater Engineering;Construction Services, a. Permitting Bid 2022-122-ND -18- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 12 Com.lete one Section F for each .ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Redundant Force Main from PS i6 to South Cross Bayou WRF PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Pinellas County, FL 2018 2021 Area(s)of Expertise: C. Force Main(42"-i000 LF continuous)H. Trenchless Technologies-HDD 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County, FL Tom Menke,PE,Utilities Engineering Ph: 727-453-3611 Section Manager Em: tmenke@pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: As part of a two firm team,Ardurra assisted with development of a Preliminary Engineering Report,alignment evaluation,design,permittingand construction Features: g g p gg ' • 3,40o continuous 42"force management services of 17,80o LF of 36-inch force main along congested Park main Boulevard(CR-694)and crossing Starkey Road and the Pinellas Trail. The project • 9,00o LF of 36"force main included design and construction of five locations of horizontal directional drill • 85o LF 20"force main crossings of waterways and roadway intersections,totaling-3,40o LF of 42-inch • Horizontal Directional Drill force main. • Jack&Bore The project included line stopping and bypassing of existing force mains to make Services: final connections while keeping the system in service. Permits include FDEP • Alignment Evaluation Notification/Application for Constructing a Domestic Wastewater Collection • Design /Transmission System,an FDEP Environmental Resource Permit,and a Pinellas • Permitting County Right-of-Way Use permit. • Construction Management Key Personnel Involved in this Project: Cost: S14M • B.Turnage,PE-Engineer of Record • C.Kuzler,PE-QA-QC •,-.A • O.Serrano-Construction Management/Observation Eit'a-HWrill_H 1 • I — a '- , .... r Ar 3e. _ 0 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-TWO-FIRM TEAM Ardurra Group,Inc. Tampa,FL Wastewater Engineering;Construction a. Management/Observation, Permitting Bid 2022-122-ND -19- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY • C. QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. �3 Com.iete one Section F for each.roect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design Services for MDWASD Force Main 65 Phase 2 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL 2016 2018 Area(s)of Expertise: C. Force Mains&E.Trenchless Technologies 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Juan Curiel,Design Consultant Project Ph:305-446-7450 Sewer Department,FL Manager Em:juan.curiel@a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Miami Dade Water and Sewer Department (MDWASD), as part of the Pump Station Improvement Program (PSIP), retained Ardurra to provide, surveying, Features: geotechnical investigation services, soft digs, technical memorandum, trenchless • i,2oo LF of 16-and 24" • investigation, design, cost estimating, scheduling, permitting, and limited Peak flow 825 gpm g g ' • Located through FDOT US-1 construction support services,for the implementation of approximately 1,200 feet of 2.6- and 24-inch ductile iron pipe cutting through FDOT's US-1 in downtown downtown Miami ■ Fast Tracked Miami. • Trenchless Investigation Major project components included the design of a new force main to serve Pump Services: Station No.0065.The design accounts for future system expansion or • Design improvements,utility relocations,roadway improvements,resurfacing and • Cost estimating applicable MDWASD sewer criteria standards.The force main was designed for a • Scheduling peak flow of 825 gpm. The new wastewater transmission system consists of ■ Permitting approximately 1,200 linear feet of 16-and 24-inch ductile iron forcemains. The • Limited construction phase proposed 16-inch connects to an existing forcemain at Secoffee Street,runs 600 services feet along Natoma St where it is enlarged to a 24-inch and continues for 600 feet, ■ Fast Track crossing US-3.,continuing along 2.9th Ave,and connecting to an existing 48-inch forcemain along SW 25th St. Key Personnel Involved in this IIP Project: ■ A.Maristany,PE-Project A trenchless installation report was prepared that evaluated various trenchless Manager/EOR technologies to cross US-1. Based on geotechnical investigations showing variable • C.Kuzler,PE—Principal-in- and very soft granular materials,and deeper submerged installation required to charge avoid conflicts with numerous large utilities under US-1, the use of microtunnel Subconsultants: and/or horizontal directional drill was deemed too risky. Instead, the design team • Geosol approached FDOT to request open trench installation and conducted traffic counts, • Eastern Engineering lane closure analysis,and prepared a maintenance plan approved within a week of • Luis Aguirre and Associates submittal. Cost: $977,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a Ardurra Group,Inc. Miami,FL Wastewater Engineering;Limited Construction Phase Services,Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Eastern Engineering Group Doral,FL Structural (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Louis J.Aguirre&Associates Miami,FL Mechanical/Electrical c. Bid 2022-122-ND -20- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 14 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Small Water Main Condition Assessment PROFESSIONAL SERVICES CONSTRUCTION of Applicable) Miami-Dade County, FL 2014 Area(s)of Expertise: C. Water Mains(condition assessment) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-552-8837 Sewer Department,FL Em:emluioi®miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained to support MDWASD in the development and implementation Relevance to this Contract: of the Small Diameter Water Mains Evaluation and Enhancements Project. Features: Under Phase 2,Ardurra performed a desktop condition assessment of small water • i000+miles small diameter mains using Geo-database tools in order to develop a prioritized implementation water mains schedule for small water line replacements throughout the County. The following • Countywide desktop tasks were completed: condition assessment ■ Development of • Geo-Database Development-Several MDWASD databases(MDWASD GIS, geodatabase for property appraisers,leakage report,customer complaints,water main repair infrastructure inventory • history,Infoworks model network)were compiled,screened,and integrated Failure forecast into a single database for analysis. • Automated Processing Tool-Programmed tool using Python script to Services: automatically generate and draw street blocks,replacement water mains • Inventory • Cost Estimates (length and diameter),service connections,and meters;and prepare cost • Prioritize improvements estimates for the entire small water replacement program,with individual • Preliminary schedule estimates provided for each phase. • AWWARF's KANEW Model-Integrated KANEW model into automated tool Key Personnel Involved in this to forecast 5-year pipe failures by street block based on pipe age,material,and Project: diameter;and prioritize small water main replacements by street block. • A.Maristany,PE-Project • Ranking and Prioritization of Small Diameter Main Replacements: Manager -Characterized entire system by pipe diameter,length,age,and material. • Chris Kuzler,Principal-in -Related"annual repairs/loo miles"to pipe dia.and material for entire system Charge -Fitted KANEW distribution to pipe material,age,diameter,and failure history for pipes s 4-inches • Forecasted 5-year pipe failures per street block for pipes<-4-inches Ranked and prioritized street blocks based on 5-year failure forecast for pipes<- 4-inches. Fee: $30,000 GALV s GALV 8 "0 — Kue.w,..�ron.r. °'� om swrrwwr 00, 1 :ooso 4•MIOO,nJ 0.03 4 no �OW yi f Zu BO SO eio Quo C m�.Ir�Y 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water System Engineering a. Bid 2022-122-ND -21- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 i F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER �` (Present as many projects as requested by the agency,or 10 projects,If not specified. 15 Com.lete one Section F for each.ro•ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Flow Projects Package i(Projects W-2.4,W-2.5,W-26) 2020 2023 Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora®a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of fire flow projects W-14,W-3.5,and • 6,55o LF of 8"-if water W-26 as outlined in the City's Water System Master Plan dated October zoi9. mains via open cut • 7o Water Service The work includes upsizing 6,55o LF of existing water mains to 8",and 12" Conversions • diameter zinc-coated and poly-wrapped ductile iron pipe. This project also iz Fire Hydrant included replacement of all water main branches,water services,fire suppression Replacements connections,and fire hydrants that were connected to the old water main and Services: within the right of way. • Design • Permitting Cost: $2.1M est. • Scheduling • Construction Services I I I " I�t ` ,�I 1 j H . t _ r �i I Key Personnel Involved in this -•._ o» ,.., =f= Project: ■ A. aristany, PE-Principal 11 v: , I L s= _At f ■ R.Maristany,PE-Project 'I -=- � � {,: .__. i { sts .a_ o '1 Manager 1 1 , • A.Monetti,PE-Project t'" ).- Engineer " — — �' • L.Sampedro-Engineer ..� - -. -- :"' " 1' • M.Alva-Engineer .."'i r�. _�} ,i _�_ s� s '�: t .7;1- A.Abud-Lead CAD ,k.. a =. 1- 4, Subconsultants: __ i v� -...1 ` II "-- `''`"'" • Geosol Inc-Geotechnical 1. .41. k s: �-c• ..! I Engineer : s•r i — .aa--- 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Water Systems Engineering;Permitting; a. Construction Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -22- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ C. (Present as many projects as requested by the agency,or 10 projects,if not specified. 16 Com.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and Stare) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Flow Projects Package 2(Projects W-16,W-i7,W-ig,W-21, 2020 2023 W-23,W-24,W-25,W-28), Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)24o-9932 Em:marianevorat'a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: • construction support services for the design of fire flow projects W-26,W-17,W-ig, 5,72o LF of 8"-16"water W-21,W-23,W-24,W-25,W-28 as outlined in the City's Water System Master Plan mains via open cut • 34 Water Service dated October 2019. Conversions • The work includes upsizing 5,72o LF of existing water mains to 8",io",and i6" S Fire Hydrant Replacements diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included replacement of all water main branches,water services,fire suppression Services: connections,and fire hydrants that were connected to the old water main and • Design within the right of way. • Permitting • Scheduling Cost: $2.oM est. • Surveying • Construction Services '_' 4.'=-y _rw: !: — ill I� ;� Key Personnel Involved in this -=-: ,F r ' t 1 1t _` --.1 Project: _- ? /t i ._ _ � —r ■ A.Maristany, PE-Principal - , ;-�, ■ R.Maristany,PE-Project I!= —_t ....4� ( ii Manager i ' 3- 4.. t i I i ■ A.Monetti, PE-Project Engineer •lill L.Sampedro-Engineer • �1 ;^ .,,_ r .� �t$ ▪ M.Alva-Engineer Tr,. 'y° .1.� --,♦ NtZ •N.ea - - 1 ♦ -..._..�... 1 • A.Abud-Lead CAD o 1: Tin.,_: ;� °_« ! I M!t _q, L(�.r'.�� 11 Subconsultants: `°� wux- . r.' ��r: tl; th, , ' • • Geosol lnc-Geotechnical trr =,y-' - Engineer _-- "�"" i _ - =-, • ter- 1- _,.,�.,,r 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami,FL Water Systems Engineering,Permitting,Construction a. Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -�3- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 17 ARDURRA Corn.Iete one Section F for each.ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Flow Project 14 and Collins Ave Water Mains(72nd St to 69th 2020 2023 St, and 68th St to 65th), Miami Beach, FL. Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)24o-9932 Em:marianevora®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra,to provide surveying, geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of fire flow project W-14 as outlined in • 5,855 LF of 8"-24"water the City's Water System Master Plan dated October 2019,as well as water mains mains via open cut along Collins Ave from 72nd St to 69th St,and 68th St to 65th St. • 122 Water Service Conversions The work includes upsizing 5,855 LF of existing water mains to 8",and 24" • 12 Fire Hydrant diameter zinc-coated and poly-wrapped ductile iron pipe. This project also Replacements included replacement of all water main branches,water services,fire suppression Services: connections,and fire hydrants that were connected to the old water main and • Design within the right of way. • Permitting • Scheduling Cost: $2.2M est. • Construction Services . I j L� u .�: ^:_ Key Personnel Involved in this 1 -- ( �'= ssa: rK'= -� I Project: - _ ;; 7, '�--#- . \If illi fl' II weir'' • A.Maristany,PE Principal "1 �1 _ t -Q it ■ R.Maristany,PE-Project 11 Manager �� = = _-__ titer. I • A.Monetti,PE-Project 1 Engineer ry^^! • L.Sampedro-Engineer • M.Alva-Engineer • A.Abud-Lead CAD •z�_ -=s:1L ' Subconsultants: . _.,.,., .._t '� �raii: ~ T4. I Geosol Inc-Geotechnical `w__ti:., ( Quit- s_af, i Engineer ,i. '3nnic F r.0NflE0sro 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water Systems Engineering;Permitting;Construction a. Services (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -�4- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 1 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT i NUMBER C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 18 Com.lete one Section F for each aro ect I ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Water Master Plan Project W-31-Fire Hydrant Density PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Evaluation, Miami Beach, FL 2021 Area(s)of Expertise: C. Water Mains; Planning&GIS 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach, FL Mariana Evora Ph:(305)240-9932 Em:marianevora@miarnibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Miami Beach(City)retained Ardurra to provide professional engineering services for the Project W-31, Fire Hydrant Density Evaluation,as Features: outlined in the City's Water System Master Plan dated October zo19. • ArcGIS:Zoning,Roadway, and Fire Hydrant feature The work includes a geospatial analysis of over 1,310 existing fire hydrants located geospatial analysis • within the city limits and evaluate whether there are any gaps in respect to the Project Definitions and NFPA zo18 Florida State Fire Codes and the Miami Dade County Public Works Prioritization of s28.5M est Manual Section D-8. This includes categorization of the City's zoning for analysis project costs with hydrant and roadway features. Services: • City Planning The evaluation determined over 50o hydrants and 120,00o LF of upgraded water mains were required to meet the fire codes. Key Personnel Involved in this Project: Cost: 528.5M est. • A.Maristany, PE-Principal • R.Maristany,PE-Project «i L m' Manager �.x... -1 • M.Alva-Engineer _... - •_• •�s s(--415-' r 11 • J.Stanford-GIS Specialist 6 rl... -.* -•!..1 -. `...4,,,,o) , ,'s i U. ♦.a.-. ` 1 r ' 1 ` , S ` 0 / ,, 1 • • t� '' : .:.. ��: 1 ... ♦ \ r 1 't r y.Sri{.. .'a- • . , }*• a. e i • ,t•'' qyk 1 J . { r "w. 1 IC 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Planning i GIS a. Bid 2022-122-ND -25- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` / C. (Present as many projects as requested by the agency,or 10 projects,If not specified. NU NU ARDURRA Comelete one Section F for each.ro.ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for the PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Replacement Subaqueous Water Mains under Dade Canal at 2021 2024 22nd St and 23rd St, Miami Beach, FL Area(s)of Expertise: C. Water Mains E.Trenchless Technology 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach,FL Mariana Evora Ph:(305)240-9932 Em:marianevora®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach(City)retained Ardurra,to provide surveying, Relevance to this Contract: geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of subaqueous water mains under • Horizontal Direction Drill of Dade Canal at 22nd St and 23rd St. 1,290 LF of 14"&20"HDPE water main under a Canal The work consists of replacing two(2)out of service subaqueous water mains with • Parallel Seismic Testing new upsized water mains. The crossing at 22nd St will consist of a 2o"HDPE DRin. (ID>i6"), installed by horizontal directional drill method,and has an approximate Services: plan length of 695LF due to depth to clear sea walls. The crossing at 23rd St will • Design • consist of a 14"HDPE DRii(ID>3.2"),installed by horizontal directional drill Permitting method,and has an approximate plan length of 595LF due to depth to clear sea ' Surveying • Scheduling walls.The work also includes additional direct bury work to reconnect to the • Construction Services existing watermain on each end of the crossings. Key Personnel Involved in this The City did not have available record documents of the seawall at each end of the Project: canal crossing,therefore parallel seismic testing was performed to obtain the tip • A.Maristany,PE-Principal depth of each wall. • R.Maristany,PE-Project Manager Cost: sa.7M est. • A.Monetti,PE—Project Engineer • L.Sampedro—Engineer • M.Alva—Engineer • P.Bottone, PWS,CERP— Environmental Engineer • P.Diaz,PLS-Surveyor Subconsultants: • GeosolInc—Geotechnical Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami,FL Wastewater Engineering;Construction Services; a. Permitting;Surveying (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol, Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -26- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 20 Comslete one Section F for each.ro•ect. 1 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design and Limited Engineering Construction Services for the PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) replacement of the water transmission main and upgrade of 2021 2024 the water distribution mains along 42st Street, and Fire Flow Project 9, Miami Beach, FL Area(s)of Expertise: C.Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Mia Beach, FL Mariana Evora Ph:(305)24o-9932 Em:marianevora®a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach(City)retained Ardurra,to provide surveying, Relevance to this Contract: geotechnical,design,cost estimating,scheduling,permitting,and limited Features: construction support services for the design of the water transmission main and • 9,205 LF of 6"-36"water upgrade of the water distribution mains along 41st Street,and fire flow project W- mains via open cut 9 as outlined in the City's Water System Master Plan dated October 2019. • 84 Water Service Conversions The work includes upsizing 9,205 LF of existing water mains to 6",8",10",12",26", • 21 Fire Hydrant 20",24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe. This Replacements project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water Services: • Design main and within the right of way. • Permitting • Scheduling Cost:_ $5.oM est. • Surveying — -- Y 9 • Construction Services ( ' Key Personnel Involved in this MP/MA %MI MY NH.. _ I Project: • A.Maristany,PE-Principal „w,,,,n,K„M ,., __ • R.Maristany,PE-Project Manager • A.Monetti,PE—Project t` ( Engineer / . / 1 • L.Sampedro—Engineer MOP,2 MO1 MOP�s,•,2 , ,„ ,,.,,.„., • M.Alva—Engineer oemeunsw v.. M. l • A.Abud—Lead CAD • P.Diaz,PLS-Surveyor Subconsultants: Jt • Geosol Inc—Geotechnical r Engineer --- 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami, FL Water Systems Engineering,Construction Services; a. Surveying, Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2o22-1.22-ND -27- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER " C. I (Present as many projects as requested by the agency,or 10 projects,if not specified. 21 Comslete one Section F for each.ro•ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pinellas County Force Main Assessment Program PROFESSIONAL SERVICES CONSTRUCTION(i(Applicable) Pinellas County, FL See Below See Below Area of Expertise:C. Force Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®pinellascounty.org 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County Utilities operates a manifolded wastewater force main Relevance to this Contract: system. Inspections of the force main system conducted by the County showed Features: deficiencies,including non-functioning ARVs,and corrosion on the exterior of the • Wastewater Force Mains force main,ARV pipe saddles,ARV piping,isolation valves,ARV bodies and interior 12,14,16,18,20,&24"force of the vault. To verify if the pipe is experiencing internal corrosion possibly mains resulting from accumulated gasses,Ardurra was retained to assess the condition of • Inspections of the pipe adjacent to these air release valves and at other locations in the -ARVs system. Ardurra performed assessments and recommendations for their repair -Corrosion /replacement at the following locations. Services: 54th Avenue Force Main Assessments: • Assessments/Evaluations Ardurra provided an evaluation of the 7 ARVs on the 61oo LF of 24-inch force main Inspections on S4th Avenue North from Seminole Blvd to the west side of Boca Ciega Bay and • Replacements 490o LF of east side of Boca Ciega Bay to the South Cross Bayou Advanced Water • Construction Plans Recovery Facility. Completed 2018 Development Seminole Bypass Canal Force Main Assessment: 4_ • Construction Management • Ardurra provided an evaluation of approximately Startup/Testing 13,60o LF of 12-,14-,16-,18-,and 20-inch force �. Key Personnel Involved in this mains from pump station oo8 south to gate valve E Project: f 17F5-SG4o10 along the Seminole Bypass �.�,,:• L.Truong,PE Canal. The eight ARVS on various sections of the • O.Serrano,Construction force mains were also evaluated. Ardurra was also Inspection responsible for overseeing surveying,subsurface __ • M.Gladbach,Designer investigation and ultrasonic pipe thickness test (UST)on the force mains at 16 locations,and at 8 air release vales manholes. Completed 2019 Highland Lakes Area Construction Services As part of our services for the Pinellas County ARV Assessment Program for the replacement and/or repair of air release valves(ARVs)Ardurra prepared construction plans for the replacement of seven(7)ARV assemblies in the Highland Lakes area. Subsequently,the County retained Ardurra to provide construction management services for the construction of the new ARVs. Construction services included development of conformed contract documents,attendance of preconstruction and progress meetings,shop drawing review,field observations and start-up and testing.Completed 2019.Cost: $2.2M A technical memorandum was prepared summarizing the condition assessment findings and recommendations for corrective actions. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3)ROLE—PRIME a. Ardurra Group, Inc. Tampa,FL Wastewater Engineering;Construction Management/Observation;Startup&Testing Bid 2022-122-ND -z8- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C• (Present as many projects as requested by the agency,or 10 projects,if not specified. 22 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Hillsborough County River Oaks Diversion Design-Build PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Hillsborough County, FL 2018 2020 Area of Expertise: A. Sewage Pump Station;C. Force Main(36"& 3o"FM i000 LF continuous)E.Trenchless Technology 23.PROJECT OWNERS INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Brad Warholak,PE Ph:813-209-3051 Em:warholakb®HCFLGov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was the prime engineer for the River Oaks Diversion Design-Build Project Relevance to this Contract: providing design,permitting and construction administration and observation Features: services for: • 5,00o LFL of 36"force main • A new 24-MGD wet pit-dry pit pumping station,designed with a"self-cleaning" • 13,00o LF of 3o"force main trench-style wetwell and emergency bypass wetwell,including two(2)140-HP ■ 13,00o LF of 20"recl.main normal duty pumps and four(4)385-HP high-flow pumps,with two(2)7oo-HP • 24 MGD pumping station diesel engine pumps for emergency operation. • Trenchless Construction- • Approximately 5,00o LF of new 36-inch force main between the existing River HDD&J&B Oaks AWTF site and the new pump station, cross a major drainage waterway(Channel A) Services: and parallel to the Upper Tampa Bay • Design Recreational Trail. — • Permitting • Approximately 13,00o LF of new 3o-inch force w . • Construction Management/ main between the new pump station and the - . r .— Observation • NWRWRF,installed in the median of an urban, Public Outreach 4-lane roadway and including a jack and bore Key Personnel Involved in this beneath a CSX railroad line and a directional Project: drill beneath a wetland. • B.Turnage,PE-Design • Approximately 13,00o LF of new 20-inch !.y Engineer of Record reclaimed water main,a portion of which is • C.Kuzler,PE,Design along an urban,4-lane landscaped roadway Manager with the remainder parallel to the new 3o-inch • D.Pearson,PE-Project force main. �, ✓ I Engineer • A new 3o-MGD cascade-type aeration outfall • O.Serrano-Construction structure to a major drainage channel Manager (Channel A). • M.Gladbach-CAD Designer • Demolition of the River Oaks WWTF and repurposing of the site after the • C.Lacorazza,Hydraulic successful diversion of flow. Modeling Cost: $28M As part our services,Ardurra worked closely with the Design-Build team's Public Relations Manager assisting with preparing exhibits, attending public meetings and keeping project related information outlets up-to-date to keep residents informed of the project's progress. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME ENGINEER FOR THIS DESIGN BUILD PROJECT Ardurra Group,Inc. Tampa, FL Wastewater Engineering,Construction a. Management/Observation; Permitting Bid 2o22-3.22-ND -29- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY I QUALIFICATIONS FOR THIS CONTRACT NUMBER /\ C. I (Present as many projects as requested by the agency,or 10 projects,if not specified. 23 U Comalete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Integrated Loop Phase 3B, Sarasota County, FL 2019 2022 Area of Expertise: C. Water Mains 48"E.Trenchless Technology 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE,Project Engineer Ph: (941)316-1776 Regional Water Authority Em:fritz@regionalwater.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra provided route evaluations,preliminary engineering,design,permitting Relevance to this Contract: and construction management services for 5 miles of 48-inch and i mile of 36-inch Features: potable water transmission main including steel casings under water crossings,an ±5 miles of continuous water aerial crossing and a meter station with SCADA. The project also included • preliminary design,property evaluations and determining potential sites for a transmission main(WTM) ground storage tank and booster pump station. 48"in diameter • Preliminary engineering included working with the Authority and Sarasota County 1 mile of 36,WTM • to evaluate demands,delivery pressures and delivery points; hydraulic modeling Aerial Crossing • of the proposed pipeline,the County's water system and the future Phases 3C and Meter Station with SCADA 3D pipelines to size the pipe and evaluate the need and/or location for a storage • Ground Storage&booster tank and/or re-pump station;and route evaluations for the Phase 3B pipeline(and pump station(preliminary the Phase 3C pipeline from Clark to Fruitville Road)to determine means of routing only) around the County's Dona Bay project and to allow for proper connection of the • Trenchless Technology Phase 3C project and a proposed 3o"water main by Sarasota County,connecting • Water crossing the Phase 3C pipeline with Sarasota County's Pump Station No.5. Ardurra also developed a report outlining conceptual booster pump station site Services: plans and available land/sites for its future construction.Ardurra identified and • Preliminary Design evaluated potential routes for the pipeline and identified land acquisition and • Final Design permitting requirements.Resulting information and recommendations were • Permitting compiled and reported in the Basis of Design Report submitted to the Authority. • Construction Subsequently,Ardurra provided final design,permitting and construction Management/Observation • management services for 5 miles of 48-inch and i mile of 36-inch potable water Pre qualification of transmission main including steel casings under water crossings,an aerial crossing contractors and a meter station with SCADA. Key Personnel Involved in this As part of preparing the project for construction,Ardurra developed a Project: Prequalification Package defining minimum experience and other requirements • C.Kuzler,PE,Principal-in- for contractors and directional drill contractors to Charge/QA-QC Officer bid the job. Ardurra then assisted with review of the "'''' ' ' i • Loc Truong, PE,Project: submitted information and with prequalifying s. 1Engineering Manager contractors to bid on the project. * ' • Dale Pearson,PE,Project 3„- Engineer;Modeling, Permits ilk Cost: $11.3M ��• The project was completed under budget ', -'«-{c due to non-use of Contingency , Allowance and other bid items such as ' borrow material. Familiarity between Owner, \\ E Contractor and Engineer,coupled with favorable \ weather conditions and well written,clear set of - _____ bidding documents resulted in an on-schedule completion. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa, FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -3o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �� C• (Present as many projects as requested by the agency,or 10 projects,if not specified. z4 Com.Iete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48"PCCP Replacement Loganville Highway to Grayson PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Tank, Gwinnett County 2019 2020 Area(s)of Expertise: C.Water Main(48-inch) 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County Dept of Michael Efeyini,Project Manager Ph:678-376-7o6g Water Resources Engineering&Construction- Em:michael.efeyini®gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Gwinnett County Department of Water Resources(GCDWR)previously installed concrete cylinder pipe(PCCP)for large diameter water mains in the 1.98os as a Features: • cost-savings alternative. However,much of the PCCP manufactured in that period 8,30o LF of 48"water main • eventually experienced internal corrosion of the reinforcing steel and eventual Pipeline Replacement pipe failure. GCDWR has been systematically replacing PCCP in the water system Services: with ductile iron(DI)pipe. • Design • Construction Sequencing Ardurra was contracted by GCDWR to prepare the design for the replacement of • Permitting approximately 830o feet of existing 48-inch PCCP along Loganville Highway • Bid Phase Service (Grayson-New Hope Road). The transmission main connected to the pipe from • Services during the existing Grayson Storage Tank,a significant supply of water for the GCDWR Construction/Field system in the Central Zone. Observation Key Personnel Involved in this Ardurra completed surveying,prepared design drawings,developed the Project: sequencing plan for construction so that water service remained active,provided • Joe Downey,PE-Quality permitting,completed bid phase services,provided services during construction, Control provided inspection,and completed record drawings. Cost: $7.5M . , Even with construction • requirements including road '• '` •,!S ; ' • - closures,rock blasting,tree d. • • \ f _ clearing,fence removal,and other requirements,Ardurra was able to coordinate with , the contractor and GCDWR to minimize interference to r ti `: the public and successfully `,' ' ' complete the project. The project was completed 6 months ahead of schedule. ` . • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Buford,GA Wastewater Engineering Bid 2022-122-ND -31- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the / C. agency,or 10 projects,If not specified. NUMBER Com.lete one Section F for each .ro'ect. 25 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Dunedin Causeway Water Main and Force Main Replacements PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) Dunedin, FL 2013 2014 Area(s)of Expertise: C. Water&Force Mains&E.Trenchless Technology 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Dunedin, FL Jorge Quintas,PE,Deputy City Ph:727-298-3175 Manager Em:jquintas®a dunedinfl.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by the City of Dunedin to design,permit and provide Relevance to this Contract: construction management services for the replacement of the water main and force main from Honeymoon Island to Dunedin along the north side of the Features: • Dunedin Causeway. The project was completed in the following four phases. 3,Soo LF Subaqueous HDD • Phase 1(2oio): 7,00o LF of 14-inch HDPE Force Main via HDD,Cost:$o.6M under St.Joseph Sound • Phase 2&3(2012):10,00o LF of 8-inch/io-inch •HDPE Force Main via HDD and ■ 1,00o LF subaqueous HDD 4,00o LF of 8-inch/3.8-inch C-goo/C-go5 PVC Water Main by Open under Curlew Creek Cost:$2.oM • 10,00o LF of 8/10"force Cut, main • Phase 4(2,314):4,00o LF of 18-inch C-9o5 Water Main via Open • 4,00o LF of 8/18"water main Cut,Cost:$2.0M • 4,00o LF of 18"water main • Total:17,000 LF by HDD and 8,000 LF by • 7,00o LF of 18"water main Open Cut 'lir- The HDD portions of the project included a _ Services: single 3,50o LF subaqueous HDD under St. • Design Joseph Sound,a 1,00o LF subaqueous HDD INW-r , • Permitting 4- 1 `, • Construction Management/ under Curlew Creek,while the remaining '_;., - • portions of the HDD were installed along the ; `' Observation • beach,the Dunedin Causeway,and U.S.Alt. _ Ecological Services/Monitoring 19. r- "` - Emergency Spill Plan Ardurra also develop a HDD Frac-out/ • Emergency Assistance Bentonite Management and Emergency - •. i--:,�.-- 4..— Spill Plan to address potential pathways for Key Personnel Involved in this release of HDD drilling fluid,containment, - = Project: cleanup,and mitigation measures as well as • L Truong,PE-Project reporting procedures and points of contact _ a,ti p,y ! Manager for Federal/State regulatory and permitting ` "� • C.Kuzler, PE, Principal-in- agencies. �� charge/QA-QC/ER Assistance During construction,Ardurra provided construction management services which • M.Gladbach-CAD Designer included coordination with the U.S.Coast Guard and full-time services of an Environmental Scientist/Biologist from Ardurra's in-house Environmental Science Department to conduct visual inspection,monitor water quality,habitat liptection of seagrasses,and underwater mammals via a watercraft. During project design,a bridge contractor on a different project damaged the existing 20"subaqueous water main. Ardurra assisted the City of Dunedin with the emergency replacement of the 20"main. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering,Construction a. Management/Observation;Ecological Services; Permitting,emergency assistance Bid 2022-122-ND -32- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^` , C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 26 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED FDOT Gateway Express Design Criteria Engineering PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Largo, FL 2017 Area(s)of Expertise: C. Force Mains&Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo, FL Chuck Mura,PE,Senior Engineer Ph: 727-587-6713 Em: cmura®largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Under its utilities continuing services contract with the City,Ardurra is serving as Relevance to this Contract: the City's Design Criteria Professional for the relocation of its utilities in conflict Features: with the FDOT's Gateway Express project,interconnecting 1-275 with 118th Ave N. • 1,200 LF of sanitary sewer and the Roosevelt Blvd Extension. Services included development of a Design • 4,85o LF of 2"-12"force Criteria Package and Conceptual Utility Relocation Plans for the affected utilities mains which included: ■ 12,35o LF of 8"&16"water mains • 1,200 LF of sanitary sewer; • 6,600 LF 20"reclaimed ▪ 4,85o LF of 2"-12"force mains,and; mains • 6,600 LF of 2o"reclaimed water mains and 3o"dechlorinated effluent • FDOT-Utility work by disposal main. The 3o"effluent line was specified to be increased to 42" Highway Contractor as part of the construction. Agreement Services also included development and negotiation of a Utility Work by Highway services: Contractor Agreement between the City and the FDOT and review of Design-Build • Design team proposals and design submittals. Ardurra served as the Owner's • Permitting Representative during construction,reviewing submittals and providing • Construction construction observation services. Management/Observation Fees:$185,000 Key Personnel Involved in this Project: As a parallel effort, , . • B.Turnage, PE-Project Ardurra provided -_! - Manager identical services for '' t` • K.Jeffords,El-GIS/Utility 12,35o LF of 8"-16"water Coordination •mains owned by the City O.Serrano Construction of Pinellas Park and J Management/Observation affected by the construction. `' - »" - ' 1 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water/Wastewater Engineering, Construction a. Management/Observation Bid 2022-122-ND -33- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 27 Com.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED US 301 Force Main PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Hillsborough County, FL 2012 2013 Area(s)of Expertise: C. Force Main(3o")&E.Trenchless Technology 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Pedro Rivera, PE,Professional Ph:813-272-5977 x43323Em: Engineering riverap®hillsboroughcounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was hired by Hillsborough County to provide design,permitting and Relevance to this Contract: construction services for±8,000 LF of 3o-inch force main along US-3o1 in Features: advance of an FDOT roadway widening project requiring that the design take • 8,000 LF of 3o"force main into account future roadway improvements. Due to limited space in the • Limited ROW right-of-way and proximity to the existing edge of pavement,various • 2,035 LF-HDD methods of construction were evaluated including open cut and horizontal directional drill. Services: ■ Design The project reached the 9o%complete design level,but due to FDOT design • Permitting requirements was estimated to cost near$5 million. To reduce costs,Ardurra • Construction Management recommended that the County obtain easements on private property in order to • Field Observation remove±5,800 LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining±2,30o LF Key Personnel Involved in this of ductile iron pipe in the FDOT ROW. The resulting construction contract was Project: for$2.75 million—saving the County an estimated$2 million. • C.Kuzler,PE-Project Manager The constructed pipe materials ■ M.Gladbach,CAD Designer included 3,753 LF of 3o" • O.Serrano,Construction AWWA C-9o5 PVC and 2,37o Inspection LF of 3o-inch ductile iron force main installed by open cut;and 2,o35 LF of fusible C-9o5 PVC • installed by horizontal directional drill.Ardurra also • - y� provided full-time construction 46 ,observation and management ' services for the project—which ` was completed t2 months �! , ahead of schedule. $2.75M To reduce costs,Ardurra recommended that the County obtain easements on private property in order to remove±5,800 LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining±2,3oo LF of ductile iron pipe in the FDOT ROW. The resulting construction contract was for$2.75 million—saving the County an estimated$2 million. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa,FL Wastewater Engineering,Construction a. Management/Observation Bid 2022-122-ND -34- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ C. (Present as many projects as requested by the agency,or 10 projects,If not specified. 28 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Gulf Boulevard FDOT Utility Relocations PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pinellas County, FL 2019 2021 Area(s)of Expertise: C. Force Mains&Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®a pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra performed a conflict analysis and design of the relocation of Pinellas Features: County utilities along beachfront Gulf Blvd between Park Blvd and Walsingham Dr. • 3 mile congested stretch of —a 3-mile stretch of roadway through locally referred to as"the Narrows"due to busy beach roadway the narrow width of congested right-of-way—to accommodate drainage • 6,70o LF 6-12"potable water improvements by FDOT. Conflicts with all utilities were significant,requiring the main relocation of:95o FL of 4"reclaimed water main;6,70o LF of 6"to 12"potable • 2,225 LF of 4-8"force main water main(including approximately ioo individual service relocations); 2,225 LF • 2,25o LF of 8"sanitary sewer of 4"to 8"force main;and 2,25o LF of 8"sanitary sewer. Due to project schedules from FDOT and the County,the project design was expedited to be completed ahead of the roadwork but was ultimately combined with the FDOT work under a Services: Utility Work by Highway Contractor Agreement(UWHCA). • Conflict Analysis • Design • Utility Coordination Cost: s7.6M • Permitting • ;+ ' Key Personnel Involved in this Project: This project was located in a highly B.Turnage PE,Project trafficked beach roadway and in a narrow Manager width of right-of-way. ` • C.Kuzler, PE-Principal-in Charge/QA-QC w` - • Kaitlin Jeffords,El-Project Engineer-permitting/utility • coordination • M.Gladbach-CAD /Production • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa,FL Water/Wastewater Engineering;Permitting a. Bid 2022-122-ND -35- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY iC. QUALIFICATIONS FOR THIS CONTRACT � (Present as many projects as requested by the agency,or 10 projects,If not specified. NUMBER 29 ARDURRA Corn.lete one Section F for each•ro ect. 21. TITLE AND LOCATION(City and State) 22 YEAR COMPLETED MDWASD's Small Water Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County(Leisure City), FL Phase 3.—2017 Phase i—2019 Area(s)of Expertise: C.Water Mains Phase 2-2018 Phase 2-2020 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Carlos Benavides,PE,Sr.Project Ph:786-268-5285 Sewer Department,FL Manager Em:cbenavides@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The Miami Dade Water and Sewer Department(MDWASD)retained Ardurra to provide,surveying,geotechnical investigation services,utilities identification,site Features: report,design o% o% o% and i00%) cost estimatin • 24,57o LF of 8-inch water assessment 9 (3 ,7 ,9 g, scheduling,permitting,and limited construction support services(procurement mains • and construction support),for the installation of approximately 24,57o linear feet 37o services • of 8-inch water mains,37o services,fire hydrants,and system interconnections. Fire hydrants • This project is part of MDWASD's program to replace undersized water mains due System interconnections to excessive leakage,low pressure,low flow,water quality concerns,and fire Services: protection issues. -- Design ���� 1:� Cost estimating ._ i ._ I_1 - •1 This project was designed4 _ t _ .;: • Permitting and bid as two separate ._ MOW �y' �� 'r ._ • Limited construction phase jobs divided into Phase I i ' I I =_,' _ �! services and Phase II,as shown -- 1 I,,. below.Phase I consists of i ' iI^w= =' -�% Key Personnel Involved in this approximately 3.1,44o linear — 1 1 Project: feet of new water mains, _ ' _� • A.Maristany, PE-Project and Phase II consists of I ! 1 Li_�` _ Manager/EOR 13,13o linear feet. Two MiamifAdeII^ter: w.�f b ...., i • C.Kuzler,PE—Principal-in- separate bid packages with i Charge separate permits were prepared. Permits were obtained from DERM-RER,Miami- • M.Gladbach-Lead Designer Dade County Public Works,Fire, HRS,and FDOH. Subconsultant: Geosol-Geotechnical Services Plans include existing utilities,location of existing and proposed water services, tie-ins to existing system,air release valves,tapping sleeves,valves,flushing valves,fire hydrants,and"Dog-Leg"interconnections between the existing water main system and proposed water mains,these interconnections will provide interim service from both systems as needed until all property services have been transferred to the new water system and the old rear mains can be decommissioned. Fee: $511,328 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Water Engineering;Construction Phase Services; a. Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol, Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -36- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` i C• (Present as many projects as requested by the agency,or 10 projects,If not specified. NU Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design Criteria Package for North Palm River Water PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Expansion 2016 2018 Area of Expertise: C. Water Mains 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Jason Parrillo, PE,Sr.Professional Ph: 813-853-1059 Engineering Em:parrilloJ@HCFLgov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Due to poor water quality from private wells in the Palm River area,the Hillsborough County Public Utilities Department has executed the Palm River Features: Water Expansion Program which will extend new water mains to the unserved • 6"-8"Potable Water Mains areas within the Palm River community. • Extension 8.5 miles ■ Design Criteria Professional The County decided to implement the first phase of the program as a single Design-Build project,the North Palm River Water Expansion Project,including the Services: extension of±8.5 miles of 6-inch and 8-inch new water mains to unserved areas of Design • Palm River north of Causeway Blvd. Ardurra was selected to function as the Engineering Services during Construction Design Criteria Professional for the North Palm River Water Expansion project. Key Personnel Involved in this Services generally include the following: Project: • B.Turnage,PE-Project • Assist the County in the development of the Request for Qualifications Manager (RFQ)for pre-qualification • C.Kuzler,PE, Principal-in- • Development of a Design Criteria Package to include in the Request for Charge/QA-QC Proposal(RFP) • Assist the County in development of the RFP package to solicit bids from shortlisted teams. • Provide bidding assistance,including answering questions from potential bidders and assisting the County with preparation of Addenda • Design Review services,including review of the 6o%and i00%complete drawing submittals to confirm conformance with the DCP. • Construction services,including cursory shop drawing review,progress meeting attendance functioning as the County's representative to ensure construction is in conformance with the DCP. Cost: $8.5M _ I +¢Ilia:\ . _ r 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME I DESIGN CRITERIA PROFESSIONAL a. Ardurra Group,Inc. Tampa,FL Water Engineering Bid 2022-122-ND -37- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C• QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 31 Corn.Iete one Section F for each .ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Safety Harbor Water and Sewer Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Safety Harbor, FL 2019 2021 Area(s)of Expertise: C.Water Mains and Force Mains&D.Gravity Sewer 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Safety Harbor,FL Michelle Giuliani,Director of Ph:727-724-1555 Engineering Em:mgiuliani®a cityofsafetyharbor.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). To eliminate deteriorating cast iron mains,Ardurra was retained by the City of Relevance to this Contract: Safety Harbor to provide design,permitting,and bidding for replacement water Features: mains and service connections to existing meters in existing residential • 2"&6"replacement mains neighborhoods.The projects included installation of new water mains via close • 1,56o force main tolerance horizontal directional drill and open cut,water service laterals, • 1,85o 8"gravity sewer installation of valves and appurtenances and fire hydrants,abandonment and • Located in residential areas grouting of existing of water mains,restoration of brick,curbs,driveways, • New water service sidewalks,and roadways. Projects included 1,56o LF of 6-inch PVC C-goo force • Complete restoration roads, main to replace an existing,deteriorated 4-inch force main. Project also included sidewalks,curbs&brick design and construction of approximately 1,850 LF of 8-inch gravity sewer and 11 • Coordination with new manholes to replace the existing brick manholes,and vitrified clay pipe homeowners gravity sewers. To date,projects assigned include: Services: • Espiritu Santo Springs Subdivision&Washington—Replacement of • Design 12,000 LF of 2-inch and 6-inch water mains. • Permitting • Green Springs Water Main Replacement—Replacement of 5,20o LF of • Construction Management • new 6-inch water mains. Public 13th Avenue North to gth Avenue North Water Main Replacement— Involvement/Outreach • Replacement of 2,10o LF of 22-inch water mains. Key Personnel Involved in this • South Green Springs Water Main—Replacement of 4,goo LF of new 2- Project: inch water mains and 4,10o LF of new 6-inch water mains. • C.Kuzler,PE-Principal-in- • North Bayshore Drive Sanitary Sewer Replacements-Replacement of Charge/QA-QC approximately 1,85o LF of 8-inch gravity sewer and 11 new manholes to • L.Troung,PE-Project replace the existing brick manholes, Manager and vitrified clay pipe gravity 4 „ K.Jeffords,EI Geographic sewers. . ; ., • ,i . .„:, Information Systems& 4- -,:-cr- - a" ! .10.. Utility Coordination Cost: $5.6M +' i` yi ■ C.Lacorazza,Project Ilk Engineer ■ M.Gladbach,CAD Designer Ardurra provided coordination with homeowners for replacement of water ! 5 services and sewer laterals.Coordination Y w. continued throughout construction until the work on each property was cornpletea` ' 25.FIRMS FRO' .> C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa,FL Water/Wastewater Engineering, Construction a. Management/Observation;Permitting Bid 2022-122-ND -38 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER /�; agency,or 10 projects,If not specified. 2 Com.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Sarasota Water Main Replacements-CMAR PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Sarasota, FL zoig Area(s)of Expertise: C.Water Mains H. Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sarasota, FL Anthony Centurione,PE Ph:(941)365-220o ext.6221 Em:Anthony.Centurione®a sarasotafl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Many of the existing water mains throughout older portions of the City of Sarasota Relevance to this Contract: are made of unlined cast iron,galvanized steel or asbestos cement. To-date Ardurra was hired to provide design,permitting,and construction management Features: • services for replacement of water mains in existing neighborhoods for the 4,60o LF of 8"Water Main •following two projects: Replacement of existing water mains to improve Bahia Vista Street Water Main Replacement:This project involved the service and fire coverage replacement of 2,60o LF of existing 8 and 6-inch cast iron and asbestos cement • Locating and designating water main along Bahia Vista Street from Orange Avenue to US-41 with a new 12- existing utilities inch ductile iron water main to be constructed in the roadway via open trench.The • Cutting and tying into project also included new services to 6i lots and complete milling and overlaying existing asbestos cement of the existing roadway—which is an original brick roadway overlaid in the 198os. water mains The project included a crossing of Osprey Avenue.Because Osprey Avenue was • New services to lots currently being reconstructed,the project was divided into two phases so that • Alternative Delivery- work in the intersection can be completed ahead of the remainder of the project. Construction Management Phase I.includes replacement of the water mains in the Osprey Avenue at Risk intersection and is currently in construction. Phase 2,which includes the remainder of the new water mains,is on hold pending resolution of a funding Services: • Design source. • Permitting Orange Avenue Water Main Replacement:This project involved the replacement ■ Construction of 2,000 LF of existing 8 and 6-inch cast iron and asbestos cement water main Management/Observation along Orange Avenue.Street with a new 8-inch ductile iron water main to be • Community Relations constructed in the roadway via open trench.At the completion of construction,all open cut streets and intersections have been Key Personnel Involved in this milled and overlaid,providing residents with , i-.3 Project: • not only improved water service but also t�j L.Truong,PE Project rehabilitated roadways and,in some cases, `' _- �;-. Manager improved stormwater drainage. ' - ,,, = _ • C.Kuzler,PE,Principal-in- . Charge/QA-QC Cost: $2.iM Orange Avenue/Bahia Vista yeL • • M.Gladbach,PE-CAD $1.79,000 Osprey Intersection only "'., i'' .. Design 4 • O.Serrano,Construction Manager Scope of Services for these projects included preparing public information notices and documents posted on the City's website,conducting public information meetings and attending the Coalition of City Neighborhood Associations(CCNA)Meetings to inform the community of the projects and to keep them informed of progress throughout construction. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa,FL Wastewater Engineering;Construction a. Management/Observation&Permitting Bid 2022-122-ND -39- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY C. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects.If not specified. NUMBER 33 ARDURRA Corn•Iete one Section F for each•ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Venice Water Main Replacement Program, Phases i, PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) 3, 5, 6, 7, and 8,Venice, FL Ph i-6: 2015-2019 Ph i-6: 2015-2020 Area of Expertise: C.Water Mains 7&8 Ongoing 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Venice, FL Javier Vargas,PE,Utilities Director Ph:94i-882-73og Em:jvargas®venicefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Many City of Venice residents receive water from small diameter water mains Relevance to this Contract: made of unlined cast iron and located in rear lot easements. Ardurra was hired by Features: the City to perform an evaluation of the City's water system to identify locations of • 26,775 LF of 6"8"WM galvanized and cast iron water mains,develop a GIS map for planning purposes, • Relocation of 54o+private and evaluate various technologies for assessing pipe conditions. services To eliminate the unlined mains and provide improved service,the City • Private Property implemented a Program to construct new mains along streets,relocate individual Agreements meters into the right-of-way in front of all properties,run a new service from the meter to the building,and abandon the mains that are located in rear easements. Services: ■ Design Ardurra was selected by the City to provide design,permitting,and construction ■ Permitting management services for seven phases of this 8 phase Program. Projects have • Construction Management included: • Phase is±5,00o LF of new 6-inch and 8-inch water mains,abandonment of Key Personnel Involved in this existing,relocation of±141 private services,and a io-inch directional drill Project: under Hatchett Creek. Cost:si.1M • C.Kuzler,PE-Principal-in- Charge/Project■ Phase 3:±5,>0o LF of 6-inch water main,abandonment of existing 2 inch • Manager through 4-inch mains and relocation of±139 private services.Cost: $i.iM K.Jeffords,EI Geographic • + zoo LF of 6-inch water main,abandonment of Information Systems Phase 5(completed):_9, ■ M.Gladbach,CAD Designer existing 2-inch through 4-inch mains and the relocation of±i6o private services.Cost:$i.9M • Phase 6:±7,475 LF of 6-inch water main abandonment of existing 2-inch through 4-inch mains and the relocation of±1_oo private services.Cost:$2.3_M Cost: $6.4M Ardurra is currently completing preliminary engineering for Phases 7 and 8. Phases 5, 6,7 and 8 have been/are >,: ur being funded with State Revolving -I—I,f ail'i Loan funds. In all phases, the water mains were/are being installed using a combination of open trench and ,horizontal directional drill i + -_ construction. The means of . installation was determined based on I the level of restoration that would be r required and the potential disruption to residents. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa,FL Water Engineering,Construction a. Management/Observation;Permitting Bid 2022-122-ND -40- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ,\/ D• (Present as many projects as requested by the agency,or 10 projects,if not specified. Com.lete one Section F for each.ro ect. 34 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Preliminary Engineering Report for Pinellas Park PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Interceptor Collection System Improvements 2017 See Below Pinellas County, FL Area of Expertise:G.Gravity Sewer 42"interceptor 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pinellas County,FL Tom Menke,PE,Utilities Ph: 727-453-3611 Engineering Section Manager Em: tmenke®a pinellascounty.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Pinellas County(County)currently receives wastewater flows from the City of Relevance to this Contract: Pinellas Park via a 2-mile long,42-inch diameter sewer interceptor pipe beginning Features: at 84th Avenue and traveling along Belcher Road to the County's South Cross • 42"gravity sewer Bayou Water Reclamation Facility(SCBWRF). interceptor • Modeling The 2-mile long sewer interceptor pipe includes a 24-inch triple barrel section of • 1o,00o LF of pipe pipe that crosses a creek at 71st Avenue North.During periods of wet weather or • Provide alternatives and peak flows,the interceptor experiences surcharging and/or overflows upstream of recommendation for the 24-inch triple barrel pipe section. Ardurra was contracted to determine how to improvements to alleviate alleviate the surcharge/overflow of the sewer interceptor system and then provide surcharge and overflows alternatives and recommendations for the improvements. Services: Services include the development of a hydraulic model of the sewer interceptor • Hydraulic Modeling • system comprising approximately io,000 LF of pipe and 35 manholes to determine Alternatives • the capacity of the interceptor system,calculate velocities and flows,and Recommendation determine operation conditions for a series of incremental flows. Key Personnel Involved in this Project: • C.Kuzler,PE-Principal-in- Fee: $91,764 Charge • L.Truong,PE-Project Manager 1 C.Lacorrazza.Modeling � e l I 1 i b: I 1 ' 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group, Inc. Tampa,FL Wastewater Engineering Bid 2022-122-ND -41- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER �` / D• • (Present as many projects as requested by the agency,or 10 projects,if not specified. 35 V Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Clearwater Septic to Sewer Program PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Clearwater, FL 2012 2014 Area(s)of Expertise: D.Gravity Sewer System&H. Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Clearwater,FL Tara Kivett,PE,Engineering Ph: 727-562-4758 Construction Manager Em:Tara.kivett®a myclearwater.com The Idlewild development contained±45o septic systems and was the first area to Relevance to this Contract: be considered under the City of Clearwater's Septic to Sewer Program.Ardurra evaluated various sanitary sewer systems,which included a vacuum sewer system, :eatures: a low-pressure sewer system,a STEP sewer system and a conventional gravity 20,00o LF gravity sewers • 90 manholes sewer system to serve the area.Results were compiled into an Alternatives • New lateral in ROW of Analysis Report which also included a preliminary design,construction cost private property estimates,life cycle cost analysis and environmental impact assessment and was • Public Outreach/Easements submitted to the EPA to serve as an Environmental Impact Document for the • Abandonment of 45o+septic project's S5oo,o0o EPA grant. .a . = systems • Ardurra proceeded with providing final y : "'" =t _ Water main relocations • design,permitting and construction services y'^� Replacement of natural gas for 20,000 LF of gravity sewers,90 �r distribution system manholes,new laterals in the right-of-way 4 , "_ • Water Quality Improvement Alternatives Analysis and on private property,abandonment of Grant Assistance 45o+septic systems,water main relocations, '--, new water services to each lot,and • Services: replacement of the entire natural gas • Design distribution system. • Permitting Ardurra's Ecological Staff performed wetland delineation,developed a water • Wetland Delineations • quality improvement alternatives analysis,obtained permits from the Southwest Bidding Assistance • Florida Water Management District(SWFWMD)and U.S.Army Corps of Construction Administration Engineers,and assisted the City with obtaining the SWFWMD grant for the stormwater work. Key Personnel Involved in this Public Outreach/Easements. Other efforts involving private property included Project: obtaining Agreements with each property owner,installation of new sewer laterals • L.Truong,PE-Project on the properties and then emptying and abandonment of the septic tanks—each Manager of which had to be permitted separately with the Health Department.At the • C.Kuzler,PE,Principal/QA- completion of the project all of the affected roads were milled and re-paved. QC Cost: $6.5M L �. • M.Gladbach;CADD ` • Designer .. '•.- • O.Serrano,JR-Construction ' . ' {' Manager The project was a huge success and resulted in a "` ■ complete upgrade of the utilities level of service r,; P.Bottone,PWS— in the area,providing sewer service,eliminating --`' 1 Ecological sewage spills and flooding,and ending with _ - Services/Environmental ''- Impact completely re-paved roads. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa,FL Wastewater Engineering/Permitting/Construction a. Management Bid 2022-122-ND -42- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^� D• (Present as many projects as requested by the agency,or 10 projects,of not specified. 36 Corn.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Bayshore Drive and Church Street Sewer and Force PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Main Replacements, Safety Harbor, FL 2018 2o19 Area(s)of Expertise: C. Gravity Sewer System C. Force Main 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Safety Harbor,FL Michelle Giuliani,Director of Ph:727-724-1555 Engineering Em:mgiuliani®cityofsafetyharbor.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra provided design,permitting and construction administration of approximately i,56o LF of 6-inch PVC C-9oo force main along North Bayshore Features: • Drive and Church Street. The proposed force main was designed to replace the 1,85o LF of 8"gravity sewers existing 4-inch force main that is to be abandoned. The project also included • 11 manholes • construction of approximately 1,85o LF of 8-inch SDR-35 PVC gravity sewer 1,56o LF of 6"force main • through a total of i1 new manholes. The gravity sewer system included 175 LF of sanitary sewer • Sidewalk/Ramp restoration connection to 5 existing sewer mains,and connection to 1 existing lift station.The for ADA compliance City of Safety Harbor also requested Ardurra to provide additional design and permitting of 17S LF sanitary sewer along Hamilton Avenue and additional design Services: related to the restoration of sidewalk ramps to be compliant with the Americans • Design with Disabilities Act(ADA)within the project area. • Permitting • Construction Cost: $1.2M yy Administration/Field . 40s Observation - Key Personnel Involved in this r Project: The system also replaced the existing brick manholes I • L.Truong,PE Project and vitrified clay pipe that served the area. lirc ' Manager • C.Kuzler,PE,Principal ` r ;,_x /QA-QC _� • O.Serrano-Construction - -`"''• r '� .R Observation • P.Bottone,PWS— Ecological services 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa, FL Wastewater Engineering/Permitting/Construction a. Management Bid 2022-122-ND -43- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER j D• (Present as many projects as requested by the agency,or 10 projects,if not specified. 37 \\/ Corrl.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Seabreeze Drive Sewer Expansion PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Tarpon Springs, FL 2020 2021 Area(s)of Expertise: D. Gravity Sewer A. Duplex Lift Station 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Tarpon Springs,FL Robert Robertson, II,Public Services Ph:(727)942-5638 Program Manager Em:rrobertson@ctsfl.us 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Alternative Analysis Report Relevance to this Contract: In 2017,the City of Tarpon Springs commissioned Ardurra to develop an Alternative Analysis Report to evaluate alternatives for expanding its wastewater Features: service into the neighborhood area along Seabreeze Drive as part of an ongoing • 2,80o LF of 8"gravity sewer program to eliminate private septic systems. The geographical limits of the • 1,30o LF of 4"force main • evaluation included the 67 parcels/lots along Seabreeze Drive,of which 55 are Duplex Lift Station single family homes,and 12 are vacant properties. Services: The report evaluated various collection/transmission system alternatives for • Design providing sanitary sewer service to the area. Alternatives included installation of a • Permitting gravity sewer system with a lift station, installation of a vacuum sewer system to a • Bidding Assistance new vacuum and pumping station,and installation of a low pressure sewer • Construction system. The evaluation criteria included wastewater flows and system capacity; Management/Observation alignment,constructability,life cycle costs,permitting requirements,and operational considerations, including the use of specialized equipment,training, Key Personnel Involved in this and resulting system reliability. The recommendation provided by Ardurra was to Project: • install a gravity sanitary sewer system with a lift station,connecting to the City's L.Truong,PE QA OC • existing force main along Riverside Drive. C.Kuzler,PE, Principal in Charge Gravity Sanitary Sewer System • C.Lacorazza, Project Following development of the 2017 Alternative Analysis Report,the City of Tarpon Engineer Springs has requested that Ardurra provide engineering design,permitting,and bidding services for the construction of the new gravity sewer system and lift station in the Seabreeze Drive area. In general,the gravity sewer system will include approximately 2,80o LF of 8-inch gravity sewer main,and 11 manholes which convey raw sewage to a new duplex lift station. The raw sewage from the lift station will be pumped through a 4-inch force main that will tie into the existing force main running along Riverside Drive. ;Cost: si.4M f � / s J • r. • • / •• j 25.FIRMS FROM SECTION C INVOL _' - ' •JECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Wastewater Engineering;Construction a. Management/Observation&Permitting Bid 2022-122-ND "44- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / E. (Present as many projects as requested by the agency,or 10 projects,If not specified. 38 NU Corn.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 48-inch Water Main Interconnect in Downtown Miami PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL Traditional -2o16 Traditional—zo18 Area(s)of Expertise: C.Water Mains&E.Trenchless Technology Design-Build-2016 Design-Build-2019 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Lin Li,PE Ph: 786-395-9186 Sewer Department Em:lin.li®miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra served as Engineer of Record and Design Criteria Professional for the Relevance to this Contract: design of a 48-inch water main interconnect in downtown Miami,an area with Features: heavy traffic,congested utilities,multiple concurrent construction projects,and • 5,000 LF of 48"water main groundwater and soil contamination. • 2,800 LF of 36"water main ■ 1 micro-tunnel(72"casing) One portion of the project was fast-tracked as traditional design-bid-build to • 1jack-and-bore(72"casing) avoid anticipated conflicts with the ongoing concurrent construction of the • Open Cut along Biscayne Miami Brightline Station. This portion of the project included 800 feet of 48- Blvd. inch WM, 50o feet of 36-inch WM,ioo feet of 3o-inch WM,and a micro tunnel • Downtown location (72-inch casing)under the FEC railroad across the street from the Miami congested with traffic, Brightline Station. utilities,and concurrent construction projects The other portion of the project was procured via design-build and included • Soil and groundwater 4,zoo feet of 48-inch WM, 2,3oo feet of 36-inch WM,3o feet of 3o-inch WM, contamination open cut across US-1 downtown,and a Jack-and Bore(72"casing)under the FEC railroad. The project received a project of the year award by CAACE. Services: ■ Engineer of Record • Design Criteria Professional Construction: $12.9M • r ■ Finalize route for final BODR H Design � ) • Permitting -- ! • Limited Construction .. Services Key Personnel Involved in this w en°a��� Z l Project: Pm oEG �oE t ' • ,/ • A.Maristany,PE-Project M,.o;y G�02'•2,oN v:ileet �, Manager/EOR Pss eei`-fe° �, .r. """' v� • ChrisKuzler, PE—Principal- _ ter1 vq . -i , 4 in-charge -"- - \ , - Mark Gladbach-Designer Aft-I Subconsultant: — Geosol,Inc.-geotechnical& �.ti a► contamination testing 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Water Engineering;Permitting a. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULTANT b. Geosol,Inc. Miami Lakes,FL Geotechnical&contamination testing Bid 2022-122-ND -45- DocuSign Envelope ID:59012E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY E. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBER3Q Com.lete one Section F for each.ro•ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Integrated Loop Phase i, Charlotte Co, FL 2018 2020 Area of Expertise: C. Water Mains&E.Trenchless Technology -24" crossing water 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE, Project Engineer Ph:(941)316-1776 Regional Water Authority Em:fritz®regionalwater.org 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Preliminary Engineering. Ardurra's performed preliminary engineering services Relevance to this Contract: which included evaluating demands and delivery pressures and developing a Features: hydraulic model to determine the pipe size,the need and/or location for a storage • ±6.3 miles of continuous tank and/or re-pump station,and chemical feed systems. Ardurra also identified water transmission main and evaluated potential alternative routes, identified land acquisition and (WTM)24"in diameter permitting requirements and prepared an opinion of probable construction cost • Re-pump station design and implementation schedule. Resulting information and recommendations were • 3,50o LF of HDD for 24"WM compiled and reported in the Basis of Design Report submitted to the Authority. • Metering/Telemetry Station Design,Permitting,Construction. Subsequent to the completion of the Services: preliminary engineering,Ardurra provided design,permitting and construction • Preliminary Engineering administration,field observation for the 6.3 miles of 24-inch ductile iron potable • Alternative Routs water transmission main,including a 3,50o LF horizontal directional drill(HDD) • Land Acquisition crossing of Shell Creek at the City of Punta Gorda's Henrickson Dam. requirements The pipeline included three jack and bore crossings of roads and drainage culverts • Design and interconnections to existing pipelines at Desoto County Project Prairie • Permitting Booster Pump Station and Punta Gorda's Shell Creek Water Treatment Plant and a • Construction meter station. Management/Observation Ardurra developed a Prequalification Package defining minimum experience and Key Personnel Involved in this other requirements for contractors and directional drill contractors to bid the job. Project: As a result,six qualified contractors and four drilling subcontractors were pre- • C.Kuzler,PE, Principal-in- selected and asked to bid the project and the ' t ` N Charge/QA-OC Officer risk of hiring an unqualified contractor due to -�1• ,) b- ; • Loc Truong,PE,Project: the low-bid process was eliminated. ( v Engineering Manager ice. '?- i ' Cost: $7.4M • Dale Pearson,PE,Project '�� Ilk Engineer;Modeling, Permits Design of the 3,50o LF horizontal _ • O.Serrano,Construction ' ' -. : Manager directional drill(HDD)crossing Shell :-� Creek was especially complicated given the S .,,i geology under the creek and the proximity x .;:"" of the City of Punta Gorda's Hendrickson Dam. Ardurra recommended that the drill 4. 12:` be installed on the downstream side of the . - ` „,. . dam to eliminate the risk of contaminating the City's water supply with bentonite from -,; 4;' "''` -"""' Y pP Y , � potential frac-outs. 25.FIRMS FROM SECTION C INVOLVED ` 'H THIS' (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa, FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -46- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER 4 ,� E. agency,or 10 projects,If not specified. o Com.lete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Clearwater Memorial Causeway Subaqueous Pipelines PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Clearwater, FL 2015 2018 Area of Expertise: C. Force Main(woo LF continuous of 24"& 2o"main) E.Trenchless Technology 24"pipeline crossing Florida Waters(1,000 continuous) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Clearwater,FL Tara Kivett,PE,Engineering Ph: (727)562-4758 Director Em:tara.kivett@a myclearwater.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Clearwater contracted Ardurra to provide design,permitting,and construction management services for the installation of a replacement 24"force Features: main across Clearwater Harbor from Bayway Blvd.on Clearwater Beach to SR 6o • 2,70o LF of 24"Force Main (approximately 2,70o LF)and a new 20-inch pipeline across the Intracoastal across Clearwater Harbor— Waterway from the Memorial Causeway to Drew Street for future use as either a woo LF continuous HDD • force main,water main,or reclaimed water main(approximately 3.,5oo LF). New 1,5oo,LF of zo" Both pipelines are installed via subaqueous horizontal directional drill methods. pipeline across Intracoastal Waterway-i000 LF continuous HDD. The route for the 24"force main starts in a congested residential/commercial area on Clearwater Beach,crosses the harbor and then crosses a recreational trail along Services: the Causeway before being connected to an existing 2o"force main,which will • Design require the use of a 20"line stop in the existing main. • Permitting • Construction Management/ The new 2o"pipeline runs parallel to the Observation recreational trail and then crosses the illigs., • Ecological Services/ harbor through the City Marina before • - =�� Monitoring terminating in a City park. Connection to the existing main will require the use Key Personnel Involved in this of a 3.6"line stop. Permitting was Project: required from the Florida Department • C.Kuzler,PE,Principal-in- of Environmental Protection, Florida . Charge Department of Transportation,and the • _ • L.Truong,PE-Project U.S.Army Corps of Engineers. Manager Cost: $3.5M I • P.Bottone,PWS-Ecological I; Services/Construction v:I Monitoring ' .- ` ,a • O.Serrano Construction "" „_,1:,. Inspection Ard urra'srill4111_ r+ inhouse Ecologist i11iib perform monitoring services during ) construction. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Tampa, FL Water/Wastewater Engineering,Construction a. Management/Observation;Permitting Bid 2022-122-ND -47- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY E. NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NU NU Com.lete one Section F for each aro•ect.) ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Design Services for MDWASD Installation of 12"and 3.6" PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Force Main along NE 183rd St and Island Blvd 2020 Est June 2022 Aventura, FL Area(s)of Expertise: C. Force Main(12"/16") 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Water Alex Retamar Ph:786-552-4405 and Sewer Department Em:alex.retamar@a miamidade.gov The Miami Dade Water and Sewer Department(MDWASD)retained Ardurra to Relevance to this Contract: provide surveying,geotechnical investigation,technical memorandum,design, Features: cost estimating,scheduling,permitting,and limited construction support services . 8-,10-,12-,14-and i6-inch for the design of approximately 9,000 linear feet of 8-,to-,22-,14-and i6-inch force mains force mains to service MDWASD pump stations 499,471 and 47o as well as other • 6,015 LF of new force main privately owned sewage pump station in the area. • 2,985 LF sliplining installation Major project components include the design of a new force main of which 6,015 • Tapping 36"main linear feet will be installed via open cut and 2,985 linear feet will be installed via • Allows for future expansion slip lining method to make minimal disruption to above ground facilities and • Roadway improvements& vehicle traffic.The project also includes close coordination with FDOT for tapping resurfacing of a 36-inch force main to which all flows will be directed to.The design accounts • Utility Relocations for future system expansion or improvements,utility relocations,roadway improvements,inclusion of new pedestrian ramps where non-existent,roadway Services: resurfacing and applicable MDWASD water criteria standards. Design • Coordination with FDOT • Cost estimating Cost:$3.7M Bid • Scheduling 1 W • Permitting 1 • Construction support i f ' -_ _- services la _-y is Key Personnel Involved in this • _ - `. '�4, ._ t , Project: =I f • A.Maristany,PE-Principal -- ;;�� • R.Maristany,PE-Project p Manager i k ) i'1 ' • A.Monetti,PE—Project -= Engineer �,,.,,4„�.v ,,... p • Geosollnc—Geotechnical :_ - IN =w _ : Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a Ardurra Group,Inc. Miami,FL Wastewater Engineering;Construction Support Services; Permitting (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT b. Geosol,Inc. Miami Lakes,FL Geotechnical Engineering Bid 2022-122-ND -48- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER l t (Present as many projects as requested by the agency,or 10 projects,if not specified. 42 ARDURRA ..: .•.i;�,,,;� ,-., Com.lete one Section F for each.ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Venice Intracoastal Waterway Force Main PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Venice, FL 2013 2014 Area of Expertise: E.Trenchless Technology i6"force main crossing Florida Waters C. Force Main 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Venice,FL Javier Vargas, PE,Utilities Director Ph:941-882-7309 Em:jvargas®venicefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: The City of Venice has two parallel io-inch deteriorated cast iron force mains that cross the bottom of the Intracoastal waterway which have been taken out of Features: service. Ardurra was selected by the City to serve as the Prime firm for this project • 1,30o LF of new 16"Force for design,permitting and construction services for 1,30o LF of new 16-inch force Main • main which was constructed along congested Venice Avenue and across the Subaqueous HDD across the Intracoastal Waterway at the Venice Avenue Bridge. The replacement force main Intracoastal Waterway was installed via subaqueous horizontal directional drill. Services: A connecting 4-inch force main of approximately 50o feet was also constructed on • Design Permitting the west side of the intracoastal to connect existing pump stations on the island to • Construction Management/ the new force main. Two i6-inch line stops were required to make the final Observation connection between the new and old force mains. Key Personnel Involved in this Permits obtained for this project included an FDEP Wastewater permit, FDEP Project: Environmental Resource Permit, a C.Kuzler, PE, Principal-in- Sarasota County Right-of-Way Use ►► Charge/QA-QC Permit and a U.S.Army Corp of • L.Truong,PE-Project Engineers Nationwi de-12 Authorization. ' Manager c i+ • P.Bottone,PWS,Ecologist- During construction,Ardurra provided a 1 1 1 .1 1 1 1 1 Ix i 1 1 Water Quality and Habitat construction management services Protection which included full-time services of an Environmental Scientist/Biologist from Ardurra's in-house Environmental Science Department to conduct visual —�--� inspection,monitor water quality, + h. habitat protection and underwater I, mammals via a watercraft. Cost: $500,000 • • The project was completed ±$150,00o under budget and within the established schedule. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Tampa, FL Wastewater Engineering,Construction a. Management/Observation;Ecological Service; Permitting Bid 2022-122-ND -49- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ` j E• (Present as many projects as requested by the agency,or 10 projects,if not specified. 43 �/ Com•Iete one Section F for each.roect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Ulmerton Road Utility Relocations-7 projects PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Largo, FL 2015 2016 Area(s)of Expertise: E. Trenchless Technologies C. Force Mains D.Gravity Sewer 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Largo,FL Chuck Mura,PE,Senior Engineer Ph: 727-587-6713 Em:cmura®largo.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The Florida Department of Transportation(FDOT)has been in the process of Relevance to this Contract: widening Ulmerton Road,from 1-275 to iigth Street(approximately io miles total, Features: completed in 7 separate projects over the course of approximately 13 years).In • 14,750 LF of 4"-8"sanitary conjunction with this effort,the City of Largo retained Ardurra to provide design, force main, permitting,and construction services for the utility relocations along 7 sections of • 4,7So LF of 8"-12"reclaimed Ulmerton Road,between 1-27S and 1igth Street N. Ardurra services included water main, coordination with FDOT,other utility owners,and the roadway design engineer(s) ■ i4,000 LF of 8"-18"gravity of each section,and to prepare Utility Work by Highway Contractor Agreement sewer plans and documents for each section. • HDD,Jack&Bore ■ Microtunnel Overall,the seven projects included 14,75o LF of 4"-8"sanitary force main,4,75o • Designs/Drawing/Specs and LF of 8"-12"reclaimed water main,and 14,00o LF of 8"-18"gravity sewer. Several cost estimates developed construction methods were utilized,including deep open cut adjacent to the using FDOT Forms, roadway,horizontal directional drill, procedures and CAD microtunnel and jack-and-bore. compliance All design files and submittals were completed in accordance with FDOT's - Services: Production Criteria Handbook,Utility ,`4 :'7�� • Design �. • Permitting Accommodation Manual,and F • Construction Professionals'Electronic Data Delivery Management/Observation System(PEDDS). y • • FDOT Standards/Criteria Being a heavy commercial corridor h -. tt ? ' i with little or no new right-of-way t�^ Key Personnel Involved in this expansion,each section required ) Project: coordination of alignment adjustments with all ', /` .. • Ben Turnage,PE-Project utilities involved-including water,sewer,gas, �,�' ,, • Manager C. power,TV,telephone and fiber optics. Cost: Chargerge/ ,PE,Principal-in QA-OC S4.89M _ �.-. Ali _ ■ O.Serrano-Construction owl "��1 Manager a Trenchless technology included a pilot-tube 11t imp. microtunnel of io-inch high-density clay jacking , pipe,to minimize impacts to traffic from installation of an 18-ft deep gravity sewer in the traffic lanes. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa,FL Water/Wastewater Engineering/Construction a. Management/Observation;Permitting Bid 2022-122-ND -50- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT �� .F. (Present as many projects as requested by the agency,or 10 projects,if specified. NUMBER 44 Com•lete one Section F for each•roect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South County In-Line Potable Booster Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Progressive Design-Build, Hillsborough County, FL 2021 In Construction Area(s)of Expertise: A. Water Booster Station F. Infowater Modeling 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County,FL Brad Warholak, PE Ph:813-2og-3051 Em:warholakb@HCFLGov.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra is providing design,permitting,and construction administration services Relevance to this Contract: for a new 5o MGD in-line potable water booster pump station including-1200 LF Features: of 42-inch potable water mains installed by open cut and jack and bore,tying into • 5o MGD Potable Water the County's existing 42-inch PCCP transmission main on Big Bend Road. Booster Station • 1,200 42"water main The project included an extensive analysis of the transient hydraulic conditions in • Infowater the vicinity of the new pump station and throughout the South Hillsborough County water system. Using the Infowater platform with the County hydraulic Services: model as a base,Ardurra evaluated the operation of the proposed 12oo-HP pumps • Design in conjunction with the County's two other water plants in the area under present • Permitting max-day and future conditions. During the completion of construction,the project • Construction was expanded to also include a temporary,diesel-driven booster system consisting of six pumps. To verify the diesel pump selection and minimum Key Personnel Involved in this performance requirements,Ardurra worked with the system supplier to Project: • incorporate the pump performance into the Infowater model. Ben Turnage,PE Project Manager • C.Kuzler,PE,Principal-in- Charge/QA-QC Cost: sigM • O.Serrano-Construction Manager • D.Pearson, PE-Modeling l+ Lir* AA , 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa,FL Wastewater Engineering/Modeling,Construction a. Management/Observation; Permitting Bid 2022-122-ND -51- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 1 20.EXAMPLE PROJECT KEY NUMBER F. QUALIFICATIONS FOR THIS CONTRACT � (Present as many projects as requested by the agency,or 10 projects,if not specified. 45 Corn.lete one Section F for each .roect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Citrus Co. FL—Suncoast Parkway Regional Water System PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Model and Analysis 2017 N/A Area(s)of Expertise: F-Hydraulic Modeling-Infowater a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Citrus County,FL Christina L.Malmberg,P.E. Ph:352-527-761.6 Director, Utility Planning and Em:Christina.Malmberg®a citrusbocc.com Engineering 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra provided engineering services to The Citrus County Utilities Department Features: (CCUD)to complete the hydraulic analyses and planning for improvements to the • InfoWater Modeling water system.Ardurra revised CCUD's existing hydraulic model for the Charles A. • 30,000 Customers Black and Sugar Mill Woods water systems.The existing WaterCAD hydraulic model(Bentley Systems, Inc.)was converted to Innovyze InfoWater GIS modeling services: platform and updated to meet the CCUD's existing conditions. • Model Conversion and Furthermore,the project included the evaluation of a proposed watermain Calibration interconnection between the Charles A. Black and Sugarmill Woods water systems • Scenario Management along the Suncoast Parkway.The proposed interconnection will significantly • Analysis of Water Systems improve the reliability and redundancy of the system in emergency situations. Interconnect • Multiple water systems scenarios were tested and analyzed at both peak and Booster Station Evaluation • average day demands. The data gathered through modeling interconnections Storage Evaluation provided valuable design information with respect to locating the best interconnection point,selecting the appropriate pipe sizes and recommending Key Personnel Involved in this booster station upgrades within each system. Project: In addition,CCUD's Ozella • B.Lawrence,PE-Project booster station was o Engineer/Modeler modeled and analyzed to ensure Citrus County le K 14 could maintain flow and tf �- ni pressure requirements to , email. the Ozella water system ;. ;„ y �g_ . >; with the addition of the _ _ ' Suncoast Parkway ,,, :. ._ Interconnect. ... Fee: $53,330 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Ocala,FL Water Engineering/Modeling a. Bid 2022-122-ND -52- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY I QUALIFICATIONS FOR THIS CONTRACT NUMBER /\/ (Present as many projects as requested by the agency,or 10 projects,if not specified. 46 °'.: Com.lete one Section F for each rro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Gwinnett County Central Service Zone Water System Model PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) and Analysis 2018 Area(s)of Expertise: F. InfoWater Modeling 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County Department Jeff Charlton/Project Manager Ph:678-376-4206 of Water&Sewer Em: jeffery.charlton®a gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra provided engineering services to the Gwinnett County Department of Water Relevance to this Contract: Resources to complete the hydraulic analysis to develop new pressure zones within the Central Zone service area and improve the frequency of main breaks.Services included Features: PRV design with flow and pressure monitoring. • InfoWater Modeling • 230,00o Customers The water distribution system operated by the Gwinnett County Department of Water • 2 Water Treatment Plants,5 Resources(GCDWR)consists of two distinct service areas.These two areas are Ground Storage Tanks, 2 typically called the North Zone and the Central Zone,and they are isolated from each Pressure Zones, other by closed isolation valves and check valves.Each of the two service areas is fed • I.Booster Station,and 3,600 from finished water storage tanks(clear wells)using separate banks of high service Miles of Water Main pumps each designed to produce a prescribed hydraulic grade line.The water • Booster Station and Storage pressures in certain areas within the two principal pressure zones tend to vary from Evaluation normal water system pressures, mainly resulting from the change in topography. Generally,lower topographical areas will experience higher pressures,and higher Services: elevations will experience lower pressures.High pressure conditions have caused an • Hydraulic Model increase in pipe breaks and non-revenue water.As a means to control water system • Master Planning pressure in the Central pressure zone,Ardurra conducted hydraulic modeling analysis • Scenario Management (InfoWater)creating new pressure zone boundaries that would lower the average • Analysis of Demand Service operating pressures where high pressure is currently prevalent.This hydraulic analysis and Fire Service created four(4)new pressure zones in the hydraulic model that are identified as follows: Key Personnel Involved in this • Central East Zone Project: • Southeast Zone �/4' / \ / —\7 Joe Downey,PE—Quality • Indian Trail North Zone Control • Indian Trail South Zone f� `r !SA Ardurra was also part of the team '', t ' • that provided Quality Assurance and �`' 0 Quality Control (QA/QC) review •._ s.. .,--,..\,, :�1,..ri using the hydraulic model to validate " - - V<--1 _ the location of the PRVs and that the =u county's level of service is satisfied ��y\ � within the new pressure zone areas. -- \\ -- At the conclusion of the evaluation, design/build construction documents were developed for each PRV site. Fee: $165,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUB Ardurra Group,Inc. Buford,GA Water Engineering/Modeling a. Bid 2022-122-ND -53- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY (PresentF. QUALIFICATIONS FOR THIS CONTRACT �� as many projects as requested by the agency,or 10 projects,if not specified. NUMBER 47 Com.lete one Section F for each•ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD InfoWorks Water and Wastewater Model PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Development, Miami, FL 2008 Area(s)of Expertise: F. Infowater G. Infoworks Modeling PERSONAL EXPERIENCE OF AGUSTIN MARISTANY, PE a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Peter Jelonek,PE,Project Manager Ph:786-552-8226 Sewer Department,FL Em:pjelool@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Mr. Maristany served as Principal-In-Charge and QA/QC for the selection, development and initial calibration of steady-state and dynamic wastewater and Features: • water system InfoWorks hydraulic models to assist in meeting the growing needs InfoWorks Water Model of 2 million county residents,support the development of the county's water and 273,00o nodes wastewater master plans,and meeting EPA/FDEP compliance requirements. • InfoWorks Wastewater Model The pressurized water model consisted of approximately 273,000 nodes. The Over 90,00o nodes wastewater model comprised a mixed gravity—pressurized pipe system of over Mixed gravity pressure go,000 nodes,over than i,000 pump stations,large gravity interceptors,and a pipe rainfall-derived infiltration and inflow(RDII)component. -Over i,000 pump stations -Rainfall driven infiltration Responsibilities included the evaluation and selection of the base model (InfoWorks),data compilation,data gap analysis,data collection and field testing, Services: analyses and selection of peaking factors,establishment of calibration acceptance • Model evaluation and criteria(flows,pressures),selection of modeling scenarios,and initial steady-state selection and dynamic calibrations. • Data compilation • Data gap analyses Niim • Data collection&field ,-▪...- -.-. Wee ego••-.. testing ..®. �. � • Analysis&selection of - - .. peaking factors .i,.. t ` ■ Calibration acceptance -e. criteria -.. - - • Selection of model scenarios i • Initial calibration e.� -' - -Steady state ;rOP a -Dynamic - ,v . Or* Key Personnel Involved in this ' Project: ' « s • A.Maristany,PE—Principal- :M." or E�, in-charge and QA/QC ....1,▪ ri="1 y. I.- - =i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE Personal Experience Wastewater Engineering/InfoWorks Modeling a. Bid 2022-122-ND -54- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\ F. (Present as many projects as requested by the agency,or 10 projects, I 48 If not s•ecified.Com•lete one Section F for each •ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Northwest Florida Water Management District Coastal PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Water Systems Interconnects 2O�3 Area(s)of Expertise: F. Hydraulic Modeling 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Northwest Florida Water Paul Thorpe Ph:(85o)539-2643 Management District Em:Paul.Thorpe®a nwfwmd.state.fl.us 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). , t The Northwest Florida Water Relevance to this Contract: — Management District retained Ardurra to assist with the implementation of Features: ' ..�';— ` ` • 3.8 Coastal utility system in regional water system interconnects the Florida Panhandle with the objective of increasing water • Interconnect to increase N= supply reliability in communities along water availability during I `t the coastal panhandle in the event of water shortages: j water shortages resulting - Environmental accidents from environmental emergencies, - Natural disasters natural disasters,or system failures. The study area included i8 different coastal - System failures utilities in Santa Rosa,Okaloosa,Walton,Bay,and Gulf counties. Ardurra previously completed a preliminary feasibility study which identified Services: • potential interconnects. Subsequent to the preliminary study,NWFWMD Water demand analyses • retained Ardurra to proceed with Phase 1 of the Coastal Water Systems Source water capacity Interconnect Project which consisted of development of a Basis of Design Report analyses • (BODR). Major tasks under the BODR included: Emergency production capacities • Analysis of current(2007)and future(2030)water demand for the i8 utilities • Flow reliability targets • Evaluation of current and future sources of raw water • H2ONET model of i8 • Determination of utility emergency production capacities based on well coastal utilities installed pump capacity,high service pumps,and water treatment plant • Failure scenario modeling capacities • Water quality blending • Establishment of minimum interconnect flow reliability targets;hydraulic analyses • modeling(H2ONET) Design of alternatives • • Construction of hydraulic model(H2ONET)including all i8 utilities,pumps, Cost estimates • ground and elevated storage tanks,major transmission and distribution mains, Sch• edule valves,and interconnects. Model calibration. Preliminary design drawings • BODR • Creation of a 203o base model including additional improvements(pumps, pipes,source waters) Key Personnel Involved in this • Model evaluation of interconnect alternatives including failure scenarios Project: • Analysis of finished water quality and desktop blending calculations to evaluate • A.Maristany,PE-Project potential water quality problems and recommend chemical adjustment Manager/EOR • Evaluation of alignment alternatives considering cost,existing ROW • C.Kuzler,PE-QA-QC /easements,utility conflicts,& MOT requirements,etc • M.Gladbach-Designer/ • Preliminary design drawings,permitting requirements and schedule;prepared Mapping opinion of probable cost, Preliminary Operations Plans/Protocols& • Pete Bottone—route implementation schedule environmental analysis Fee:$99oK 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Ardurra Group,Inc. Miami,FL Water Engineering/Modeling Bid 2022-122-ND -55- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 49 U Com.lete one Section F for each .ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED University of Florida Campus Wide Potable Water Master PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Plan, Gainesville, FL 2017 Area(s)of Expertise: F. Hydraulic Modeling a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER University of Florida Jennifer Meisenhelder,PE Ph:(352)816-2085 Em:jmeisenhelder@a ufl.edu 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the University of Florida to create a Bentley WaterGEMS Relevance to this Contract: hydraulic model of the entire campus potable water system utilizing GIS data, Features: maps provided by the University's Physical Plant Division,and information • Water Master Plan provided by Gainesville Regional Utilities regarding 13 individual bulk meter • Hydraulic Modeling assemblies feeding the campus. • 3o2 service points Services included development of the model and a data collection protocol for obtaining field information for calibrating the model,analysis of numerous Services: • modeling scenarios,determining the need for water main replacements and Model development separate evaluations of services to individual buildings in the northeast area of the • Analysis • campus experiencing pressure issues. Results were summarized in a report that Recommended system described the model development,calibration efforts and recommended system improvements improvements. Key Personnel Involved in this Project: Fee: $236,4o0 • L.Truong,PE-Project j Manager • C.Kuzler,PE,Principal/QA- ••r QC =�..,r� • C.Lacorazza-Hydraulic — •�•, Modeling • • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa,FL Water Master Planning/Modeling a. Bid 2022-122-ND -56- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT^ KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER / ` F. l (Present as many projects as requested by the agency,or 10 projects,if not specified. 50 Corn.lete one Section F for each aro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Peace River Manasota Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Integrated Loop Phases i and 3B, Sarasota&Charlotte 2017/2o1g Counties, FL Area of Expertise: F. Water Hydraulic Modeling(see below) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Peace River Manasota Ford Ritz,PE,Project Engineer Ph: (941)316-1776 Regional Water Authority Em:fritz®regionalwater.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra performed steady-state and transient hydraulic modeling,route analysis, Relevance to this Contract: design and permitting for two of the Authorities Integrated Loop projects,Phase 1 Features: and 3B.Phase 1 consisted of 5 miles of 48"steel and 1 mile of 36"ductile iron • ±5 miles of continuous water water main and 3B consisted of 6 miles of 24"ductile iron water main including a transmission main(WTM) 3,50o LF directional drill under Shell Creek. Hyydraulic modeling services included • 48"in diameter steady-state modeling as part of route alternatives evaluations and pipe sizing and . 6 miles of 24"water main transient modeling to determine surge pressures and locations and sizing for combination air valve assemblies. Services: • Steady State&Transient Phase 1: hydraulic modeling Bentley WaterCAD for Steady State Hydraulic Modeling • Route analysis Bentley HAMMER for Transient Hydraulic Modeling ■ Design • Final Design Phase 3B: • Permitting Bentley WaterCAD for Steady State Hydraulic Modeling • Construction Bentley HAMMER for Transient Hydraulic Modeling Management/Observation ICPR Stormwater Modeling Key Personnel Involved in this Project: �! ,0 • C.Kuzler,PE, Principal-in- • -sr- - Charge/QA-QC Officer . -�.A--� -= ,• �/, , • Loc Truong,PE,Project: =' 1 } : ! Engineering Manager . . :41 Dale Pearson,PE,Project Engineer;Modeling, Permits t ■ Greg Baksis,PSM,Project Surveyor - .i' 114e116-":-.ihr.. . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Tampa, FL Water Engineering/Permitting/Construction a. Administration/Observation Bid 2022-122-ND -57- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY 51 QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ F. (Present as many projects as requested by the agency,or 10 projects,if not specified. NU Com•lete one Section F for each.ro ecq_ ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Easley Combined Utilities PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) IDSE Study Plan and Report 2007 South Carolina Area(s)of Expertise: F. InfoWater Modeling a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Easley,SC Joel Ledbetter—General Manager Ph: 864-859-4013 Email:jledbetter®easleyutilities.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: In order to maintain compliance with the Phase 2 Disinfection/Disinfection By- Products Rule from the Safe Drinking Water Act,water systems were required to Features: • establish locations to collect and analyze samples for Total Trihalomethanes and InfoWater Modeling • Haloacetic acids,both of which are byproducts from the reaction of organic matter SDWA Compliance with disinfection agents such as chlorine. The sampling sites were determined • Determine HAA&TTHM based on certain criteria related to water age. Water systems could determine Sample Sites these locations by either sampling for one year or by using a computerized Services: hydraulic model of their water system calibrated based on tank trending data. • System Modeling Using the computerized model previously developed in HZOMap,we updated the • IDSE Report model in InfoWater and obtained trending data through the City's SCADA system to calibrate the model and perform a water age analysis. From this analysis,the Key Personnel Involved in this required number of sampling locations were determined. Project: • Keith Overstreet,PE- We utilized the Innovyze Infowater modeling software package. Project Manager Fee: $12,000 I ' .. F4 e M M A•r. o. N �• 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-Prime a. Ardurra Group, Inc. Anderson,SC Infowater Modeling Bid 2022-122-ND -58- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 a F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ^\/ (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Com.lete one Section F for each.ro ect. 5 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD InfoWorks Water and Wastewater Model PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Development, Miami, FL 2008 Area(s)of Expertise: G. Infoworks Modeling PERSONAL EXPERIENCE OF AGUSTIN MARISTANY, PE a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Peter Jelonek,PE,Project Manager Ph:786-552-8226 Sewer Department,FL Em:pjelool@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Mr. Maristany served as Principal-In-Charge and QA/QC for the selection, development and initial calibration of steady-state and dynamic wastewater and Features: • water system InfoWorks hydraulic models to assist in meeting the growing needs InfoWorks Water Model of 2 million county residents,support the development of the county's water and 273,00o nodes wastewater master plans,and meeting EPA/FDEP compliance requirements. • InfoWorks Wastewater The pressurized water model consisted of approximately 273,00o nodes. The Model -Over 90,000 nodes wastewater model comprised a mixed gravity—pressurized pipe system of over Mixed gravity pressure 90,00o nodes,over than i,000 pump stations,large gravity interceptors,and a pipe rainfall-derived infiltration and inflow(RDII)component. -Over i,000 pump stations -Rainfall driven infiltration Responsibilities included the evaluation and selection of the base model (InfoWorks),data compilation,data gap analysis,data collection and field testing, services: analyses and selection of peaking factors,establishment of calibration acceptance • Model evaluation and criteria(flows,pressures),selection of modeling scenarios,and initial steady-state selection and dynamic calibrations. • Data compilation • Data gap analyses _ • Data collection&field cai°• • • .-._.-: • �t.n .. ..'- a as .:.,00.i.•aa ._. . , . ,...... C.o _ testing :a—: -. ' art°'� ■ Analysis&selection of per.= }. peaking factors f • Calibration acceptance -•~ - criteria — . a � • Selection of model scenarios Initial calibration - Steady state U • -Dynamic -Oars g. & Key Personnel Involved in this s Project: .. ■ A. Maristany,PE—Principal- •'= in-charge and QA/QC 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE Personal Experience Wastewater Engineering/InfoWorks Modeling a. Bid 2022-122-ND -59- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY G. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBER53 /�RD\/ Com.lete one Section F for each.ro ect. URRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Infoworks Wastewater Modeling PROFESSIONAL CONSTRUCTION(if Applicable) SERVIC Miami-Dade County, FL 2013 Area(s)of Expertise: G. Infoworks Modeling 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Dan Edwards, PE Ph:786-552-8354 Sewer Department,FL Em:djedwoi@miamidade.gov 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected by Miami-Dade Water and Sewer Department(MDWASD)to Relevance to this Contract: upgrade the gravity portion of their Infoworks wastewater model which contained Features: the gravity pipe network for-ioi8 �,n_,,,,,p5 ,0, P,;,, • MDWASD Infoworks basins. The gravity pipe network wastewater model was developed using approximate • ioi8 gravity basins data and was not operational. The operational model was focused on Services: the pressurized system of pipes and • Gravity system data outlier pumps using SCADA data real-time analyses pump on/off set points. • Corrected data for 283 basins • Prepared stage-storage MDWASD requested that Ardurra curves for 868 basins update the basic gravity sewer pipe ■ Added so new basins to the network data and implement a simplified but accurate methodology to expedite model and developed stage model development and reduce model run times. The proposed methodology is . storage curves to create stage-storage curves of the gravity system to route gravity basin inflows Imported stage storage curves into Infoworks model (design hydrographs)into the pump station wet well. Key Personnel Involved in this The first step was to improve the quality of the gravity sewer data. Outlier Project: analyses was conducted to identify unrealistic data values such manhole storage • Maristany,PE-Project exceeding pipe storage,very high manhole rim elevations,very low pipe inverts, Manager/EOR shallow wet wells depths,or high wet well storage,exceeding sizes,incorrect rim • Chris Kuzler, PE-Principal- elevations,and incorrect. Over 283 basins required corrections based on as-built in-charge information,2-foot contour data for Miami-Dade County,and wet well dimensions from an MDWASD database. Subsequently,Ardurra developed stage-storage curves for 868 basins(excluding Booster stations,and"piggy-back"basins). Additionally,Ardurra incorporate 5o new gravity basins into the model using compiled databases and as-builts,and develop their respective stage-storage curves. Stage-storage curves were extracted into CSV format and imported into the modified"stage-storage"gravity sewer model. Fee: $200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Miami, FL Wastewater Engineering/Infoworks Modeling a. Bid 2022-122-ND -6o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /U G• (Present as many projects as requested by the agency,or 10 projects,if not specified. Com.lete one Section F for each.ro•ect. 54 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Gwinnett County Sewer Master Plan, 2017-2050 Gwinnett County, GA 2017 Area(s)of Expertise: G.Wastewater Modeling 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Gwinnett County,GA Ray Williams,PE Ph:678.376.7056 Division Director of Vertical Assets Em:Raymond.williams®gwinnettcounty.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was a major consultant for the project wayRelevance to this Contract: team that completed the 201.7 Sewer Master Plan 8_-= Oo Features: for the Gwinnett County Department of Water 0=`- 0 — • Used InfoSWMM for Resources(GCDWR). The purpose of the Sewer -T collection model Master Plan was to evaluate the existing and ' �_ �O`� ■ Evaluation of wastewater historical population and wastewater flows and collection, pumping,and to develop future population and wastewater treatment facilities flow projections that can be used to anticipate • Developed flow infrastructure needs and the associated funding ® management modeling tool requirements. Some of the goals and objectives _ for flow diversions between that were achieved in the master plan were: basins 1. Optimize the sewer system to minimize risk,reduce power and chemical costs • Completed evaluation of 2. Minimize the impacts to the community improvement alternatives 3. Plan for sewer capacity proactively to support economic development activities • Developed CIP>$2 billion and future growth 4. Develop strong Asset Management Programs Services: • 5. Coordinate with stakeholders to support the County's objectives and the Unified Hydraulic Modeling utilizing Plan InfoSWMM 6. Employ responsible long-term planning and financing for major projects Key Personnel Involved in this Assessment of Needs Project: The current needs for the wastewater system were developed by reviewing • Joe Downey, PE— operating data,making site visits to pumping stations and treatment facilities, Improvement Alternatives, interviewing operations and maintenance staff,evaluating system capacities CIP (current and future)using hydraulic modeling of sewer flows,and discussing restrictions and goals with management. Gravity collection sewers and force main pressure pipes were evaluated using the InfoSWMM hydraulic model. Gravity sewers experiencing flows beyond the pipe capacity were flagged and upgraded as needed in subsequent model runs.To accommodate the increase in future wastewater flows,a strategy of flow management and treatment location was developed as a planning tool. Furthermore,the restrictions in effluent disposal had to be resolved through modified and/or additional permitting. To facilitate this evaluation and make planning decisions,Ardurra developed a flow management model to monitor future increase in flow,needed increases in treatment capacity at specific facilities, and needed increases or modifications in effluent discharge capacity; improvements and capacity upgrades were set in the model to occur just in time but certainly before future flows exceed capacity. Fee: $1.85,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT a. Ardurra Group, Inc. Buford,GA Wastewater Engineering/InfoSWMM Bid 2022-122-ND -61- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY G• QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBERrr rr Com.lete one Section F for each•ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Wastewater System Data Analysis& System Assessment PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Forsyth County, GA 2015 Area(s)of Expertise: G. Wastewater Hydraulic Modeling 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Forsyth County Water& Barry Lucas,Director Ph:77o-866-2793 Sewer,GA Em:bhlucas@forsythco.com The County had an existing InfoSWMM computerized hydraulic model of the Relevance to this Contract: collection system;however,it had not been updated in many years and the flow Features: data was unreliable. Ardurra was contracted to use the existing GIS mapping data • Pipe Sizes—4"to 48" of the existing sewer system to update the model to include all pump stations, interceptors force mains,and piping greater than or equal to io inches,as well as smaller pipes • Pump Stations/Lift Stations as needed to maintain connectivity. Pipe sizes ranged from 4-inch force mains to • Gravity Sewers 48-inch interceptors,totaling approximately 670,00o feet of pipe. • This effort identified over ioo miles of piping upgrades Ardurra developed flow allocations using the data developed from Traffic Zone that will be needed over the population estimates and per-capita flow calculations. These flows were used to 35-year planning period. assign flows within the model,including values for ADF, MMADF,and PDF. The • Site Visit/Assessments model was adjusted and calibrated by comparing simulation results to existing flow data from 2015. Flows were developed for model runs starting in 2015 and Services: • repeating every 5 years through 2050. Wastewater System Gravity collection and force main pressure Modeling pipes were evaluated using the InfoSWMM InfoSWMM Hydraulic Model hydraulic model.Gravity sewers experiencing flows beyond the pipe :a�� z Key Personnel Involved in this P 9 Y P P I ,�) Project: capacity were flagged and upgraded asJoe Downey,PE—Lead needed in subsequent model runs.This Project Engineer effort identified over too miles of piping . upgrades that will be needed over the 35- > -- year planning period. _ r Ardurra also evaluated the regional lift stations through site visits,review of maintenance reports,and hydraulic modeling.Pumping stations and force _ ____ _. mains were hydraulically analyzed using ---_ ' peak hour flows.Similar to gravity collector lines,it was identified that regional lift stations and smaller lift stations will have to be installed and/or upgraded in the future to manage and convey sewage flows. Fees: $187K During project implementation Ardurra staff worked closely with county staff to train them on the use of the sewer hydraulic models utilized in plan development. These County staff now use these models to confirm capacity within the sewage collection and conveyance system on an as needed basis to assess new development or capital projects. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Buford,GA Hydraulic Modeling/InfoSWMM a. Bid 2022-122-ND -62- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER ,\/ H. (Present as many projects as requested by the agency,or 10 projects,If not specified. 56 Com.lete one Section F for each.ro ect. ARDURRA 2t. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Public Outreach for MDWASD's Consumer Line Relocation PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Program—Phase 2A, Miami-Dade Co, FL Design—2020 Ongoing Area(s)of Expertise: H.Public Outreach&C. Water Mains(Small CM& Inspections Est. 2024 diameter) —2024 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-552-8837 Sewer Department,FL Em:emluim@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra,(fka King Engineering)was retained to provide design,program and Relevance to this Contract: construction management services for Phase 2A of the Consumer Line Relocation Features: (CLR)program. The program consists of the conversion of over 3,30o water • Program Management for services from the rear to the front of the properties to abandon old,leaky,small relocation/replacement of diameter,rear water mains. water services • Relocation of 3,3oo Water Services included program management,property inventory,creation of a GIS Services asset management system and dashboard,design,permitting,contract • 7 bid packages documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support services,and construction Services: management and inspections. • Program Management • Public Outreach Public Outreach. In coordination with MDWASD,Ardurra staff led a public • Design outreach program to notify and coordinate with property owners/occupants and • Permitting public officials throughout the various phases of the program,as follows: • Construction Management &Inspection • Mass mailing at key milestones to customers(English,Spanish,and Creole)and • Owner Notifications local officials • Securing Private Property • Securing signed agreements and permits from owners to work on their property Agreements • Hotline to address issues and concerns • GIS • Customer concern database to track and address issues in a timely manner • Association meetings and presentations Key Personnel Involved in this • Public official meetings and presentation Project:• A.Maristany,PE-Principal- • Field meetings • Door hangers to update customers on upcoming activities in-Charge/EOR •• Final construction completion letter,warranty,and customer satisfaction surveys R.Maristany,PE Program Manager Geographic Information System(GIS).The process workflow was executed and • Alessandra Monetti,El—GIS tracked by the creation of a custom enterprise database,created by Ardurra, Inventory and Construction through the integration of ArcGIS Online and other field application software that Management • allowed the database to be hosted online via a private and secure webpage. This Leo Sampedro—Inspections live repository is available"real time"to users and includes progress dashboard /property sketches • (design progress,signed agreements,construction/inspection work flow), Maria Alva—document property information(sketches,phase,homeowner agreement,permits),utility control tickets,contract documents,and ROW permits. Fee: $3.6M;Construction:$21M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Public Outreach;Wastewater Engineering;Program& a. Construction Management;GIS Bid 2022-122-ND -63- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY H. QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBER Corn.lete one Section F for each.ro'ect. ! 57 ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MDWASD Small Water Main&Water Service Conversions Ph 1&2 PROFESSIONAL CONSTRUCTION(if Applicable) SERVICES Miami-Dade County, FL 2014 Area(s)of Expertise: H. Public Outreach C.Water Mains 2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Eduardo Luis,PE Ph:786-552-8837 Sewer Department, FL Em:emluica@miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by MDWASD to inventory and evaluate over woo miles of Relevance to this Contract: small diameter water mains that are very old and experiencing poor performance issues such as high leakage&repair rates,low pressures,low flow capacities,and :eatures: 10oo+miles small diameter limited ability to support fire protection. The objective was to establish priorities mains to addressing these issues. Ardurra was responsible for the following major tasks: • GIS services/database 1. GIS Inventory of Small Water Mains—applied GIS to analyze and prioritize categorize all undersized water mains based on benefit/cost analysis. Services: 2. Replacement Cost Estimate-for small water line replacements and water • Ardurra evaluated service conversions. Cost for the entire r MDWASD's entire water County estimated at si.5B. r--: :ill F ,, En 1 distribution system 3. Bid documents for 30o Water Service . • GIS analysis Conversions—included field visits and ,,� o...»so, • Categorized all undersized •property sketches with new service water mains.(<6 inches) route. • Construction Management 4. Construction Management& &inspection services Inspection Services—included • Permitting assistance decommissioning of rear water mains • Extensive Public 5. Led Public Outreach—Public outreach was a key factor in the success of Involvement the Program. In coordination with MDWASD,established a'Customer Cared Key Personnel Involved in this Program', includingthe following: ."L Project: g �! • A.Maristany,PE-Project -mass mailings at key milestones -' • Manager (English,Spanish,and Creole) s ` C.Kuzler,PE- Technical -hotline phone number lop ; `, Advisor&QA QC -door hangers • M.Gladbach CAD -obtaining signed agreements and j_ u permits for contractor to perform work on private property -customer concern database to track and resolve issues in a timely manner -final construction completion letter,warranty,and customer surveys. Customer Satisfaction Survey Results: • 97.3%-"satisfactory to excellent" • 2.7% -"fair" • No"poor"ratings. Fee:s400,o00 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Water Engineering,Construction Management, a. Inspections&Evaluations/Public Outreach/Involvement Bid 2022-122-ND -64- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER H. (Present as many projects as requested by the agency,or 10 projects,if not specified. g UR Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Eastgate Utilities Relocation Phase 2 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) City of Venice, FL See Below Area of Expertise: H. Public Outreach C.Water Mains D. Gravity Ongoing Sewers 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Venice,FL Javier Vargas,PE,Utilities Director Ph:941-882-7309 Em:jvargas®venicefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was selected to provide design,permitting,bidding and construction Relevance to this Contract: management services for the relocation of gravity wastewater collection services, gravity trunk lines,water services,and water mains,to the front side of properties Features: • within the road rights-of-way for Phase 2 of a three phase program in the Eastgate Public Outreach • subdivision. The project involves approximately 21,15o LF of new 6-8"water Utilities Relocations • main, 2,05o LF of new 8"gravity sewers,seven(7)new sanitary manholes, 243 Residential Neighborhood water service relocations on private lots and 26 combined water and sewer service relocations on private lots as well as abandonment of the existing water and sewer Services: • Develop Public Outreach mains in rear lot easements. Process • Hold Public Meetings Public Outreach. Ardurra,with the assistance of a subconsultant and with • Develop Key Messages appropriate coordination with City staff,developed a public outreach process to • Develop Informative tools, inform and address the concerns and issues of those with a stake in the project. media,website,etc. The public outreach program consists of the following elements: • Key Messages-Developed key messages used throughout the project. Key Personnel Involved in this These key messages are utilized for all communication pieces,and cover Project: the major points to address with the primary stakeholders. • Chris Kuzler, PE-Project • Public meeting-A public meeting was held to educate residents on the Manager • project.Items prepared for the meeting included: Kaitlin Jeffords,PE-Project • Details of the meeting-date,time,location; Engineer,GIS • A separate letter to residents providing details of the public meeting. and obtained a"Certificate of Mailing"from the post office; • Developed display boards,a PowerPoint presentation,handouts (FAQ sheet,Comment Form,Sign-In Sheet)and directional signage; • Attended and moderated the meeting. Resident Communications- _. I Based on feedback obtained ; _--_ at the public meeting,a t,.--.-.-._.._..i public outreach plan was -_- ------------ created and included leclUIErMicsiii iN r communication tools such as 11:11til�Ri1�8�1!all ---- e-newsletters,door hangers, 67 ' * tiailaugl� social media. i Additionally,a GIS website • was created and is currently ''-\ --- active.Construction Cost: `- $4.2M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Tampa, FL Public Outreach/Water,Wastewater Engineering a. Bid 2022-122-ND -65- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY Resiliency QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 59 Com.lete one Section F for each.ro ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED East Richland Public Service District South Carolina Flood PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Recovery Program 2018 Area of Expertise: Resiliency for Water and Sewer Facilities 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER East Richland Public Service Edward Schooler,Deputy Director Ph:803.788.1S7o,Ext 6007 District-South Carolina Em:eschooler@a ercpsd.net 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra was selected as a prime consultant to assist East Richland County Public Service District with debris removal and emergency repairs to public Features: • infrastructure.Infrastructure sustained significant flood damage including road Damage Assessments • washouts,extensive sewage collection system damage,dam breaches and debris Oversight of Emergency and electrical damage to the Gills Creek wastewater treatment plant and Quail repairs to water/wastewater facilities,roads,and dam. Lane pump station. Ardurra's work includes preliminary damage assessments; • Ensure all activities in oversight of temporary emergency repairs to roadway,dams,water and compliance with federal wastewater facilities; Project Worksheet development for FEMA Categories A,D& guidelines to maximized F; procurement support to include RFP and RFQ development for professional future funding design services and construction and assistance with hazard mitigation development. Ardurra's staff was responsible for ensuring all activities were Services: completed in compliance with federal guidelines and in a manner to maximize • Repair&Reconstruction of immediate and future funding. Buildings&Equipment, Roads&Bridges,Utilities, After Ardurra assisted East Richland County PSD with emergency recovery efforts, Water&Wastewater East Richland County PSD selected Ardurra to assist them with long term recovery Facilities Disaster Facility efforts to include • Damage Assessments, FEMA 404&406 Engineering,Debris Hazard '<, __ . Management(Coordination Mitigation,HUD ~''- . &Monitoring) 1 I"7----....,..ar, it .. Recovery Grant CDBG-DR and - ._,..._.._ _ other potential !' Management&Admin c FEMA,CDBG-DR funding sources. . Applications&Funds .. Management,Data r g Ardurra managed Management � � long term • PW Development&Review, recovery efforts to include FEMA 404&406 Hazard Mitigation, HUD CDBG-DR Scope and Budget and State Revolving Loan funds.Ardurra identified S3M in FEMA funds through Development,Develop& engineering evaluation to uncover additional damage of buried 42"and 54" Monitor Closeout diameter sewer mains. These funds were combined with available State Procedures,Program Revolving Loan funds to construct a new 6o-inch diameter sewer main to prevent Compliance, Procurement& future damages and better serve the District.Ardurra assisted the district to Contracts Support pursue three 404 Hazard Mitigation grants to rebuild and raise a critical access road to their main treatment plant,harden and hazard mitigate multiple sewer lift Key Personnel Involved in this stations and re-route an additional gravity main out of the existing floodplain. Project: • Adam Faschan,PhD,PE- Project Engineer 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group, Inc. Metairie, LA Water/Wastewater Engineering a. Grant/FEMA/CDBG-DR Assistance Bid 2022-122-ND -66- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY Resiliency QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by i NUMBER "� Sea Level Rise the agency,or 10 projects,If not specified. 6o Com.lete one Section F for each.ro•ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Coastal Structures Resiliency Feasibility Study PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami-Dade County, FL 2020 Area(s)of Expertise: Sea Level Rise/Resiliency 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER South Florida Water Kenson Coupet Ph: 561-632-6852 Management District Em:kcoupet@sfwmd.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra was retained by the SFWMD to conduct a preliminary assessment of five Relevance to this Contract: coastal control structures located in Miami-Dade County(S23.,S22,527,S28,and Features: S1.79)to evaluate their operational and flood control vulnerability to storm surge • Coastal Flooding and sea level rise. These structures were originally designed to control saltwater Vulnerability intrusion and did not account for sea level rise and storm surges. The study -Storm surges identifies specific hardening measures,design criteria,and operational changes -Sea level rise capable of minimizing damages during storm surges with the objective of either -Flood control maintaining full operational capability during storm surges and/or resuming -Saltwater intrusion operations shortly after a storm. These measures include surge barriers, wind/missile barriers,protecting sensors,back-up power,operational resiliency, Services: and elevating critical mechanical,electrical,and communications equipment. • Design Criteria/Hardening -Surge/wind barriers -Redundancy S27 Headwater Impacts of Sea Level Rise Projections -Backup power 11.0 -Elevating critical lo.o components -Operational resiliency 9.0 z 60 Key Personnel Involved in this d 7.0 Project: ■ A.Maristany,PE—Project rr 6.0 • Manager R 5.0 d r . 2 ---�-='•ram • 4.0 • 3.0 1960 1970 1980 1990 2000 2010 2020 2030 2040 2050 2060 2070 2080 2090 2100 Linear USACE High NOAA High ----Bank Overflow ----Road Crowo Flooding ----Sours or al Flooding — • -IFCC MI5 Median ----BottomofGate'Open) ----TopofGate(Closed) - -•Structure Bypass ----Control Room Slab ----Service Bridge 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group,Inc. Miami,FL Coastal Resiliency/Sea Level Rise a. Bid 2022-122-ND -67- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY Resiliency QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. I 61 Complete one Section F for each.ro'ect. ARDURRA 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Risk and Resilience Assessment PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) and Emergency Response Plan 2021 City of North Miami, FL Area(s)of Expertise: Resiliency /Infrastructure 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of North Miami,FL Wisler Pierre-Louis, PE,LEED AP, Ph 3o5-893-6511 Ext i25oi Director Em:pwisler®northmiamifl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Ardurra led the preparation of the City of North Miami's Risk and Resilience Relevance to this Contract: Assessment(RRA)and Emergency Response Plan(ERP)in compliance with America's Features: Water Infrastructure Act(AWIA)2018.The RRA includes the risk to the system from • Development of risk and malevolent acts and natural hazards;the resilience of the pipes and constructed resilience assessments for conveyances,physical barriers,source water,water collection and intake, City's pipes,water resources pretreatment,treatment,storage and distribution facilities,electronic,computer,or collection,distribution, other automated systems(including the security of such systems)which are utilized by conveyance,treatment,and the system;the monitoring practices of the system;the financial infrastructure of the storage. system;the use,storage,or handling of various chemicals by the system;and the • Physical and cybersecurity operation and maintenance of the system. of the system The ERP includes strategies and resources to improve the resilience of the system, including the physical security and cybersecurity of the system;plans and procedures Services: that can be implemented,and identification of equipment that can be utilized,in the • Prepared strategies and event of a malevolent act or natural hazard that threatens the ability of the community resources to improve the water system to deliver safe resilience of the City's drinking water;actions, Identify Identify utilities systems rocedures,and a ui ment which Threat p q P critical Assets can obviate or significantly lessen scenarios the impact of a malevolent act or Key Personnel Involved in this • natural hazard on the public Project: Complete Complete Determine health and the safety and supply consequence vulnerability Threat • A.Maristany,PE-Principal- of drinking water provided to Analysis Analysis Likelihood in-Charge/EOR communities and individuals, • R.Maristany,PE-Project including the development of Manager alternative source water options, lktprmtue • Alessandra Monetti,El— relocation of water intakes,and Baseline Project engineer construction of flood protection Risk Resilience • Maria Alva—Project barriers;and strategies that can Engineer be used to aid in the detection of Evaluate Risk/Resilience malevolent acts or natural hazards Mitigation Measures that threaten the security or ,\\ resilience of the system. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Ardurra Group,Inc. Miami,FL Public Outreach;Wastewater Engineering;Program& a. Construction Management;GIS Bid 2022-122-ND -68- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER "� Resiliency (Present as manyprojects as requested bythe agency or 10 projects,of not specified.P 1 4 9 Y P l P 62 Corn.lete one Section F for each.ro ect.) ARDURR A 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Resiliency Action Plan PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) City of Oldsmar, FL 2021 Area of Expertise: Resiliency/Sea Level Rise 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oldsmar, FL Nan Bennett,Special Projects Ph:(813)749-1134 Manager Em:nbennett®myoldsmar.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Ardurra evaluated sea level rise impacts to the City of Oldsmar's infrastructure and protective measures as part of a development of a city-wide Action Plan. Features: • Citywide infrastructure • Vulnerability Assessments-Ardurra conducted a vulnerability assessment of the Vulnerability/Sensitivity City of Oldsmar's Infrastructure based on 1.)interviews with staff,2)maps of to Climate Change • climate impacts on system components,and 3)a review of existing assessments Adaptation Strategies and/or maintenance logs. Services: • Assessments Vulnerability Prioritization-Services included ranking of the sensitivity to • Risk Reviews climate change and adaptive capacity of each component to determine its • Prioritization vulnerability,a function of exposure and sensitivity to climate changes. • Adaptation Strategies • Cost Estimating Services included prioritizing identified vulnerabilities based on the City's specific concerns and values.The evaluation reviewed the risk of a climate impact and rate Key Personnel Involved in this of each asset based on the economic,health and safety,cultural and historical, Project: and ecological factors,as well as the likelihood the climate impact will occur. • Adam Faschan,PhD,PE, Lead Engineer Develop Adaptation Strategies—After prioritizing the vulnerability list,Ardurra • Loc Truong,PE—Project provided regional,state,national,and international adaptation options and best Manager practices for the greatest vulnerabilities.Adaptation strategies target opportunities to address more than one vulnerability within the City by identifying these co-benefits as well. Cost estimates were also prepared. Action Plan. Fees: $41,938 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME Ardurra Group, Inc. Metairie,LA Water/Wastewater Engineering/Resiliency/Climate a. Change/Sea Level Rise Bid 2022-122-ND -69- DocuSign Envelope ID:59D12E6F-6507-4CF8-863&7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F I I 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) A ( A IA A A j A C (From Section E,Block 12) 1 2 3 4 5 6 7 8 9 10 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology 0 0 0 0 0 0 0 0 0 0 /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong, PE LEAD for Planning&CIP Adaption 0 0 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ O O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting O O /Bidding Services Alex Abud Engineering Design CAD 0 Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding 0 Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ O Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering 0 Oracio Riccobono,PE Geotechnical Engineering 0 0 0 Louis Aguirre,PE Mechanical/Electrical Engineering 0 Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 MDWASD Pump Station Improvement Program 6 Pinellas County Logan Booster Pump Station 2 J C Bermudez Park Recycled Stormwater Irrigation 7 MDWASD Miami Springs Sanitary Sewer Evaluation Survey Design 3 Sarasota County Transmission Main and Pump 8 Lauderdale-by-the-Sea Wastewater Capital Station#3 Improvements Improvement Plan 4 Pinellas County North Booster Pump Station, 9 Sanitary Sewer Evaluation Survey, end Cycle Report 5 Largo Wet Weather Force Main and Monitoring 10 MDWASD 48-inch Water Main Interconnect in Systems Downtown Miami Bid 2022-122-ND -70- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) C C C C C C C I C C C (From Section E,Block 12) 11 12 13 14 15 16 17 18 19 20 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O O O O O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O O O O O O O Bidding Services/MOT Alessandra Monetti, PE CO LEAD for Engineering Design/ O O O O O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O O O O O /Bidding Services Maria Alva Engineering Design/Permitting O O O O O O /Bidding Services Alex Abud Engineering Design CAD 0 0 0 0 Mark Gladbach Engineering Design Services-CAD 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems 0 Pete Bottone,PWS Ecological Services 0 Pete Diaz,PSM Surveying&Mapping 0 0 0 0 0 Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono, PE Geotechnical Engineering 0 0 0 0 0 0 Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendor. Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION Fi MDWASD Pump Station Improvement Program- 1116 City of Miami Beach Fire Flow Projects Package 2 Force Mains 12 Pinellas Co.Redundant Force Main from PS 16 to 17 City of Miami Beach Fire Flow Project 14 and Collins Ave SCBWRF Water Mains 13 Design Services for MDWASD Force Main 65 18 City of Miami Beach Water Master Plan Project W-31— Phase 2, Fire Hydrant Density Evaluation 14 MDWASD Small Water Main Condition Assessment 19 City of Miami Beach Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd St, City of Miami Beach Design and Limited City of Miami Beach Replacement of the water 15 Engineering Construction Services for Fire Flow 20 transmission main and upgrade of the water distribution Projects Package i mains along 41st Street,and Fire Flow Project 9 Bid 2022-122-ND -71- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27,ROLE IN THIS CONTRACT(From Section E,Block 13) ���©��� C c (From Section E,Block 12) 21 22 23 24 25 26 27 28 29 30 Agustin Maristany,PE Project Manager/Hydraulic Modeling O Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology O O O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 Trenchless Technology/HDD Joe Downey, PE QA-QC/Planning/CIP/Hydraulic Modeling 0 Ricardo Maristany, PE LEAD for Engineering Design/Permitting/ Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage,PE Trenchless Technologies/HDD/D-B O O O O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone, PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez, PE Structural Engineering Oracio Riccobono, PE Geotechnical Engineering Louis Aguirre, PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F 21 Pinellas County Force Main Assessment Program 26 FDOT Gateway Express Utility Relocations 22 Hillsborough County River Oaks Diversion D-B 27 Hillsborough County US 3oi Force Main 23 Peace River Manasota Regional Water Supply 28 Pinellas Co.Gulf Blvd—FDOT Utility Relocations Authority,Loop Phase 3B 24 48"PCCP Replacement Loganville Highway 29 MDWASD Small Water Main Replacement to Grayson 25 Dunedin Causeway Water Main and Force Main 30 Hillsborough County Design Criteria Package for North Replacements Palm River Water Expansion Bid 2022-122-ND -72- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) C C C DID D D E E E (From Section E,Block 12) 31 32 33 34 35 36 37 38 39 40 Agustin Maristany,PE Project Manager/Hydraulic Modeling 0 Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology O O O O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance I Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 0 0 0 0 0 Trenchless Technology/HDD Joe Downey,PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany, PE LEAD for Engineering Design/Permitting/ Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 0 0 0 0 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet,PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage,PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan, PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering I Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone, PWS Ecological Services 0 0 0 Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono,PE Geotechnical Engineering 0 Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 31 City of Safety Harbor Water and Sewer Main 36 City of Tarpon Springs North Bayshore Drive and Church Replacement Street Sewer and Force Main Replacements 32 City of Sarasota Water Main Replacements—CMAR 37 City of Tarpon Springs Seabreeze Drive Sewer Expansion 33 City of Venice Water Main Replacement Program 38 MDWASD 48-inch Water Main Interconnect in Phases i,3,5,6,7,&8 Downtown Miami 34 PER for Pinellas Park Interceptor Collection System 39 Peace River Manasota Regional Water Supply Authority Improvement Integrated Loop,Phase i 35 City of Clearwater Septic to Sewer Program 40 Clearwater Memorial Causeway Subaqueous Pipelines Bid 2022-122-ND -73 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) E ®©1C111111101C111111111:11 (From Section E,Block 12) 41 42 43 44 45 46 47 48 49 50 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology O O O O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 0 0 0 Trenchless Technology/HDD Joe Downey, PE QA-QC/Planning/CIP/Hydraulic Modeling 0 Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O Bidding Services/MOT Alessandra Monetti, PE CO-LEAD for Engineering Design/ O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater 0 Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B O O Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone, PWS Ecological Services 0 0 Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez, PE Structural Engineering Oracio Riccobono, PE Geotechnical Engineering 0 Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 41 City of Miami Beach Design Services for MDWASD 46 Gwinnett County Central Service Zone Water System Installation of 12"/16"FM along NE 183rd/Island Model and Analysis 42 City of Venice Intracoastal Waterway Force Main 47 MDWASD InfoWorks Water and Wastewater Model Development 43 City of Largo Ulmerton Road Utility Relocations-7 48 Northwest Florida Water Management District Coastal projects Water Systems Interconnects 44 Hillsborough Co.South County In-Line Potable 49 University of Florida Campus Wide Potable Water Booster Pump Station Progressive Design-Build Master Plan 45 Citrus Co.Suncoast Pkwy Regional Water System 50 Peace River Manasota Regional Water Supply Authority Model&Analysis Integrated Loop Ph &3B Bid 2022-122-ND -74- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL G G G G H H H R R 27.ROLE IN THIS CONTRACT(From Section E,Block 13) F (From Section E,Block 12) 51 52 53 54 55 56 57 58 59 60 Agustin Maristany,PE Project Manager/Hydraulic Modeling O O O O O Coastal Engineering/Resiliency Chris Kuzler, PE Principal-in-Charge/Trenchless Technology O O O O /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption Trenchless Technology/HDD Joe Downey, PE QA-QC/Planning/CIP/Hydraulic Modeling 0 0 Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ O Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O /Bidding Services Maria Alva Engineering Design/Permitting O /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD 0 Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet,PE Planning/CIP Adaptation/ O Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency 0 Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez, PE Structural Engineering Oracio Riccobono, PE Geotechnical Engineering Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendor. Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT FROM SECTION F) NO ' TITLE OF EXAMPLE PROJECT FROM SECTION F) 51 Easley Combined Utilities,IDSE Study Plan and 56 Public Outreach for MDWASD's Consumer Line Report Relocation Program—Phase 2A 52 MDWASD InfoWorks Water and Wastewater Model 57 MDWASD Small Water Main&Water Service Development Conversions Phi&2 53 MDWASD Infoworks Wastewater Modeling 58 City of Venice Eastgate Utilities Relocation Phase 2 54 Gwinnett County Sewer Master Plan,2o17-2o50, 59 East Richland Public Service District South Carolina Flood Recovery Program 55 Forsyth County Wastewater System Data Analysis& 60 SFWMD Coastal Structures Resiliency Feasibility Study System Assessment Bid 2022-122-ND -75- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) Ella (From Section E,Block 12) 61 62 Agustin Maristany,PE Project Manager/Hydraulic Modeling 0 Coastal Engineering/Resiliency Chris Kuzler,PE Principal-in-Charge/Trenchless Technology 0 /HDD/Design-Build Criteria Professional Quality Assurance/Control Loc Truong,PE LEAD for Planning&CIP Adaption 0 Trenchless Technology/HDD Joe Downey, PE QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ 0 Bidding Services/MOT Alessandra Monetti,PE CO-LEAD for Engineering Design/ 0 Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting /Bidding Services Maria Alva Engineering Design/Permitting 0 /Bidding Services Alex Abud Engineering Design CAD Mark Gladbach Engineering Design Services-CAD Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet, PE Planning/CIP Adaptation/ Hydraulic Modeling/InfoWater Ben Turnage, PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE Sea Level Rise&Resiliency 0 0 Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie Construction Management/Inspection Rodolfo Martinez Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services Pete Diaz,PSM Surveying&Mapping Alicia Gonzalez Public Information/Outreach Raissa Lopez,PE Structural Engineering Oracio Riccobono, PE Geotechnical Engineering Louis Aguirre,PE Mechanical/Electrical Engineering Dirk van Oostendorp Corrosion Control 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 61 City of North Miami Risk and Resilience Assessment,and Emergency Response Plan(AWIA) 62 City of Oldsmar Resiliency Action Plan *Resiliency/Sea Level Rise Bid 2022-122-ND -76- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 w ' .. 2 .2 QUALIFICATIONS OF PROPOSER TEAM __ __ t•a -zt.t=a-4 ,,..-1,-,-.,„1:13„;;A--.1 :1",:z:.roli 1:4--,-*-- r -1.,-,;" Fr '-__:'-oLN _ _ ii• z • :f' hfh- -�. zs`I QI ➢{�_,II '�.�i'--- ,-,..4 ,.Fr- `.i" r�„m►i..f 04 .+ •`ice-- ,r4,,... °Ira°o% � ail Bo iw�� -�,' -,.. -t ii I s�9, r1 _57:, , tAur"-^ Z. .. '&III- ii w.,:w ''' n'? } 4 r# C.,.t S - �. �'� L-',.-- -y•.=�•r• sue.. .w�CCi G f ylt'y +� -`+ ..J `y� �j._ aY n V�[:+",`i 'T r t l~ 7 ;•t);w r A 4. Y- Y E - R, �a.444 Jt �'�� j`'�, �° � +*° } ' ), r ' ., � .aeL _n a ram• tom ? °, • ''' i�w' 'V , yywr .°°°°° ion ', f v: ' ,;��7�1 tiiY';ir a� S:.a 471. y; i 1 eca-�P 5`-Y „`r� , yµµ / 4- l I °.i 4- ,r t°6rdit ywy,p}ly:''p. She � /""�SLQu31'l• ° II� 7'J �°1 S:�i 1st! ��7f a yyr�,/ yam' „n ..i%=-i _ R kt `�1 ` lw `- '4 iv_ .C_^ . na-: J a ..� -I. i9..iVelE off' ' II if.,s _ 'Lr*, 'u 2.2 Qualifications of the Proposer Team SF33o Part 1A-D 77 Organization Chart 79 SF 33o Section E Resumes for Ardurra and Subconsultants 8o DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT - ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION TITLE AND LOCATION(City and State) Engineering Services for Water and Wastewater System Projects 2.PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 1-28-2022 2022-122-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Agustin Maristany,PE,Technical Director 5.NAMEOFFIRM Ardurra Group, Inc. /� ARDURRA 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (786)656-4045 (305)392-9912 amaristany@ardurra.com C. PROPOSED TEAM (Check) •o 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT i 2- Q �F Project Management,QA-QC,Hydraulic Ardurra Group,Inc. 870o West Flagler St. Modeling/Infoworks/Infowater;Planning/CIP ®CHECK IF BRANCH OFFICE Suite 18o .Adaptation;Design;Permitting;Bidding Miami,FL 33174 Services;Coastal Engineering;Structural Engineering;CAD;GIS;Sea Level Rise/ a j Resiliency/Hardening; Pavement Restoration/Maintenance of Traffic; Construction Management&Inspection; Surveying;Design-Build Criteria Professional;Public Outreach Principal-in-Charge;QA-QC,Hydraulic 4921 Memorial Highway Modeling;Trenchless Technology/HDD; b J Ardurra Group,Inc. Ste 30o CAD;GIS;Construction Inspection; DCHECK IF BRANCH OFFICE Tampa,FL 33634 Landscape Architecture;Design-Build Criteria Professional;Ecological Assessments/Impacts a Ardurra Group,Inc. 8600 NW 17th Street,Suite Roadways/Design/Pavement&Marking ®CHECK IF BRANCH OFFICE 200,Doral,Florida 33126 d J Ardurra Group,Inc. 3809 Peachtree Ave,Ste 102 Structural Engineering/Coastal Engineering ®CHECK IF BRANCH OFFICE Wilmington,NC 28403 e J Ardurra Group,Inc. 3 Linwa Boulevard Hydraulic Modeling/Infoworks/Infowater ®CHECK IF BRANCH OFFICE Anderson,SC 29621 1305 Mall of Georgia Blvd. f J Ardurra Group,Inc. Suite 16o QA-QC/Planning/CIP Adaption ®CHECK IF BRANCH OFFICE Buford,GA 30519 9 J Ardurra Group,Inc. zoo Clinton Avenue Hydraulic Modeling/Infoworks/Infowater ®CHECK IF BRANCH OFFICE Huntsville,AL 35801 h. J Ardurra Group,Inc. 3012 26th Street Sea Level Rise/Climate Change/Resiliency ®CHECK IF BRANCH OFFICE Metairie,LA 700oz D. ORGANIZATIONAL CHART OF PROPOSED TEAM X (Attached) Bid 2022-122-ND -77- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • ARCHITECT - ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION TITLE AND LOCATION(City and State) Engineering Services for Water and Wastewater System Projects 2.PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 1-28-2022 2022-122-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Agustin Maristany,PE,Technical Director /�_ 5.NAMEOFFIRM Ardurra Group, Inc. /� ARDURRA 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (786)656-4045 (305)392-9912 amaristany@ardurra.com C. PROPOSED TEAM (Check) > Zo 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT ¢ a UQUQ �r • Media Relations Group, 14707 South Dixie Hwy. ✓ LLC Ste 404 Public Relations/Outreach ❑CHECK IF BRANCH OFFICE Miami,FL 33176 Eastern Engineering 3401 NW 8znd Ave ✓ Group,Inc. Doral,FL 33122 Structural Engineering ['CHECK IF BRANCH OFFICE ✓ Geosol,Inc. 5795-A NW 1515t Street Geotechnical Engineering DCHECK IF BRANCH OFFICE Miami Lakes,FL 33014 Louis J.Aguirre& 915o South Dadeland Blvd. ✓ Associates,PA Suite goo Electrical Engineering ❑CHECK IF BRANCH OFFICE Miami,Florida 33156 ✓ Corrpro Companies,Inc. 70ooA Hollister Street Corrosion Control ®CHECK IF BRANCH OFFICE Houston,TX 77040 —t D. ORGANIZATIONAL CHART OF PROPOSED TEAM X (Attached) Bid 2022-122-ND -78- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ORGANIZATIONAL CHART MIAMI BEACH PRINCIPAL-IN-CHARGE - - - ----- - - - - I LEGEND I) Chris Kuzler, PE - PROJECT MANAGER 1 Media Relations Group,LLC QA/QC - 2 Eastern Engineering,Inc.(SBE) 3 Geosol,Inc.(SBE) ' Agustin Maristany, PE , 4 Louis J.Aguirre&Associates,PA(SBE) Loc Truong, PE - 5 Corrpro Companies,Inc, Joe Downey, PE _ 1 - - - '- - - - - - PLANNING/CAPITAL ENGINEERING CONSTRUCTION MANAGEMENT IMPROVEMENT DESIGN/PERMITTING/BIDDING &INSPECTION PROGRAM ADAPTATION SERVICES Loc Truong,PE-Lead Ricardo Maristany, PE-Lead Jose Rodriguez,PE-Lead HYDRAULIC MODELING Alessandra Monetti,PE Co Lead Rodolfo Martinez INFOWORKS/INFO WATER DESIGN/PERMITTING/ Scott Aguiar Agustin Maristany,PE BIDDING SERVICES Lance McClaskie Keith Overstreet, PE Jose Rodriguez,PE Orlando Serrano,Jr Ben Lawrence, PE Alessandra Monetti,PE Doug Jennings Joe Downey,PE Leo Sampedro Brenda McManus Dale Pearson,PE Maria Alva Cristina Lacorazza Alex Abud-CAD Mark Gladbach-CAD SUPPORT SERVICES ECOLOGICAL COASTAL STRUCTURAL TRENCHLESS - MEDIA RELATION/ ASSESSMENTS/ ENGINEERING/ ENGINEERING TECHNOLOGIES/ PUBLIC OUTREACH IMPACTS RESILIENCY/ Jose Rodriguez,PE HDD Alicia Gonzalez' Pete Bottone,PWS HARDENING Raissa Lopez,PE2 Ben Turnage,PE Jeanette Gorgas' Michael Palmer Adam Faschan,PE Gonzalo Paz,PE2 Chris Kuzler, PE GEOTECHNICAL, Edward Craig,CPSS Agustin Maristany, PE Jeffrey Troutman,PE Orlando Serrano,Jr ENGINEERING, MECHANICAL/ Jeffrey Troutman,PE ROADWAYS/DESIGN CORROSION TESTING, ELECTRICAL DESIGN/BUILD SIGNING/MARKING CONTROL DRILLING, & Louis Aguirre,PE4 CRITERIA David Pulido,PE Dirk Van Oostendorp5 SEISMOGRAPHIC Eduardo A.Suarez,PE, PROFESSIONAL Enit Medina, PE Benjamin Richey5 SERVICES LEED®AP Agustin Maristany, PE Oracio Riccobono, PE3 Ben Turnage,PE PAVEMENT LANDSCAPE Adnan Ismail, PE3 GEOGRAPHIC Chris Kuzler,PE RESTORATION/MOT ARCHITECTURAL INFORMATION Ricardo Maristany, PE John Galbavy, RLA SURVEYING SYSTEMS Pete Diaz,PSM Jonathan Stanford Kaitlin Jeffords,El • -- - --- _-- — - --,} - _ - 1 ,r. — — ----- PE —. Q ? Agustin 11 Jose Rodriguez,k .--, Ricardo • Alessandrafl Loc Truong, i 1- Maristany,PE 1 PE g k' Maristany,PE I Monetti,PE i1PLANNING/CIP IADAPTATION-LEAD PROJECT CONSTRUCTION �- ENGINEERING I; 1. ENGINEERING f , MANAGER II es"- MANAGEMENT- 1; I DESIGN,PERMITTING,i DESIGN,PERMITTING,II "My background as "I am fortunate to 11 • LEAD I: &BIDDING SERVICES-LEAD 4I&BIDDING SERVICES-CO-LEAD ( a licensed operator have worked with Miami Beach, I'"Glad to be a part of such a `. "The City of Miami is at the ! "I have always dreamed of one !,and professional engineer gives MDWASD,and other local clients it dynamic team with Ardurra and i, forefront of resilient planning as 1 day working with the beautiful I me a unique insight to helping providing similar services.I am 1.the City of Miami Beach. Our I it faces some of the most cam- ' and historic City of Miami Beach . clients successfully implement committed to continue delivering combined skills coupled with mon challenges due to climate 1'and it was a true honor and capital improvement projects successful projects in partner- effective communication will change. This is why it has gained' dream come true to be able to , that meets short term and long • ship with the City of Miami be key attributes to achieve a recognition and support from ' extend my experience on various term needs.I've enjoyed apply- Beach." successful project delivery." global climate change/resilience City water main projects.I look ing myself to execute projects foundations. As an engineer,it is forward to the opportunity for that deliver on meeting overall an honor to work with the City in many more." project objectives,and also a implementing these cutting-edge project that can be properly solutions!" operated and maintained." Bid 2022-122-ND -79- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Agustin Maristany,PE Project Manager/Hydraulic Modeling/Coastal a.TOTAL b.WITH CURRENT FIRM Engineering/Resiliency/Design Criteria Professional 44 3 15. FIRM NAME AND LOCATION(City and State) / Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Masters of Science,Civil Engineering,3.979;University of Texas, Professional Engineer Florida No.33351 Austin;Bachelor of Science,Civil Engineering,3.978 iM. !".-'-/ ' Certified in;NASSCO ACP/MACP University of Puerto Rico ` J and LACP 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) ASCE Life Member;ASCE 2004 Engineer of the Year,Broward Branch;FES 1986 Young Engineer of the Year,Big Bend Chapter. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department(MDWASD) ` PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) , _Pump Station Improvement Program(PSIP)Miami-Dade Co.,FL , See Below See Below (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Principal-in-Charge,Project Manager,and FOR for the design,permitting,limited construction services,cost estimating, scheduling and permitting,geotechnical investigations,mechanical,structural,and electrical services for assignments - issued under the MDWASD PSIP contract.Oversaw the improvements/upgrades for 19 pump stations improvement assignments,ranging from 30o gpm to 160o gpm,dry/wet wells,triplex&duplex and 18,70o LF of 8-24-inch force mains and 728 LF of 8,10,12,&24`inch gravity sewer. Cost: $25M-19 projects completed 2017 and 2o21,rest are ongoing. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 48-inch Water Main Interconnect.in Downtown Miami (PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami,FL . 1 2016 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Manager,Engineer of Record and Design Criteria Professional for the design of a 48-inch water main interconnect in downtown Miami.The project included a fast-track traditional delivery which included 800 feet of 48-inch WM,soo feet of 36-inch WM,1oo feet of3o-inch WM,and a micro tunnel under the FEC railroad. The other portion was design- build and included 4,2oo feet of 48-inch WM,2,3oo feet of 36-inch WM,3o feet of 3o-inch WM installed via open-cut and J&B.Project received a project of the year award by CAACE. Cost: $12.9M (1)TITLE AND LOCATION(City and State) . 2 YEAR COMPLETED Coastal Structures Resiliency Study—Miami-Dade County I PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) South Florida Water Management,FL . i 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c' Project Manager/EOR for the assessment of the flood control and operational vulnerability of five coastal control structures in Miami-Dade to sea level rise and storm surge,including S21,S22,S27,S28 and S179;work included the identification of design criteria,hardening measures,redundancy,and operational improvements;the conceptual design of hardening measures and operational redundancy for structure Sz1,and final report. Cost: $356,000 ' (1)TITLE AND LOCATION.(City and State) (2)YEAR COMPLETED Infoworks Wastewater Modeling I PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) • Miami-Dade County, FL • i See Below I See Below , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal-in-Charge and-QA/QC lead for the original InfoWorks model selection and development for MDWASD's water d. (273K nodes)and wastewater systems(9oK nodes,1,o18 pump stations,rainfall driven I&I). Subsequently was Project Manager and Engineer of Record for the upgrade to the gravity portion of MDWASD's Infoworks wastewater model which contained the gravity pipe network for-1018 basins. Services included update the basic gravity sewer pipe network data and implement a simplified but accurate methodology to expedite model development and reduce model run times. Developed stage-storage curves for 868 basins and incorporated 5o new gravity basins. Original Model Fee: $2.5M;Gravity Upgrade Fee: $zooK Original Model-2oo8 /Gravity upgrade 2013 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Northwest Florida.Water Management District Coastal Water 1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Systems Interconnect,Multiple Counties ; 2013 ; _� (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e Project Manager for the implementation of regional interconnects to increase water supply reliability in 18 coastal utilities along 5 counties in the Florida panhandle. Work included analysis of current and future demands,raw water sources,population growth,and permitted capacities,establishment of utility emergency production capacities and minimum interconnect flow reliability targets,hydraulic modeling(H2ONET)of all 18 utilities,route analysis,cost estimates,preliminary design,operations manual,and Basis of Design Report.Fee: $99oK Bid 2022-122-ND -8o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Agustin Maristany,PE—Page 2 /`\ ' Role:Project Manager/H draulic Modeling/Coastal Engineering/Resiliency/Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS j I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED , MDWASD Consumer Line Relocation Program 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i ) IDesign zozo/CM& I 2024 est Miami,FL I Inspections-2024 j I 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager/EOR for the design,program and construction management services for Phase 2A. The program f' • consisted of the conversion of 2,73o water services from the rear to the front of the properties to abandon old,leaky, small diameter,rear water mains. Services included program management,property inventory,creation of an asset ' management system and dashboard,design,permitting,contract documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support services,and construction management and inspections.Cost:$21M - (1)TITLE AND LOCATION.(City and State) 2 YEAR COMPLETED MDWASD Small Water Main Replacement in Leisure City !PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i Miami-Dade,FL I 2o17/2018 I z01g/zozo (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm g• Project Manager and Engineer of Record for the design,permitting,and limited construction services for this 2 phased project totaling—25,000 feet of 8-and 6-inch water mains,fire hydrants,pedestrian ramps,service connections,and various tapping connections to existing water mains in Leisure City. Services included surveying,geotechnical,utility conflicts,design,pavement restoration,MOT,specifications,permitting,cost estimates,scheduling,and limited construction services. Cost:'$5.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED J.C.Bermudez Park Recycled Stormwater Irrigation Project ` PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) • Doral,FL i . _ 2010 1 2012 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check it project performed with current firm Project Manager for the modeling,design,permitting(ERP and CUP),construction support services,and development of h. an Operation&Maintenance Manual for a stormwater irrigation system for the 8o-acre park. Major components included emergency lake intake structure,2 MG above ground storage tank,3,00o gpm stormwater pump station,13o micron disk filters with automatic backwash,bleach disinfection system,1,4o0 gpm irrigation pumps,8,000 feet ofl2- inch diameter looped main,irrigation system,automated controls,and cost estimates. Developed 20 year water balance model to calculate crop ET,rainfall-runoff,irrigation demand,and stormwater irrigation to determine optimal size of `pump station and storage tank.The project was partially funded by a simillion AWS grant from the SFWMD.Cost:$2.8M ;:_____pump ���i.(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD Small Water Main Condition Assessment,Miami-Dade 1 PROFESSIONAL SERVICES r CONSTRUCTION(if applicable) Co.,FL . . 1 z014 ( (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the condition assessment of small water mains(5_4-inch)throughout Miami-Dade County. Integrated several databases(GIS,property appraiser, leakage report,repair history, Infoworks model network,and ' customer complaints)into a geodatabase. Programmed GIS tool using Python script to automatically generate and i. draw street blocks,replacement water mains(length and diameter),service connections,and meters;and prepare cost estimates.Integrated KANEW model into automated tool to forecast 5-year pipe failures by street block based on pipe age,material,and diameter;and prioritize small water main replacements by street block. Analysis included characterization of entire water distribution system by pipe diameter,length,age,and material;related annual repair and leaks/100 miles to pipe diameter and material,forecasted 5-year pipe failures per street block for small pipes,and ranked and prioritized street block improvements based on 5 yr forecasted failures. Fee: $30K (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED MDWASD Small Water Main&Water Service Conversions Phases 3. ! PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) &2,Miami-Dade County,.FL i. 2012 I 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm j. 'Project Manager/FOR for the inventory and evaluation of over woo miles of small diameter water mains that are very old and experiencing poor performance issues.Major tasks included:GIS Inventory of Small Water Mains;replacement cost estimates;Construction Management&Inspection Services—included decommissioning of rear water mains for 30o converted properties. Also led Public Outreach which was a key factor in the success of the Program. Fee: s400K Bid 2022-122-ND -81- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn•lete one Section E for each ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Christopher Kuzler,PE Principal-in-Charge I Trenchless Technology/ 36 29 HDD/Design-Build Criteria Professional 15. FIRM'NAME AND LOCATION(City and State) AV Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS Mechanical Engineering,Polytechnic Institute of NY0.985 Professional Engineer FL#45532;NY#o66738 MS Business Administration,198g Adelphi University • 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Solid Waste Association of North America;American Water Works Association;AWWA;Water Environment 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD 48-inch Water Main Interconnect Route Analysis 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami,FL t 2010 I 2019 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Technical Advisor for the route analysis to.determine the size(48-inch)of a water main to interconnect in the Central East Area(downtown Miami). Also assisted with the determination of the best possible route for constructability and cost estimates.Fee: $723,225 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED j48-Inch Central-East Interconnect Design Criteria Package {PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) ' Miami,FL .2016 . . I 2019 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm QA/QC Officer for preliminary design,development of a Design Criteria package and associated Design Criteria Engineering assistance for 6,70o LF of 36 and 48-inch potable water main in the Central-East area,north of Downtown Miami,to interconnect the Hialeah/Preston(north)and Alexander Orr(south)water systems.Cost: $8.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Small Diameter Water Mains Evaluation and Enhancements { PROFESSIONAL SERVICES ( CONSTRUCTION(if applicable) Program,Phase I and II,Miami,FL I 2013 ! 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Technical Advisor for evaluation of MDWASD's entire water distribution system using GIS analysis and categorized all c• undersized water mains below 6 inches. A database was developed to track quantities,location,cost,etc. Ardurra selected 210 pilot high-priority properties and completed a field visit at each property,prepared construction specifications,and assisted with bidding and construction management.Ardurra also coordinated with MDWASD to • include all data input into MDWASD's Proliance(PCTS)system.Scope included extensive public outreach services. ' Cost: $821,000 — I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED y Sarasota County Transmission Main and Improvements to Pump i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) I Station#3,Sarasota County,FL ; 2022 I TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal-in-Charge/QA-QC for the study/analysis,design,permitting,bidding assistance,and construction d• administration for the extension of a 3o-inch potable water transmission main and improvements to Pump Station#3. • The pump station improvements include the installation of a new pump,upgrades to the chemical feed and storage system,additional emergency power,fuel and backup systems,electrical improvements,instrumentation system upgrades,and interconnection with the SCADA network. Scope includes hardening of the pump building against storm events. Cost: $14.6M ~ j (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Lift Station 33&42 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Clearwater,FL i 2015 j 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal-in-Charge for the design and construction administration and CEI services for the complete rehabilitation of e• two submersible lift stations. Lift Station#33,25o gpm,included complete demolition of the existing station and its replacement with a new fiberglass,pre-packaged pump station.Design included a new elevated valve box and access platform to raise the new controls above flood elevation. Lift Station#42,3,40o gpm,included structural repairs and lining of the wet well;new riser pipes,discharge valves,odor control system,VFDs,and controls;and repairs to the existing generator radiator system. Cost: $979,093 Bid 2022-122-ND -82- DocuSign Envelope ID:59D12E6F-6507-4CF8-8636-7C23828F15A2 Christopher Kuzler, PE—Page 2 ^� Role:Principal-in-Charge/Trenchless Technology/Design-Build Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Peace River Regional Integrated Loop System I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Ph 1 2018;Ph 3B zo19 1 Ph 1&3B—2020 Phase 1,2&3B Peace•RiverManasota Regional Water Supply Authority , Ph 2 2010 ; Ph 2 2012 I Principal/QA-QC for preliminary engineering,design,permitting and construction management services for the f' following potable water transmission mains and ancillary systems: Phase 1-6 miles of 24"ductile iron water main along US-17 and Washington Loop Road including a 3,5oo-foot subaqueous directional drill under Shell Creek and a new meter station with pressure and flow controls.Phase 2-7-miles of 42-inch ductile iron transmission main,three meter stations with SCADA/telemetry,two jack and bores and a crossing of I-75.Phase 3B-±5 miles of 48-inch steel transmission main, a meter station,and several crossings of major stormwater.systems.Cost: Ph 1$7.4M;PH 2-$1o.2M;Ph 3B-$11.3M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED North and Logan Booster Pump Stations Modifications I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) I l Pinellas County,FL I North 2014 North 2016 Logan 2o1.5 1 Logan zo2.8 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE • El Check if project performed with current firm Principal-in-Charge&QA-QC. North Booster Pump Station-Replacement of four(4)booster pumps with new 25 . g. MGD,soo HP each(total ofloo MGD)horizontal split case pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch ductile iron yard piping and valves,new 24-inch influent flow meter assembly,rehabilitation of three valve pits,PLC and ' SCADA upgrades. Cost:s4M Logan Booster Pump Station-Design and construction of a new 3o MGD potable water re-pump system consisting of four(4)new 25o HP pumps,a 3,2oo sq.ft.pump building and electrical room and installation of 36-inch,24-inch,and 18-inch yard piping and valves,PLC and SCADA upgrades. Cost:$4.84M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED . { City of Venice Water Main Program Phases 1,3,5;6,7&8 1 PROFESSIONAL SERVICES- I CONSTRUCTION(if applicable) ' Venice FL I . .Ph 1-6:2015-2019 Ph 1-6: 2015-2020 i ' i 7&8 Ongoing I h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the design,permitting,bidding/award assistance and construction services for Phases 1,3,5 and 6 of the city-wide Water Main Replacement Program in existing residential neighborhoods.All four phases total±27,775 LF of 6&8-inch water mains;rear lot 2-inch&3-inch main abandonments,and relocation of±soo private services and service connections.Cost: $6.4M 'i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED US 301 Force Main(Valencia Lakes to SR 674),Hillsborough ) PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) I County,FL + 2012- 2013 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer-of-Record for the design and permitting of approximately 8,000 LF of 3o-inch force main along US-3o1 to be constructed in advance of an FDOT roadway widening project. Included coordination with the FDOT I• District office to avoid conflicts with the future road widening. Subsequent to completing the design,the force main ' route was changed in order to avoid the FDOT right-of-way.To reduce costs,Mr.Kuzler was instrumental in recommending that the County obtain easements on private property in order to remove±5,80o LF of pipe from the FDOT ROW. This segment of pipe was then designed in-house by the County while Ardurra revised the remaining ±2,30o LF in the FDOT ROW. The resulting construction contract was for$2.75 million—saving the County an estimated sz million. (1).TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Wet Weather Force Main and Monitoring System i PROFESSIONAL SERVICES { CONSTRUCTION(if applicable) Largo,FL I 2013 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal-in-Charge for Ardurra on the two-firm engineering team for the overall project that included the construction of upgrades to 4 submersible wastewater pump stations,(58o gpm duplex,2,2oo gpm duplex,2,400 gpm triplex and J• 1,10o gpm triplex)design of±7 miles of 12-inch to 20-inch force main(ductile iron,PVC,and fusible PVC)to replace an equivalent length of existing 8-inch to 16-inch mains,installed via trenchless technologies and included two roadway and one railroad crossing with installation by jack and bore in'24-inch to 3o-inch steel casing.Also included six horizontal directional drill of 24-inch to 20-inch fusible PVC,totaling approximately 13,00o LF including a 2,000-foot drill under , John Taylor Park Lake.Cost: $38M Bid 2022-122-ND -83- . DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL CURRENT FIRM Loc Truong,PE Quality Assurance/Control 20 b.WITH 1.7 LEAD for Planning&CIP Adaptation • /Trenchless Technology/HDD 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Chemical Engineering,2001 Professional Engineer Florida No.65709,TX No.102925 Renssalaer Polytechnic Institute Drinking Water Treatment Plant Operator Class C Florida No. 0014398 Drinking Water Treatment Plant Operator Class IIA New York No.NYoo36915 18. OTHER,PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Florida Section American Water Works Association 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Logan Potable Water Booster Pump Station I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' Pinellas County,FL .I 2015 1 2018 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,and construction of the modifications to Pinellas County's existing 3o MGD • ' a. potable water booster station. The project included the construction of a new 3,20o sq.ft.building to house the new pump station and new electrical room,four(4)new 7.5 MGD,250 HP each horizontal split case pumps with 12-pusle variable frequency drives(VFD),installation of a new 1,50o kW standby diesel generator set,installation of 36-inch,24- inch,and 18-inch yard piping and valves,PLC and SCADA upgrades,instrumentation and electrical system modifications.)Cost: $4.84M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Potable Water Booster Pump Station 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pinellas County,FL t 2014 i 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE In Check if project performed with current firm b Project Manager for the design,permitting,and construction of the modifications to the Pinellas County's existing 100 • MGD potable water booster station. The project included replacement of four(4)existing booster pumps with new 25 MGD,Soo HP each(total of too MGD)horizontal split case pumps,installation of 6o-inch,48-inch,42-inch,and 36-inch ductile iron yard piping and valves,PLC and SCADA upgrades,instrumentation and electrical modifications.Cost: $4M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED 1 Memorial Causeway Pipelines PROFESSIONAL SERVICES Iv CONSTRUCTION(if applicable) Clearwater,FL 2015 , 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IR Check if project performed with current firm c• Project Manager for the design,permitting,bidding and construction management of a new 2,50o LF,24-inch diameter replacement force main under Clearwater Harbor via Horizontal Direction Drill(HDD)and a new 1,5o0 LF of 20-inch water main under the Intracoastal Waterway via HDD. The project also included extensive permitting requirements with the US Army Corps of Engineers and FDEP for a Submerged Lands Easement. Cost: $3.5M (1)TITLE AND LOCATION(City and State) - (2)YEAR COMPLETED Causeway Water Main&Force Main Replacement Program I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' Dunedin,FL ; 2013 2014 • ' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for analysis,planning,design and construction of±9,50o LF of 8-inch HDPE force main,±2,30o LF of d• i8-inch PVC water main and 3,50o LF of io-inch force main installed along the Dunedin Causeway and beneath the St. • Joseph's Sound main channel at the Bascule Bridge by subaqueous horizontal directional drill(HDD). The project required the development of demand and flow projections,hydraulic model,analysis of the water and force main • systems,system sizing,cost estimating,bidding,award and construction management.Cost: $5.2M • ^ (1)TITLE AND LOCATION(City and State) - 2 YEAR COMPLETED Intracoastal Waterway Force Main Replacement Project i PROFESSIONAL SERVICES ` CONSTRUCTION(if applicable) Venice,FL • 1 2013 i 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Project Manager for the design,permitting,and construction of 1,3oo LF of 16-inch HDPE below the Intracoastal Waterway via horizontal directional drill(HDD). The project included performing HDD calculations,preparing plans, specifications and cost estimate. Cost: $5oo,000 Bid 2022-122-ND -84- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Loc Truong,PE—Page 2 w Role:Qualit Assurance&Control/Planning&CIP Adaptation-Lead, and Trenchless Technolog /HDD ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Wide Potable Water System Modeling and Master Plan , PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) 'I League City,TX 1 2017 • 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the hydraulic modeling and analysis of the entire City's potable water system,which consists of f. over 2,000,000 LF of piping. The hydraulic modeling efforts include establishing the hydraulic criteria and scenarios for modeling,analysis of existing flows,estimating future flows,modeling of the City's pump stations,control valves, identification of low pressure/low flow areas,analyze short/long term issues,providing alternatives to address future growth/flow demands. The project included the update of the City's Potable Water System Master Plan.Fee: $538,82.8 i (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Florida Governmental Utility Authority Lehigh Acres Water and i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i Wastewater Master Plan,Lehigh.Acres,FL ! 2022 , • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the review existing data and field evaluations of the Lehigh Acres Water and Wastewater Systems in order to provide the FGUA with a 10-year plan to the year zo30 to ensure adequate water supply,treatment and g• distribution system is provided within the Lehigh Acres system.Ardurra is also evaluating the strategic expansion of the sanitary sewer system and associated wastewater collection,treatment and disposal into undeveloped areas of Lehigh Acres. Made recommendations for future improvement and expansion phasing options including conceptual level maps/diagrams of short term and long term wastewater expansion alternatives and estimates of probable construction costs. Fee: $198,332 (1)TITLE AND.LOCATION(City and State) 2 YEAR COMPLETED Safety Harbor Water&Sewer Projects i PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Safety Harbor,FL _ 2016 2o1g i 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the design,permitting,and bidding assistance for replacement of water and sewer mains to h' eliminate deteriorating pipelines and services located in four existing residential neighborhoods totaling 25,765 LF of 2- , . and 6-inch water mains and 2,10o LF of 1z-inch water main. Cost:4 projects at-$1.6M each. Also served as Project Manager for 1,56o LF of 6-inch PVC C-goo force main and 1,85o LF of 8-inch SDR-35 PVC to serve as a gravity sewer along North Bayshore Drive.Projects included restoration of curbs,driveways,sidewalks and roadways.Cost:$6.6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Tarpon Springs Sanitary Sewer Expansion Ph 3. i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Tarpon Springs,FL � ; 2017 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the design,permitting,bidding,and construction management for the City of Tarpon Springs I' septic to sewer system program. The project included the design and construction of approximately 3,000 LF LF of 8- . inch gravity sewer mains,12 manholes,and the reconstruction of the roadway from edge-of-pavement to edge-of- pavement within the neighborhood. Cost:$3M (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED I Lehigh Acres Lift Station Rehabilitation,Florida Government PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) , 1 200g 2010 Utility Authority,Lee County,FL _ ) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the development of flow projections,hydraulic modeling,planning,design,permitting and i construction for the upgrade and replacement of a 4 MGD triplex master wastewater pump station in Lee County. The design of the lift station rehabilitation included installation of variable frequency drives(VFD),biological odor control system,PLC controls via a Control Microsystems SCADAPak,and remote telemetry. Cost: $879,950 Bid 2022-122-ND -85- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn slete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Joe Downey,PE QA-QC I CIP Adaptation and Hydraulic Modeling a.TOTAL b.WITH CURRENT 6 FIRM 3 15. FIRM NAME AND LOCATION(City and State) A/ Ardurra Group, Inc. Buford, GA ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Engineer Florida#80839;Alabama#18196 Professional Engineer Florida#80839;Alabama#18196 Georgia#036404;Tennessee#24248) Georgia#036404;Tennessee#24248) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;American Water Works.Association;National Society of Professional Engineers;Society of American Military Engineers;Water Environment Federation 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • Gwinnett County Sewer Master Plan and Modeling f PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Gwinnett County Department of Water Resources,GA 1 2017 i ! (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE EI Check if project performed with current firm a- Lead Engineer for the evaluation of the Sewer Conveyance System for the Sewer Master Plan at GCDWR. The project included future demand projections,evaluation of existing facilities,development of needed improvements,and development of the capital improvements financial plan. Used InfoSWMM for collection model and provided an evaluation of wastewater collection,pumping,and treatment. Fee:$185K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Forsythe Sewer System Model t PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Forsythe,GA , 2015 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm Mr.Downey was Project Manager for the evaluation of the Wastewater System for Forsyth County. The project ' included future demand projections,evaluation of existing facilities,hydraulic modeling of flow scenarios,development b. of flow management strategies,development of needed improvements,and development of the capital improvements financial plan.The county had an existing InfoSWMM computerized hydraulic model of the collection system;however, it had not been updated in many years and the flow data was unreliable. Gravity collection and force main pressure pipes were evaluated using the InfoSWMM hydraulic model.This effort identified over too miles of piping upgrades that will be needed over the 35-year planning period.Ardurra also evaluated the regional lift stations through site visits, review of maintenance reports,and hydraulic modeling.Pumping stations and force mains were hydraulically analyzed using peak hour flows.Fee:$187K --yi (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Augusta Utilities Master Plan { PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' j Augusta-Richmond County,GA 2016 1 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Lead Engineer for the evaluation of the Water Treatment and Distribution System for the Water and Wastewater Master Plan at Augusta Utilities. The project included future demand projections,evaluation of existing facilities,development of needed improvements,and development of the capital improvements financial plan. Fee:$66o,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gwinnett County Water System Modeling(InfoWater) 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Gwinnett County,GA 2019 I Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm d. Lead Engineer for the hydraulic modeling(InfoWater)and design for the Central Pressure Zone in the Gwinnett County water distribution system. The project included the creation of sub-zones with nineteen(19)pressure reducing valve ' stations with flow meters to reduce operating pressure and frequent main breaks. Fee:$275K -µ_ f (1)TITLE AND LOCATION(City and State) - 2 YEAR COMPLETED t PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) , Gwinnett Place Mall Sewer Improvements ! Gwinnett County,Georgia 2021 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for a project to design,permit,acquire easements,and manage construction of a new sewer upgrade e. to serve the existing Gwinnett Place Mall area.The area was being redeveloped and the existing sewer capacity was not sufficient for future growth. The project included more than 15,00o feet of 18-inch to 48-inch gravity sewer,including surveying,design,SUE,geotechnical,easement plats,a microtunnel crossing of I-85,environmental assessments, , wetlands delineations,permitting,and construction management. Cost: $15.8M Bid 2022-122-ND -86- DocuSign Envelope ID:59D12E6F-6507-4CF6-863B-7C23828F15A2 Joe Downey,PE—Page 2 /V Role:QA-QC and Planning/CIP Adaptation and Hydraulic Modeling ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Loganville Highway 48-inch PCCP Replacement PROFESSIONAL SERVICES CONSTRUCTION(if applicable) • GCDWR,GA 9 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm f. Project Manager for a project to design,permit,acquire easements,and manage construction of a new 48-inch water transmission main along Loganville Highway in Gwinnett County. Water main design included 7,00o feet of 48-inch ductile iron piping to replace an aged prestressed concrete cylinder pipe(PCCP)that was starting to fail. Cost: $7.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Beltline Sewage Lift Station •PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) I j Decatur Utilities,AL t 2016 i 2028 • i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Senior Subject Matter Expert for the hydraulic modeling,planning,design and construction of the Beltline Road Sewage 9• Lift Station for Decatur Utilities,which has a design capacity of 340o gpm at 7o feet of head.This facility includes in-line grinders,wetwell,oxidation odor control,submersible mixers,dry-pit submersible pumps,flow metering,emergency power generation,and SCADA monitoring and control. Cost: $9.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED CONSTRUCTION(if applicable) Elmore-Montgomery Transmission Main&Pumping Station ; PROFESSIONAL SERVICES Montgomery Alabama _ 2000 I 2001 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for a$4,000,00o program to design,permit,acquire land,and manage construction of a new pipeline h ' and pumping station for the City of Montgomery to provide drinking water to the Elmore Water Authority. The project included more than 30,00o feet of 18-inch ductile iron piping and 1,000 feet of 20-inch HDPE directional drill beneath the Alabama River. Cost:$4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Decatur Utilities,Highway 32.South Force Main Improvements ; PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Alabama. i 2008 2008 f • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr.Downey was Principal-in-Charge for a$250,00o program to perform a hydraulic evaluation and rehabilitate the i• existing 16-inch Highway 31 South Force Main. The force main consists of 14,00o feet of 16-inch ductile iron pipe that was pigged and lined as part of the rehabilitation to restore capacity. Successful project increased flow from 800 gpm to 2,200 gpm. Cost: 25oK (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Huntsville Utilities Southwest Transmission Main 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Huntsville,Alabama j 1987 _ 1988 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm J. Project Engineer for a$8,000,00o program to design,permit,acquire land,and manage construction of more than 5o,000 feet of 48-inch ductile iron piping for Huntsville Utilities to distribute water from the new Southwest Water Treatment Plant located on the Tennessee River to the water system service area.Cost: $8M Bid 2022-122-ND -87- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn'tete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ricardo Maristany,PE LEAD for Engineering Design/Permitting a.TOTAL 1 b.WITH CURRENT FIRM /Bidding Services/Maintenance of Traffic 4 5 15. FIRM NAME AND LOCATION(City and State) A./ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) ^\ r r ?t Bachelors,Civil Engineering,2008 Professional Engineer Florida No.76068;Certified in:NASSCO J =). `�. University of Miami,Coral Gables,FL ACP/MACP and LACP;OSHA 3o-Hr.Construction Safety;FDOT CTQP Asphalt Paving Level I&II;FDOT CTQP Q/C Manager&DOT MOT 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;American Water Works Association;Florida Engineering Society 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I Design and Limited Engineering Construction Services for Fire PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) , . i Flow Projects Package I.;Package 2;Project 14 2020 E 2023 Miami Beach,FL (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm • Project Manager and FOR for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and a. limited construction support services for the design of fire flow projects W-14,W-25,W-26;Package 2(W-26,W-17,W- 19,W-21,W-23,W-24,W-25,W-28 and for the water mains along Collins Ave. The work includes upsizing a total of 18,125 LF of existing water mains to 8",10",12"&16',diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included full ROW pavement restoration and therefore all the client requested to replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water main and within the ROW.Cost:$6.3M • _ • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED . i Water Master Plan Project W-31—Fire Hydrant Density Evaluation j PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami Beach,FL i 2021 , TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm b• Project Manager for Project W-31,Fire Hydrant Density Evaluation,as outlined in the City's Water System Master Plan dated October 2019.Services include a geospatial analysis of over 1,310 existing fire hydrants to evaluate whether there are any gaps in respect to 2018 FL State Fire Codes and Miami Dade Co.Public Works Manual The evaluation determined : over Soo hydrants and 120,000 LF of upgraded water mains were required to meet the fire codes.Cost: $28.5M est. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED { Design and Limited Engineering Construction Services-41st ' PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Street,and Fire Flow Project 9,Miami Beach,FL ' ( 2021 I 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and limited c. construction support services for the design of the water transmission main and upgrade of the water distribution mains along 41st Street,and fire flow project W-9.The work includes upsizing 9,205 LF of existing water mains to 6",8",10", 12",26",20",24"and 36"DIP. This project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water main and within ROW.Cost:$5.oM est (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Subaqueous Water Mains under Dade Canal at 22nd St and 23rd 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) • . St,Miami Beach,FL 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d• Project Manager for surveying,geotechnical,design,MOT,cost estimating,scheduling,permitting,and limited construction support services for the design of subaqueous water mains under Dade Canal at 22nd St and 23rd St. Project included replacement of two(2)out of service subaqueous water mains with new upsized water main,695 L F of 20"HDPE installed by horizontal directional drill method;and 595 LF of 14"HDPE installed by HDD.Cost: $1.7M est. i (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Safety Harbor Water Main Replacements MOT Design—13th PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Ave&.Espiritu Projects Safety Harbor, FL I 2020 2021 -✓ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Engineer of Record responsible of MOT design for 3,665 LF of replacement 2", 6"and 12"water mains along with new services to affected properties and abandonment of the existing mains in residential neighborhoods.Construction Cost: $4.3M Bid 2022-122-ND -88- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ricardo Maristany, PE—Page 2 ^� Role:Lead Engineering Design/Permitting/Bidding Services/Pavement Restoration and MOT ARDURRA 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD Pump Station Improvement Program i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami Dade County,FL See Below I See Below ___. ' 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE NI Check if project performed with current firm Project Manager and EOR for the design,permitting,limited construction services,cost estimating,scheduling, f permitting,geotechnical investigations,mechanical,structural,and electrical services for assignments issued under the MDWASD.PSIP contract.Oversaw the improvements/upgrades for 29 pump stations ranging from 3oo gpm to 1600 ' gpm and 6 force main improvement assignments. The 19 pump stations consisted of:26 duplex,3 triplex;28 wet well and 1 drywell. The Pump Station Improvement Program included design and construction of 18,70o LF of 8,10,12,26, &24-inch PVC&DIP force mains and 728 LF of 8,10;12,&24-inch PVC gravity sewer. Cost: to date: $25M;Of the 25 projects,29 of them were completed between 2027 and 2021,the others are ongoing. (1)TITLE AND LOCATION(Cityand,State) - 2 YEAR COMPLETED ' ' MDWASD Aventura FM i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) i Miami,FL . 2020 See Below (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager and EOR responsible for process mechanical design services proposal,scope and fee negotiations, g. $340,00o design fee contract execution,contract management,and design management.The project consists of new and replacement force mains of approximately 9,000 linear feet of 8-,10-;12-,14-and 16-inch.mains required to service ' ' MDWASD pump stations as well as other privately owned sewage pump stations to re-direct flows to a 36-inch force main.Major project components include the design of a new force main of which 6,015 linear feet PVC Cgoo will be ' installed via open cut and 2,985 linear feet HDPE will be installed via slip lining method to make minimal disruption to l aboveground facilities and vehicle traffic. Cost: $3.7M;Currently at 6o%completion I. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED MDWASD Consumer Line Relocation Program,Ph 2 • ) PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' Miami-Dade County,FL ` Design 2020 2024 1 CM Inspection 2024 1 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE . IN Check if project performed with current firm Project Manager and Construction Manager responsible for the design,program and construction management services for Phase 2A The program consists of the conversion of over 3,30o water services from the rear to the front of the h• properties to abandon old,leaky,small diameter,rear water mains. Conversion involves installation of services from existing front water mains and relocating the water lines within the properties to a new water meter box in the front.At the County's request,7 bid packages were prepared to facilitate award to small local contractors. All 7 bid packages were prepared on a fast-track basis within 9 months,with total construction values of s17M.Services included program management,property inventory,creation of an asset management system and dashboard,design,permitting, contract documents,owner notifications and securing agreements to work on private property,public official coordination,bidding support,and construction management and inspection. Cost: $17M --_ (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • 6o-Inch Force Main Installation under Norris Cut Channel,Miami- 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) • Dade Water&'Sewer Department,FL - 2017 ) 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Controls Expert on this design/build project for the replacement of a 54-inch force main located underneath the • I. Norris Cut Channel with a new 6o-inch force main within a g6-inch tunneled carrier pipe,in preparation of the Federal • Navigational Dredging Project. Responsibilities included reviewing the contractor's baseline schedule review and monthly update review,providing cost estimating review for Design/Builder schedule of values,requests for proposals, and contract amendments,and negotiating,on behalf of the Owner,with the design/builder for change orders and other contractor claims. Cost: $75M (1)TITLE AND LOCATION(City and State) 2 YEAR R COMPLETED I Resurfacing NW 2gth St NW 1o9th Ave A PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) City of Doral,FL I 2017 1 — 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ' 1 Project Manager and Engineer of Record responsible in providing professional engineering services to the City of Doral for the design of a roadway resurfacing project along approximately 2,000LF including new signing and striping which will maximize the use of pavement area by incorporating on street parking while maintaining existing turning movements at the intersections.Cost:$45,000 Bid 2022-122-ND -89- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Alessandra Monetti,PE CO-LEAD for Engineering Design/Permitting/ a.TOTAL b.WITH CURRENT FIRM Bidding Services 9 4 15. FIRM NAME AND LOCATION(City and State) /� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Systems Engineering,The George Washington University, Professional Engineer FL#93216 2014;BS,Civil Engineering,Florida International University,2012 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS j (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ', I Replacement of Water Transmission and Distribution Mains along 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) I 41st Street,&Fire Flow Project 9,Miami Beach,FL 1 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a' Project Manager&Lead Project Engineer for design,cost estimating,scheduling,permitting,and limited construction support services for the design of the water transmission main and upgrade of the water distribution mains,and fire flow project W-9.Design includes upsizing 9,205 LF of water mains to 6",8",10",22",i6",20",24"and 36"diameter DIP, replacement of all water main branches,84 water services,fire suppression connections,and 21 fire hydrants.Cost:$5M (1)TITLE AND LOCATION{City and State) (2)YEAR COMPLETED 1 Sarasota County Transmission Main and,Improvements to Pump j PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ; I Station#3,Sarasota County,FL 2022 ) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the Design,Preliminary Design report,Maintenance of Traffic,public outreach plan,HDD method b. and cut-in trench,calculations,and specifications for the extension of a 2-mile 3o-and 36-inch potable water transmission main and improvements to Pump Station#3.The Booster PS improvements include installation of(3)new 30o HP 15 MGD pumps,installing yard piping with motorized valves to allow filling of existing ground storage tanks or booster pump mode,new influent&discharge meter assemblies,upgrades to the chemical feed and storage system, 'ground storage tank mixing system,additional emergency power,fuel and backup systems,electrical improvements, instrumentation system upgrades,and interconnection with the SCADA network. Construction Est$14.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Miami-Dade Water&Sewer Department Pump Stations i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) i Improvement Program,Miami,FL I Ongoing ( Ongoing • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer&Assistant PM for the design,permitting,and limited construction services of nine(g)pump stations(8 c• Submersible Wet Well configurations ranging from 12ogpm to 2,000 gpm and 1 Dry Well/Wet well configuration of 600 gpm).The rehabilitation involved pump,piping and valve replacements;wet well and valve vault structural repairs; electrical and l&C system upgrades;force main modifications and extensions,gravity sewer system extensions and replacements;and beautification,access and site improvements. Many of the projects also included climate resiliency improvements that address climate change and sea level rise by elevating slabs and electrical systems. Cost: sioM ,, _I (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED City of Miami Beach,Fire Flow Project 3 and Collins Ave Water f PROFESSIONAL SERVICES E CONSTRUCTION(if applicable) , Mains,Miami Beach,FL i 2020 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d• Lead QA/QC and Assistant PM for design,cost estimating,scheduling,permitting,and limited construction support services for fire flow project W-14 as well as water mains along Collins Ave. Design includes upsizing 5,855 LF of ex. water mains to 8",and 24"diameter DIP,replacement of all water main branches,122 water services,fire suppression connections,and 12 fire hydrants that were connected to the old water main and within the right of way. Cost: $2.2M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Miami-Dade Water and Sewer Department, Cutler Bay FM Project ! PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami FL 1 2019 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Design Engineer and Assistant Project Manager responsible for a new and•replacement of force main via open-cut consisting of 5,305 LF of new 8-in DIP,including tapping an existing 6-in asbestos cement pipe,connecting with bypass to two MDWASD pump stations(PS)2058 and PS 1063.Responsible for pipeline design,project schedule,coordination and management of the sub-contracts,utilities identification,permitting,opinion of probable construction cost, specifications,and limited post design services.Cost:$3.9M Bid 2022-122-ND -90- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Alessandra Monetti,PE—Page 2 �� Role:Co-Lead for Engineering Design/Permitting/Bidding Services ARDURRA 19. RELEVANT PROJECTS 1 1 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department,Consumer Line i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Relocation Program(CLR) I Design 2020 1 2024 1 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 2I Check if project performed with current firm Assistant Construction Manager for 7 construction projects totaling$21M within Miami Dade County.Project Engineer for property inventory,creation and maintenance of an asset management system and dashboard,design,permitting, f. contract documents,public outreach to over 3,00o homeowners to notify and obtain agreements to work on private • property for,public official coordination,bidding support services,and construction management and inspections. The program consists of the conversion of over 3,3oo water services from the rear to the front of the properties to abandon old,leaky,small diameter,rear water mains. Conversion involves installation of services from existing front water mains and relocating the water lines within the properties to a new water meter box in the front. Long water services were specified to be trenchless utilizing torpedo technology. Cost: $21M v (1)TITLE AND LOCATION(City and State 2 YEAR COMPLETED Subaqueous Water Mains under Collins Canal at 22nd&23rd Street 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami Beach,FL 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager/Project Engineer for design,cost estimating,scheduling,permitting,and limited construction support g: services for subaqueous water mains which included replacing two(2)out of service subaqueous(trenchless)water mains with new upsized water mains. The crossing at 22nd St will consist of a 2o"HDPE DR11(ID>16"),installed by . horizontal directional drill method,and has an approximate plan length of 695LF due to depth to clear sea walls. The crossing at 23rd St will consist of a 26"HDPE DR11(ID>14"),installed by horizontal directional drill method,and has an approximate plan length of 595LF due to depth to clear sea walls. Construction Est$1.7M. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED St.Johns County,3.6th Street 8-inch Force Main Replacement ; PROFESSIONAL SERVICES . CONSTRUCTION(if applicable) Project,St.Augustine,FL i 2021 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm h. Design Engineer for the replacement of an 8-inch force main consisting of 2,200 LF of new 8-inch mains to service 4 lift stations.Major project components include installation via Horizontal Directional Drill(HDD)method to make minimal disruption.Responsibilities included design calculations,design plans,scheduling,contract documents,cost estimates, - traffic control plan,bypass and connection details for uninterrupted pump station shut-downs and permitting.Cost: $600K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department,Aventura FM Project i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami FL i 2020 ( 2022 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer/Assistant Project Manager for design,calculations,cost estimating,scheduling,permitting, specifications,public outreach,and limited construction services for the replacement of approx.9,00o LF of 8-,10-,12-, I. 14-and 16-inch PVC,DIP and HDPE force mains via sliplining and open-cut to service MDWASD pump stations 499,471, 470,472,474,and 1315,as well as four other privately owned sewage pump stations in the area to re-direct flows to a ' major transmission 36-inch force main.A portion of project was designed in a petroleum contaminated area with unsuitable soils.Project included design of bypass connections for all io PS connections to avoid pump station shut- - downs,and accounts for future system expansion/improvements,utility relocations,roadway improvements,roadway resurfacing and applicable MDWASD water criteria standards.Construction Cost: $3.7M (1)TITLE AND LOCATION(City and State) - 2 YEAR COMPLETED Basin H—5 Drainage Improvements Design j PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) City of•Doral,FL i 2018 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm j. Design Engineer for drainage improvements including 400o LF of French drains within the priority areas identified in the ' city's stormwater master plan.Ms.Monetti was responsible for design and calculations,scheduling,contract documents,cost estimates,and permitting.Cost:siM Bid 2022-122-ND -91- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Leonardo Sampedro Engineering Design/Permitting 5 2.5 /Bidding Services � 15. FIRM NAME AND LOCATION(City and State) / ,/ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering,2018;Florida International University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED City of Miami Beach,41st Street 36-in and i6-in WM and Fire Flow { PROFESSIONAL SERVICES t CONSTRUCTION(if applicable) , i Project,Miami Beach,FL __ it . 2021 2024• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE' . ®Check if project performed with current firm a. Project Engineer for the design of the replacement of 9,2o5 LF of existing transmission and distribution water mains to 6",8",10" 12",16" 2o" 24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe,water services and fire hydrants.Responsibilities include coordination and management of the Geotechnical Engineering and Surveying sub- contracts,utilities identification,pipeline design,opinion of probable construction cost,specifications,and limited post design services.Cost:$5.oM (1)TITLE AND LOCATION(City and State) . .. (2)YEAR COMPLETED City of Miami Beach,Collins Canal Subaqueous Water Main i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) I • Miami FL 2021. i , . 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b• Project Engineer for the design of the replacement of 1,290 LF of existing water mains to 20"and i6"HDPE DR11 by trenchless,horizontal directional drill method.Responsibilities include coordination and management of the Geotechnical Engineering and Surveying sub-contracts,utilities identification,pipeline design,opinion of probable construction cost,specifications,and limited post design services.Cost:s1.7M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Miami Beach,Fire Flow Project I,II,&Ill ; PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Miami FL • i 2020 1 2023 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm c. Project Engineer for the design of the replacement and extensions of 18,125 LF of existing water mains to 8",12",16", and.24"diameter zinc-coated and poly-wrapped ductile iron pipe,water services and fire hydrants.Responsibilities include:18,125 LF of existing water mains coordination and management of the Geotechnical Engineering and Surveying ' sub-contracts,utilities identification,pipeline design,permitting,opinion of probable construction cost,specifications, and limited post design services.Cost:$2.1M,$2.oM and$2.2M — (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED { Miami-Dade Water and Sewer Department,Consumer Line . PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Relocation Program,Miami,FL 2013 1 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J AND SPECIFIC ROLE el Check if project performed with current firm Project Engineer responsible for inspection and reviewing shop drawings,inspect contractor's work which complies with d• specifications and standard details,complete daily field reports,coordinated project progress with Client,Contractor, and Engineer.Review all payment applications for several contracts within the project,review change orders, coordinated with all the right of way inspectors to do walkthroughs.Program and construction management services for this program consisting of the conversion of over 3,00o water services from the rear to the front of the properties to abandon old,leaking,small diameter,rear water mains.Conversion involves installation of services from existing front water mains and relocating the water lines within the,properties to a new water meter box in the front.Cost:$17M (1)-TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station Improvement Program(PSIP),Miami-Dade Water& I 'PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' • Sewer Department,Miami FL I Ongoing I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm , Project Engineer for the design,and construction services of 7 submersible pump station rehabilitation projects e•• involving pump,piping,and valve replacements,ranging from.12o GMP to 2,40o GPM;wet well and valve vault ' structural repairs,electrical and l&C system upgrades,force main modifications,sanitary collection extensions and replacements,beautification,as well as access and site improvements.Many of the projects also include climate resiliency improvements that address climate change and sea level rise by elevating slabs and electrical systems.Cost: sg.oM Bid 2022-122-ND -92- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn.lete one Section E for each ke .erson. 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Maria Alva Engineering Design/Permitting 2 2 /Bidding Services 15. FIRM NAME AND LOCATION(City and State) // Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS Civil Engineering,Florida International University,2020 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations;Training,Awards,etc.) American Society of Civil Engineers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sarasota County Transmission Main and Improvements to Pump ( PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) I Station#3,Sarasota County,FL i 2022 j (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Engineer for the design,preliminary design report,maintenance of traffic,public outreach plan,horizontal a' directional drill method and cut-in trench,calculations,and specifications for the extension of a 2-mile 3o-and 36-inch • potable water transmission main and improvements to Pump Station#3.The Booster PS improvements include installation of(3)new 30o HP 15 MGD pumps,yard piping,new influent&discharge meter assemblies,upgrades to the chemical feed and storage system,ground storage tank mixing system,additional emergency power,and interconnection with the SCADA network. Construction Est$14.6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Coastal Structure Resiliency Feasibility Study I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami Dade County,FL !, . 2020 1 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Engineer for a preliminary assessment of five coastal control structures located in Miami-Dade County(S21,522, b. S27,S28,and S179)to evaluate their operational and flood control vulnerability to storm surge and sea level rise. Originally designed to control saltwater intrusion,the structures did not account for sea level rise and storm surges. The study identified specific hardening measures,design criteria,and operational changes capable of minimizing damages during storm surges with the objective of either maintaining full operational capability during storm surges and/or resuming operations shortly after a storm.Construction Est$356,000 • (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Replacement&Upsizing of Water Transmission and Distribution i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Mains along 415t Street,and Fire Flow Project 9,Miami Beach,FL .I _ 2021 2024 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J AND SPECIFIC ROLE El Check if project performed with current firm C. Project Engineer responsible for utility coordination,limited design&drafting,cost estimating,permitting,and limited construction support services for the design of the water transmission main and upgrade of the water distribution mains along 4ist Street,and fire flow project W-9.The work includes upsizing 9,205 LF of existing water mains to 6",8",10", 12",16",20",24"and 36"diameter zinc-coated and poly-wrapped ductile iron pipe. Cost$5.oM ____ • + (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fire Flow Projects Packages 1,2,8t'3 I PROFESSIONAL SERVICES ' I CONSTRUCTION(if applicable) Miam Beach,FL f 2020 I_ . 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d. Project Engineer of responsible for utility coordination,AutoCAD drafting,permitting,and limited construction support . services for the design of Fire Flow Projects 1,2&3. The work includes upsizing 18,125 LF of existing water mains to 8", 12",16",24"diameter zinc-coated and poly-wrapped ductile iron pipe. This project also included replacement of all . water main branches,226 water services,fire suppression connections,and 29 fire hydrants that were connected to the old water main and within the right of way. Cost:$2.1M,$2.oM and$2.2M (1)TITLE AND LOCATION(City and State) 2 YEAR.COMPLETED City of Miami Beach,Water Master Plan Project W-31—Fire Hydrant 1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) ` Density Evaluation,Miami Beach 2021 I TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Project Engineer.The work includes a geospatial analysis with ArcGIS of over 1,310 existing fire hydrants to detect gaps per NFPA 2018 Florida State Fire Codes and the Miami Dade County Public Works Manual Section D-8. Ms.Alva worked on the GIS evaluation and assisted in reports study.The evaluation determined over Soo hydrants and 120,000 LF of upgraded water mains were required to meet the fire codes.Cost: $28.5M est Bid 2022-122-ND -93- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Alex Abud CAD/Designer a.TOTAL b.WITH CURRENT FIRM 15. FIRM NAME AND LOCATION(City and State) A./ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor's Degree in Civil Engineering zool-2006 Universidad Catholica Technological.del Cibao,Dom.Rep. Associate of Science Degree in Computer Drafting and Design zoo? -2010 ITT Technical Institute,Fort Lauderdale,FL 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) He is proficient in a variety of software including Revit,Inventor,AutoCAD,Civil 3D,Plant 3D,ArcGIS,Procore,Adobe 19. RELEVANT PROJECTS ' I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach lust Street 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) 1 • Miami Beach,FL I 2021 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm a• Cad services for 415t Street 36in and 16in transmission and distribution water main. Cad drawing provided with coresponding plans and profiles. The work includes upsizing 9,2o5 LF of existing water mains to 6",8",10",12",i6",20", ` 24"and 36"DIP. This project also included replacement of all water main branches,water services,fire suppression connections,and fire hydrants that were connected to the old water main and within ROW. Cost: $5.oM (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Station 48"Force Main—Broward County 'PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Cooper City,FL , 2020 • i b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Cad Designer for Rehabilitation Lift Station 48 and replacing approximatly 1400 linear feet of sewer force main Cad drawing submited with coresponding plans and profiles for the project. Cost: 3ooK 1 (1) TITLE AND LOCATION(City and State) 2 YEAR COMPLETED 'Lift Station No.6i Rehabilitation—City of Pompano Beach i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) 4 Pompano Beach,FL I 2021 ' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm c• Cad Designer for this project consisted of providing new submerged pump for 20"ductile iron force main.Influent line was a 36"PVC sewer line partially removed and reinstalled. Prepared draft design drawings which consist of existing condition plans and water and sewer plans. Cost:195K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Regional Wastewater'Treatment Plant,Fast Track and PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Solids,Project Broward County,FL . 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Provided CADD design for the following elements of this project that includes the following: : d' headworks screen replacement;bypass existing grit chambers and replace with new grit removal systems; boiler replacements including piping;blower replacement for aeration basin fine bubble;fuel storage tank replacement; underground pipe replacement throughout the plant,pipes ranging from 6o"to 36";upgrade dewatering facilities and ' digester gas mixing systems. Cost: $1i9M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Fort Lauderdale, Stormwater Improvements, Southeast i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Isles Neighborhood,Ft.Lauderdale,FL 2016 i `____. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. Created Surface,Profiles,and sections from LIDAR data.Design layouts of proposed storm drains,catch basin exfiltration trench.Developed drawing for the replacement of sea walls. Cost: $7M Bid 2022-122-ND -94- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke .erson. 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Mark Gladbach CAD Designer 3o 22 15. FIRM NAME AND LOCATION(City and State) /� Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AS Platte College,1988 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ardurra's Lead CAD Designer for design of zo"to 48"diameter water transmission mains,i MG to 3o MGD booster pump stations and water treatment plants utilizing chemical treatment and membrane filtration. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 48-&36-Inch Water Main interconnect for the Miami Central East i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ; Area—Miami-Dade Water and Sewer Department Route Analysis ; 2016 &Design Criteria Engineering,Miami-Dade County,FL 8 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm Lead Designer and CAD Technician for the design of 3,000 LF of 36-inch water transmission main in downtown Miami in the heavily congested area along NE 5th Street,between NW 1st Avenue and Biscayne Blvd.As well as a 48-inch water main along NW 1st Place,NW 12th Street,NW is'Avenue,between NW 17th Street and NE 8th Street.This project involved utility coordination for horizontal design. Cost:$8.5M ^1 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Installation of 48 Inch DIP Water Main in the Vicinity of"All !PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) i Aboard Florida"Passenger Station—Miami-Dade Water and Sewer , 2016 ? 2018 i Department,Miami-Dade County,FL i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' b• Lead Designer and CAD Technician for the design of 1,000 LF of 48-inch water transmission main in downtown Miami in a heavily congested area along NW 1st Avenue between NW 5th Street and NW 8th Street.The project was"Fast- Tracked"due to the Train Station already in construction. Responsibilities involved utility coordination,permitting,sub- consultant coordination,and evaluations with micro tunnel contractors.Cost: $4.4M (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED l Installation of 8 inch Ductile Iron Water Main in SW 2.52nd Ave.and PROFESSIONAL SERVICES CONSTRUCTION(if applicable) SW 3.57th Ave.Between SW 288th Street&SW 297th Street 2018 (Phase 3.),Miami-Dade Water and Sewer Department,Miami-Dade - c. County,FL 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Lead Designer for the design and review of approximately 13,000 LF 8-inch water main replacement&225 residential meter replacements within the city streets of Leisure,Florida.Project involved survey and existing utility coordination along each street,designing around many drainage and misc.utility appurtenances. Cost: $2.2M ' (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department—Basis of Design ! PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Report for the Relocation of Pump Station 62,Miami-Dade I 2015 County,FL I . - i d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®.Check if project performed with current firm Lead Designer responsible for the CAD production and site design layout exhibits for the new pump station site approximately zso ft north of the existing site and the redesign of the existing gravity sewer system to flow toward the new pump station.The new gravity system and discharge force main are designed to connect to the existing systems. ^ (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station#3 and Transmission Main Improvements, Sarasota i PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) County,FL I 2022 ` (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Production Manager responsible for the design,CADD production and QA/QC of the Preliminary Design Report and Construction drawings.The project includes the evaluation of multiple pipeline routes and improvements to the existing Water Booster Pump Station.The design involves coordination with existing public utilities,road right-of-way permitting for approximately io,600 linear feet of 3o-inch Transmission Water Main along existing collector and residential road corridors.Cost: $14.M • Bid 2022-122-ND -95- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS.EXPERIENCE Jose Rodriguez,PE,PMP Construction Services LEAD a.TOTAL b.WITHCU<iENTFIRM Engineering Design/Permitting/Bidding 37 Services/Structural Engineering 15. FIRM NAME AND LOCATION(City and Stale) /\\/ Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) ME—Civil Engineering(magna cum laude),Tulane University, Professional Engineer FL#62522 1984;BS—Civil Engineering(magna cum laude)Tulane Professional Engineer: Texas,and Puerto Rico University,1982 Project Management Professional(PMP) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Puerto Rico College of Engineers and Land Surveyors,Project Management Institute 19. RELEVANT PROJECTS • ' (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Extension of the South Miami-Date Water Transmission System. I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) (20",24',3o"),Miami,FL ; 2016 I zo17 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. The project scope included developing contracts,bid documents and permit applications for 23,600 If of zo",24"and 3o"water transmission mains in area referenced as Homestead East. Role of Quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the _project,and also the development of a design quality strategy to achieve project objectives. Fee: siM (1)TITLE AND LOCATION(City and State). (2)YEAR COMPLETED Extension of the South Miami-Dade Water Transmission System 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) i (24"&36"),Miami,FL. ( 2016 , 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm b. The project scope included developing contracts,bid documents and permit applications for 31,1o0 If of 24"and 36" water transmission mains for Alexander Orr Jr.WTP distribution system.Role of quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the project,and also the development of a design quality strategy to achieve project objectives Fee: $1.2M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Escondida Water Supply Expansion(EWSE)Project I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Antofagasta,Chile z018 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm . Senior Advisor for construction support services associated with capacity upgrades to an existing zo MGD desalination c• facility located in Coloso,a community in the northern Atacama desert. The construction D/B project included an expanded high-pressure pump system to carry the desalinated water 10o miles inland and up to a copper mining site located in the Andes mountains at g,000 ft.elevation.Mr.Rodriguez served as Senior Advisor to the project team in matters pertaining to contract management,reporting and controls,pricing,and scheduling.Cost: $600M ^� (1)TITLE AND LOCATION(City and State) . (2)YEAR COMPLETED I Improvements to Palmarejo ll Pump Station I PROFESSIONAL.SERVICES ! CONSTRUCTION(if applicable) Lajas,Puerto Rico i zo14 . 2017' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d. The project included the construction of the Palmarejo II pump station,14"diameter force main to the Lajas WWTP,and installation of sanitary sewer lines ranging in diameter from 1o"to z1",plus associated manholes.As Operations Manager and Quality Manager,performed field visits to assess construction progress and provided recommendations and quality audits of the field team assigned to the site,. In addition,Mr.Rodriguez supported the construction manager and construction teams in reporting,project tracking,and resolution of critical issues. Cost: $zoM '_ (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Sanitary Sewer System for Arcadio Maldonado&Coco ! PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Communities-Phase,2,Salinas,Puerto Rico 2012 j , 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e The project involved the installation of several miles of gravity PVC trunk sewers,ranging in diameters from 8"to 18", with associated manholes and service connections for approximately z,zoo families. As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress and provide recommendations and quality audits of the field team assigned to the site. In addition,Mr.Rodriguez supported the construction manager and construction teams in reporting,project tracking,and resolution of critical issues.Cost: $10M Bid 2022-122-ND -96- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • Jose Rodriguez,PE—Page 2 /� Role:Construction Management/Inspection—LEAD; Engineering Design/Permitting/Bidding Services ARDURRA 19. RELEVANT PROJECTS j (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Trunk Sewer San Lorenzo-Caguas I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) I San Lorenzo,Puerto Rico I 2012 I 2o2.5 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm This$15.oM project consisted of the installation of sanitary trunk sewers ranging from 8"to 36"in diameter(various materials),the installation of 12"and 3o"diameter force mains,and the construction of two pump stations(2.5 MGD f• and 13.4 MGD).The purpose was to connect the San Lorenzo sewer system to the Caguas WWTP located at a distance of approximately 20 miles.As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress and provide recommendations and quality audits of the field team assigned to the site. In addition,Mr.Rodriguez supported the construction manager and construction teams in reporting,project tracking,and • resolution of critical issues.Cost: $15M . T i (1)TITLE AND LOCATION(City and State) V 2 YEAR COMPLETED Villalba Regional Aqueduct—Water Transmission Line from Juana I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) f Diaz to Coamo and 2.5MG Storage Tank I 2012 ' 1 2014 ' ! Juana Diaz,Puerto Rico (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm g• The project that consisted in the,installation of approximately 5 miles of 24"diameter RCP water transmission pipe from • a 2.5MG storage tank to a 16"distribution line to the Coamo community.As Operations Manager and Quality Manager, ' Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the site.Cost: $3M (1)TITLE AND LOCATION.(City and State 2 YEAR COMPLETED Las Marias Potable Water System-Phase I IA PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) Las Marias,Puerto Rico f 2o0g _ , 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm h. The project included the installation of approximately 11 miles of ductile iron water distribution pipe,with diameters ranging from 6"to 16". System to be connected to the new Las Marias WTP facility.As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the site.Cost: $9M — _ 1 (1)TITLE AND LOCATION(City and State) - (2)YEAR COMPLETED Completion of Sanitary Sewer System for La Mayor Community . j PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) , Isabela Puerto Rico i 2010 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm ' I. The project included the installation of approximately 6 miles of PVC and ductile iron sewer pipe,and 1 mile of 1o" diameter force main.As Operations Manager and Quality Manager,Mr.Rodriguez performed field visits to assess construction progress,support reporting and project tracking,perform quality audits of the field team assigned to the site.Cost:$4M y (1)TITLE AND LOCATION(City and State) 2'YEAR COMPLETED OceantOutfall Legislation(OOL)Projects-North District ' PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' I Wastewater Treatment Plant 1 . 2020 1 2021. 1 Miami,Florida I • I _(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm The project included design development,permitting and bid documents that included a new electrical building No.2 to serve the new high-level disinfection(HLD)facilities associated with the OOL projects,including the following . J. improvements:FPL Primary Feeders and associated switch/metering;Electrical Distribution Building No.2(EDB 2);duct banks and primary feeders from FPL switch/metering to EDB 2;duct banks and feeders from EDB 2 to each substation; fuel delivery and storage facility;diesel exhaust fluid facility;truck filling facility;waste oil system;plantwide coordination for control system network;generator procurement support;stormwater system.Role of Quality Manager that included initial quality planning with detailed review of scope,schedule,budget,quality and technical resource requirements for the project,and also the development of a design quality strategy to achieve project objectives Fee: $3M Bid 2022-122-ND -97- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn ilete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Hydraulic Modeling/Infoworks/InfoWater a.TOTAL b.WITH CURRENT FIRM Ben Lawrence,PE Y 5 5 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Huntsville, AL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Civil and Environmental Engineering, Professional Engineer AL#39985 University of Alabama at Birmingham,2015 Bachelor of Science,Biology,University of Alabama at Huntsville,2013 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,eta) American Society of Civil Engineers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Citrus County 2016 Water Model Update. I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) , . I Citrus County,FL • I 2016 f NA a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ' ®Check if project performed with current firm Project Engineer for the hydraulic evaluation of the water distribution system for the Citrus County Utilities Department. • Project included development of a hydraulic model using InfoWater and evaluation of the water system to identify improvements for piping,pumping,and an interconnect with adjacent distribution systems. Fee:Ask Ted Hortenstine • I (1)TITLE AND.LOCATION(City and State) (2)YEAR COMPLETED Info Water Model for Stewart AL t PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Stewart,AL i 2021 2022 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer for the preparation of a hydraulic model of the current system using InfoWater.Model was utilized to evaluate proposed well and booster pump station.Modelling was portion of water system expansion.Fee: $200,000 (1)TITLE AND LOCATION(City and State) _ 2 YEAR COMPLETED Trinity Hydraulic Model Update • i PROFESSIONAL SERVICES ( CONSTRUCTION(if applicable) , Trinity,AL 2021 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IN Check if project performed with current firm C. Project Engineer for the preparation of a hydraulic model of the current system using InfoWater.In addition to utilizing the model to provide flow monitoring assistance,the model also provides Trinity Water with an updated map of their system.Collectively,this map shows all known,in service piping,pump stations,reservoirs,water tanks,valves,and fire hydrants. Fee:$20,000.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Forsyth County Wastewater Master Plan,Forsyth County PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Department of Water&Sewer,GA i 2016 E NA . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Engineer for the development of the Wastewater Master Plan. The project included future demand projections, evaluation of existing facilities,hydraulic modeling of flow scenarios—was this done in InfoSWMM development of flow management strategies,development of needed improvements,and development of the capital improvements ` jfinancial plan. Fee:$200,000.00 _ r (1)TITLE AND LOCATION(City and State) 2 YEAR.COMPLETED • I Marion Oaks Sewer Master Plan Modeling Support I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) , Marion County,FL ; 2016 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Engineer!Modeler. The Marion Oaks sewer system consisted of approximately 25 miles of gravity lines,527 manholes,24 miles of force main,and 34 lift stations.Services included the evaluation of proposed improvements to C. accommodate the complete buildout of the system and the improvements needed at the 5,10,and 20-year planning milestones. The future scenarios and buildout model provide critical information for lift station placement and sizing, pumping requirements,and line sizing to provide adequate wastewater collection and transmission service in the expanding regions.The model assisted in determining when upgrades in the existing systems would be needed and when new systems must be added. Fee: $59,800 Bid 2022-122-ND -98- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL 14.YEARS EXPERIENCE b.WITH CURRENT FIRM Keith Overstreet,PE Planning/CIP Adaptation/ 34 15 Hydraulic Modeling/InfoWater /� 15. FIRM NAME AND LOCATION(City and State) /� Ardurra Group, Inc. Anderson,SC ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Q 0 0 Master of Engineering,Civil Engineering;Univ of Professional Engineer License Florida#47339 _ SC(1998);BS Civil Engineering,USF(1983) Professional Engineer License South Carolina#12599 Certifications: NASSCO ACP/MACP and LACP 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Training: EPA CUPPS;Membership: AWWA Risk/Resiliency 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ' I Laurens County Water And Sewer Commission - 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) 1 2008 • i Water System Hydraulic Model j (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm Capital Planning needs have dictated the Commission have a reliable tool by which to predict system impacts from future a' development and analyze line extensions on a case by case basis. Safe Drinking Water Act Stage 2 Disinfection By- Product Rule compliance has also driven the need for a reliable computerized hydraulic model of the water system network that can analyze pressure,flow,7 water age and other water quality parameters in an extended period mode. A geospatially accurate hydraulic model of the pipe network was constructed and calibrated to Stage 2 requirements. The model was originally constructed using Infowater. Fee: $30,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Liberty Chesnee Water District. 1 PROFESSIONAL SERVICES. + CONSTRUCTION(if applicable) IDSE Study Plan and Report I �_2007 ! _ b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm The Water District engaged us to develop a hydraulic model of their water distribution system. We completely updated the hydraulic model by using the Innovyze InfoWater software based on the ArcGIS platform and using the District's • • existing GIS system. The model was updated and verified for conditions current at the time and included:extended _ _period simulation,pump control rules,verify tank operation levels,update and verify elevations,and curves.Fee: 1oK (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Water System Countywide Master Plan { PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Abbeville County,SC 2008' 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm . C. Project Manager for the evaluation of the feasibility,phasing,and costs of implementing a county wide water system • for Abbeville County.This study includes existing water service providers,un-served areas of the county,projected population and potential water system needs to serve the future residential,public,industrial,and commercial water needs of the county. A water system improvements plan addressing supply,distribution,and storage of water on a county-wide basis to meet both current and future needs formed the basis for cost projections.Fee: $45,000 (1)•TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED City of Anderson/City of Clemson Hydraulic Model Technical f PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) . Review,South'Carolina i 2oog • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm d. Performed technical and peer review of the ARJWS hydraulic modeling effort done by another firm and to utilize the model to develop other alternatives. A secondary transmission main and the replacement of a regional booster pump station were constructed after this planning effort was concluded.The model was updated and verified for conditions current at the time and included:extended period simulation,pump control rules,verify tank operation levels,verify acceptable pressures and flow allocations,and size new transmission mains and pumps.Fee: $30,000 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • ! PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) , City of Clemson IDSE Study Plan and Report I Clemson, SC 2007 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a Check if project performed with current firm • e. In order to maintain compliance with the Phase 2 Disinfection/Disinfection By-Products Rule from the Safe Drinking Water Act,water systems were required to establish locations to collect and analyze samples for Total Trihalomethanes and Haloacetic acids.Using the computerized model,we updated the model in InfoWater and obtained trending data through the City's SCADA system to calibrate the model and perform a water age analysis.Fee: $12,000 Bid 2022-122-ND -99- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Keith Overstreet,PE—Page 2 A./ Role:Hydraulic Modeling ARDURRA 19. RELEVANT PROJECTS }, I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Continuing Sewer Assessment Program(CSAP) PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Greer CPW,•Greer,SC - I 2020 I I i 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Senior Project Manager responsible for developing Greer CPW's CSAP that established the various techniques and f, standard operating procedures to be followed for conducting annual sewer system asset inspections and assessments. The program established priorities for which areas of the system to assess first and established a risk base management approach for reviewing field data,conducting defect analysis and establishing which assets should be rehabilitated,replaced or repaired first.Fees: s6o,000 • .____ (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED ( Continuing Sewer Assessment Program Implementation i PROFESSIONAL SERVICESI CONSTRUCTION(i/applicable) Anderson,SC t 2°19 i , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE • D Check if project performed with current firm Program Manager responsible for implementing a multi-year program to assess 3.0 percent of Anderson's collection • system annually. The program included developing specifications for CCTV and manhole inspections,recommend g. assessment contractor selection,review and compile inspection data from the contractor,develop a risk assessment method and perform risk analysis accounting for both likelihood and consequence of failure to determine repair/replace/rehabilitation priorities and provide summary reports and data to the City for actionable work orders. Certified PACP, MACP and LACP through NASSCO to review and•code defects in assets. Fees: s6o,000 • (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station Inspections for Greer Commission of Public Works i PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' Greer,SC t - 2018 t (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Inspected and conducted tests at four of Greer CPWs major pump stations to determine overall facility condition. h' Conducted an inventory of the stations,performed draw down tests and prepared reports outlining needed maintenance, upgrades,repairs or other work. Developed a risk analysis matrix outlining overall risk factors. Fees: $40,000 • n—( (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station Replacements 1 PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Anderson,SC • i 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for the replacement of two aging pump stations and consolidated a third pump station. The two . i. pump stations are rated for 66o gpm and 1,20o gpm. Project included approximately 5 miles of 12-inch force main and 3,00o feet of gravity sewer up to 15-inch diameter. Cost: $4.5 million. • • I (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED CMOM Program { PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Anderson,SC i 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Program Manager responsible for developing and implementing the City's CMOM program in response to an administrative order from EPA. Programs included:Overflow Response Plan;Emergency Response Plan;GIS Mapping; • Fats,Oils and Grease Program;Pump Station/Force main Operations and Maintenance Program;Gravity Sewer Line Maintenance Program;Continuing Sewer Assessment Program;System Capacity Assurance Program Infrastructure Rehabilitation Program;and Training Program. Fees: $1,1°0,000 over 4 year period. Bid 2022-122-ND • -100- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke person. 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Ben Turnage,PE Trenchless/H DD 20 17 Design Build Criteria Professional 15. FIRM NAME AND LOCATION(City and State) A/ Ardurra Group, Inc. Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Biological Engineering,2001;Univ of Georgia,Athens,GA; Professional Engineer Florida No.64055 BS,Physics,moo;Furman University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Water Environment Association;Water Environment Federation(WEF);Utility Engineering and Surveying Institute 19. RELEVANT PROJECTS ' (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Redundant Force Main from PS 16 to South Cross Bayou WRF ' PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) 1 Pinellas County,FL ) 2018 I 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Engineer of Record for the alignment evaluation,design,permitting and construction management services for 9,00o LF of 36-inch force main and 85o LF of 20-inch force main of an overall 17,80o LF project along congested Park Boulevard (SR-694)and crossing Starkey Road and the Pinellas Trail. The force main is being installed via a combination of open cut,horizontal directional drill and jack&bore and will include line stopping and bypassing of existing force mains to make final connections while keeping the system in service.Cost: $14M (1)TITLE AND LOCATION(City and State) ' (2)YEAR COMPLETED Wet Weather Force Main and Monitoring System I PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) i Largo,FL ) 2013 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Served as the Technical Lead/Project Engineer on the two-firm engineering team,for the upgrade/replacement of two b. major wet pit-dry pit and four submersible wastewater pump stations,the construction of±7 miles of replacement 8- inch to 16-inch wastewater force mains and 5 miles of new 20-inch to 3o-inch force main. Six(6)horizontal directional drills of14-inch to 20-inch pipe,totaling approximately 12,00o If,including one 2,000-foot drill under the County's John Taylor Park Lake.Provided civil and mechanical design of four submersible lift station upgrades,including a 58o gpm duplex,a 1,1oo gpm duplex,a 1,40o gpm triplex,and a 1,ioo gpm triplex.Cost:$38 million (I)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • Ulmerton Road Utility Relocations(seven phases/FDOT projects) PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) Largo,FL — 1 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c• Project Manager&Engineer of Record for design,permitting and construction administration services for all 7 phases over 12 years involving 14,75o LF of 4"-8"sanitary force main,4,75o LF of 8"-12"reclaimed water main,and 14,00o LF of 8"-18"gravity sewer.The project corridor included difficult installations of deep gravity sewer immediately adjacent to • the major commercial artery,as well as directional drills,jack-and-bores,and microtunnel crossings. Cost: $4.9M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED River Oaks Diversion Design-Build Project ' PROFESSIONAL SERVICES I CONSTRUCTION(If applicable) I Hillsborough County,FL ! 2018 ! 2o2o (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d. Lead Engineer of Record for the design,permitting,and construction certification of a new 24-MGD wastewater pump station and 5,000 LF of new 36-inch force main cross a major drainage waterway;13,o0o LF of new 3o-inch force main installed in the median of an urban,4-lane roadway and including a jack and bore beneath a CSX railroad line and a directional drill beneath a wetland;13,o0o LF of new 20-inch reclaimed water main,a portion of which is along an urban, 4-lane landscaped roadway. Cost: $28M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED FDOT Gateway Express Utility Relocations Design Criteria . PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' Engineering,Largo and Pinellas Park,FL ! 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Project Manager for the development of Design Criteria Packages and serving as Owner's Representative during construction for relocation of the Cities of Largo and Pinellas Park's utilities along the Gateway Express project, interconnecting 1-275 with 118th Ave N and the Roosevelt Blvd Extension. The Design Criteria Package included the relocation of1,2oo LF of sanitary sewer;4,850 LF of 2"-12"force mains;12,35o LF of 2"-16"water mains;and 6,600 LF of 20"reclaimed water mains Fee:$185,000 Bid 2022-122-ND -101- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Ben Turnage, PE—Page 2 /\\/ Role: Trenchless Technology/HDD/Design Criteria Professional ARDURRA 19. RELEVANT PROJECTS { (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES Design Criteria Package for the North Palm River Water Expansion ' CONSTRUCTION(if applicable) 1 1 zo16 2018 ( ' ; Project,Hillsborough County,FL } 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm Project Manager for the development of RFQ and RFP packages,including a Design Criteria Package and Concept f• Plans,for Hillsborough County's design-build construction of 45,00o LF of 6"-8"potable water main into the Palm River area north of Causeway Blvd.Private wells in the area have exhibited poor quality and increased salt intrusion;the program will extend potable service and interconnect with both County and City of Tampa water mains. Services included development of the RFQ and RFP/DCP,bidding assistance services,and limited construction services.Cost: $8.5M a-. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Lake Avenue Pump Station and Sewer System PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) City,State 2017 i 2o1.8 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE • ®Check if project performed with current firm Project Manager for the planning,conceptual design,design,cost estimation,permitting and construction g• management services for the expansion of the Largo sanitary sewer collection system and abandonment of private . septic systems at Lake Avenue,Southwind Lane,and Cheryl Road.This.project was completed in conjunction with the Ulmerton Road widening project to save on design costs and allow for construction of up to 28'deep sewers in the roadway.Project included installation of approximately 200 LF of 4"FM,600 LF of 6"FM and 4,80o LF of 6"-io" Sanitary Sewer plus the construction of a new duplex submersible lift station and abandonment of existing Lift Station #33. Project included 10-inch_sanitary sewer in 24"steel casing @i5'deep under active CSX railroad. -+ (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pinellas County FDOT Utility Relocations SR 699(Gulf Blvd) ; PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Pinellas County,FL i 2029 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE la Check if project performed with current firm Engineer-of-Record for fast tracked conflict analysis,design,permitting and construction management services for utility relocations along beachfront Gulf Blvd between Park Blvd and Walsingham Dr.—a 3-mile stretch of roadway through h• locally referred to as"the Narrows"'to accommodate drainage improvements by FDOT. The design included the relocation of 950 LF of 4"reclaimed water main;6,700 LF of 6"to 12"potable water main(including approximately 100 individual service relocations);2,225 LF of 4"to 8"force main;and 2,250 LF of 8"sanitary sewer. Due to project schedules from FDOT and the County,the project design was expedited to be completed ahead of the roadwork but was ultimately combined with the FDOT work under a Utility Work by Highway Contractor Agreement(UWHCA). Cost:$7.6M —, (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED . I PROFESSIONAL SERVICES 1 I CONSTRUCTION(if applicable) Lift Station 54 Force Main Extension Pinellas.County,FL . l 2019 ) __zozo (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager and Engineer of Record for developing a model of an existing gravity sewer collection system to determine the cause of surcharging and overflows during rain events. Following the analysis,provided design and t• permitting services for the extension of an 8-inch force main±1,5oo LF and changing its discharge location from a 1 manhole directly into the wet well of Lift Station 54 on Indian Rocks Road to alleviate sanitary system surcharging. Cost: $300,000 m (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED North-Central Pasco Transmission Mains • ' PROFESSIONAL SERVICES I CONSTRUCTION(If applicable) ' Pasco County,FL . I zoo8 I 2011 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm , Project Manager for the planning,design and permitting of approximately 7.5 miles of36-inch ductile iron reclaimed water main along an existing power corridor,and 8.3 miles of 12-inch to 20-inch PVC/HDPE wastewater force main serving the north-central area of Pasco County.The installation included several large-diameter jack-and-bores and 1 directional drills of jointed ductile iron pipe-under five state and county roadways,three forested wetlands,and two railway easements.The directional drills represented the longest 36-inch-diameter ductile iron drills to date in any location,at up to 1,50o LF each,three being subaqueous under ponds and wetland areas. Cost: $2oM Bid 2022-122-ND -102- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B 7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each ke •erson. 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b WITH CURRENT FIRM Adam Faschan,PhD,PE Sea Level Rise/Climate Change 33 6 &Resiliency 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Metairrie, LA ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Ph.D.,Environmental Engineering,Louisiana State University; Professional Engineer Florida#83010 ) M.S.,Civil Engineering,Louisiana State University;B.S.Civil New York#094819,Texas#11777,Louisiana#0025371, Engineering,Bucknell University Mississippi#13943 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED . i Carlouel Sea Level Rise Study ; PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' Clearwater,FL ? Ongoing a• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Lead Engineer evaluating sea level rise scenarios and determining beach front and roadway reconstruction options to harden the peninsula against storms and sea level rise.Fee: $57,536 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Resiliency Action Plan i PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ' ! Oldsmar,FL i zo21 1 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IA Check if project performed with current firm b• Lead Engineer evaluating sea level rise impacts to City infrastructure and evaluating potential protective measures as part of development of a city-wide Action Plan.Fees: $41,938 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED WRF Administration Replacement Sea Level Rise Impacts/PER PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) , Oldsmar,FL 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. Lead Engineer evaluating sea level rise impacts,determining finished floor and other critical elevations,and developing building hardening options as part of the design for a new two-story water reclamation facility administration building. Fees:$58,276(includes PER) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gulf Coast Water Authority Harvey Recovery FEMA Support i PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Texas 2018 _ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Emergency damage assessment of GCWA facilities including large pump stations,transmission canals,reservoirs and d. water treatment plants.Project included development of plans to perform assessments in locations with limited access. • Summary of damages report;engineering advisory services;FEMA Project Worksheet development;development of • expedited Category B Project Worksheet;feedback on Category B repairs including Cottonwood Dam reconstruction; validation of force account equipment labor and materials;and hazard mitigation.Cost: s6oM -.--- (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED St.John's County FEMARecovery j PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ' • • St.Augustine,FL I Ongoing i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E1 Check if project performed with current firm e. Technical Specialist to assess roadway damages throughout the County including severely impacted roadways in Summer Haven.Coordinated with County staff to establish locations within the County that may be severely damaged within the hundreds of miles of potentially impacted roads.Utilized pre-storm condition assessment records from the County to establish storm damages in multiple beach side communities and develop multiple project worksheets for FEMA approval for roadway damages.Included 8 major locations and over$10 million in roadway damages. Bid 2022-122-ND -103- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Corn.lete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Enit Medina,PE Roadway Design 8 6 Signing/Marking ' 15 FIRM NAME.AND LOCATION(City and State) A./ Ardurra Group, Inc. Doral, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Civil Engineering,Florida International Professional Engineer FL#85924 University,Miami,Florida,2014 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1-95 Express Lanes Design-Build Phase 3C ' 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) I Miami,FL 1 2023 f 1 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Engineer for the work PHD is developing with BCC Engineering(under the Archer Western—de Moya Group JV)and is • responsible for roadway,drainage,and TCP plans for the 1-595 segment as well as TCP plans for 1-95 from south of the I- 595 interchange to the northern project limits. We are also doing structural design and bridge hydraulics reports for the ' bridge widenings of 1-95 over the C-io Canal,C-io Spur Canal,and Dania Cut-Off Canal.This phase is approximately 9 miles along 1-95 and includes approximately 2 miles of 1-595• (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 989/SW 112th Avenue/Allapattah Rd.at SW 211th Street PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) Miami,FL 1 2020 } b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE LEI Check if project performed with current firm Engineer providing engineering design services to improve safety at the intersection of SR 989/SW 112th Ave./Allapattah Road at SW 211th Street in Miami Dade County.The improvements are based on a Safety Study performed by FDOT and include the widening ofAllapattah Road to provide dual NB left turn lanes and to increase storage in the NB turn lane. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED . 95 Express Lanes-Phase 3B-1 From South of SW loth Street to 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Glades Rd.Miami,FL i 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Engineer for this DB project to convert existing 1-95 HOV Lanes to Managed Lanes and widen that will result in two tolled c• Express Lanes in each direction. The project includes milling,resurfacing,and widening throughout the corridor. Phase 1 will focus on the reconstruction of the NB including the reconstruction of the Hillsboro Canal Bridge.Phase 2 focuses on median work and Phase 3 will focus on the construction of the SB corridor. We developed an innovative MOT solution that does not require any temporary bridge since we shifted the alignment,and by doing that we were able to save the existing ITS hub to stay operational throughout the construction of the new ITS hub. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palmetto Expressway/NW 25th Street Interchange Reconstruction ? PROFESSIONAL SERVICES % CONSTRUCTION(if applicable) Miami,FL 1 2017 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) IS Check if project performed with current firm Engineer for this s1o2M Design-Build project which consists of three phases;Phase 1 constructs the permanent NB d• alignment;Phase 2 constructs the median area and Phase 3 constructs the SB alignment. The critical challenges include the mainline reconstruction approaches at the Hillsboro Canal Bridge. Developed an innovative approach to the MOT that required shifting the mainline alignment to the east thereby eliminating 5o'of temporary bridge widening required by the RFP concept design.The MOT design is coordinated with multiple disciplines including roadway,structures, drainage,ITS,signing&pavement markings and tolling. (1)TITLE AND LOCATION(City and State) -2 YEAR COMPLETED Wekiva Parkway(Section 8)Design-Build ; PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) ( Seminole County,FL i 2o2i 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) ®Check if project performed with current firm e. Engineer for the work PHD is developing with DRMP and BCC Engineering(under Lane Construction)and is responsible for maintenance of traffic design for the entire project as well as supporting the structural design efforts by designing a westbound C-D ramp bridge along 1-4.Section 8 is the final piece completing the Wekiva Parkway with the construction . of a new interchange at 1-4,creating system to system connections with SR 417 and SR 429. Bid 2022-122-ND -104- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke person. 14. YEARS EXPERIENCE.. 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Jeffrey Troutman,PE Structural Engineering/Coastal Engineering/ 32 32 Resiliency/Hardening 15. FIRM NAME AND LOCATION(City and State) A./ Ardurra Group, Inc. Wilmington, NC ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science;Civil Engineering,1989 Professional Engineer FL#Florida No.57751; North Carolina No.22567;South Carolina No.18406;Virginia No.31579;Georgia No.27246 18. OTHER,PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Structural&Marine Engineering;Structural Engineers Association of NC I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sarasota County Transmission Main and Pump Station#3 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) I Improvements,Sarasota County,FL 2022 j TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Structural engineer for the design phase services for assessing the existing building and hardening up to meet current code requirements as well as replace deteriorated structural components,including performing a wind analysis and evaluation of the existing structural components of the building,including determining the required door and window design pressures.Structural services will also include providing limited bid and construction phase services. Cost: $14.6M Est. _ wl (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I South County Potable Water In-line Booster Pump Station Project, i PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) Progressive Design Build,Hillsborough County,Tampa,FL i 2020 I Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE M Check if project performed with current firm b. Provided full structural design and construction phase services for a new 10,053 SF pump station building with 12" reinforced load-bearing CMU walls around the pump building along with long-span roofjoists with metal decking and 8" reinforced load-bearing CMU walls with standard roof joists and metal decking over the mechanical room,including design of foundations for building,pump/motors,pipe trenches,GenSet and support for a 15-ton full span top-running _ bridge crane. Cost:$19M ! (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Oldsmar Water Reclamation Facility Control Building,Bruce T i PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) Haddock Water Treatment Plant,Oldsmar,FL 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm C. Provided full structural design for a new io,800 SF(Gross),two-story WRF Control Building,which consists of 8" reinforced load-bearing CMU walls with a 6"composite end floor supported by composite steel beams and columns, which are supported by isolated concrete footings.Walls are supported by continuous wall footings.The roof consists of pre-engineered cold-formed steel roofjoists with a metal roof deck. Cost: $2.7M (1)TITLE AND LOCATION(City end State) • (2)YEAR COMPLETED WE Dunn WRF Off-Site Reclaimed Pump Station Improvements, ! PROFESSIONAL SERVICES CONSTRUCTION(If applicable) I Pinellas County,FL . 2022 _ 2023 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Providing structural engineering services to design a new electrical building or expansion of the existing,updating structural supports for vertical pumps and other ancillary structural improvements as well as assist to develop an opinion of probable construction cost. Fee: $752K (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED ` Town of Carolina Beach Boat Basin Revitalization 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) - �Carolina Beach,NC ( 2o23 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE M Check if project performed with current firm Providing the Town with a bulkhead,along the south and east sides of the basin,constructed of steel sheathing as e• opposed to wood,the material used for the existing bulkhead.The bulkhead design is similar to the newly replaced bulkhead along the west side of the basin.Existing drainage structures and piping at the southeast corner of the boat basin are being replaced and a substantial portion of the wooden boardwalk and decking along the south and east sides of the basin, respectively,are being repaired/replaced to accommodate new tie-back construction. Bid 2022-122-ND -105- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Jeffrey Troutman, PE—Page z A./ Role:Coastal Engineering/Structural Engineerin./Resiliency!Hardening ARDURRA 19. RELEVANT PROJECTS I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED The Bluffs on The Cape Fear ' 1 PROFESSIONAL SERVICES ` CONSTRUCTION(if applicable) ' Marina&Boat Launch Amenities Design , 2021 2021 i Leland,NC 1 i 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Provided full design and limited permitting assistance along with bid and construction phase services for the design of a 50-slip marina,which consists of approximately 8o8'LF of 8'wide,floating timber docks(designed around Bellingham f. Timber Division docks)with 3'wide floating finger piers with varying lengths of 3o'to 4o'to accommodate vessel lengths • up to 25'on the Cape Fear River.Slips were designed to accommodate future drive on boat lifts.Dock utility pedestals were provided for electrical and water utilities along the dock as well as a marina pumpout station.Timber guide piles were designed along with a log deflection system on each end of the marina.The project also consisted of the design of a cast-in-place concrete boat launch ramp(installed with cofferdam system)with new vinyl sheet pile bulkhead walls along the sides and serving as cutoff walls along the lower edges of the ramp,a floating timber staging dock and a double- gazebo elevated observation cedar platform.Cost:$88K . (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED ' City of Wilmington-Coastline Riverfront Stabilization-Riverwalk !PROFESSIONAL SERVICES ` CONSTRUCTION(if applicable) and Bulkhead,Wilmington,NC i 2018 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm • Provided structural/marine and electrical engineering design services along with geotechnical services to perform ' g• riverfront coastline stabilization and other improvements to the Riverwalk along the Cape Fear River as a result of the City's Riverfront Study,consisting of installation of new steel sheet pile bulkhead as well as performing special inspections and setting up a vibration monitoring program for monitoring the adjacent Best Western Coastline Inn. Project also included replacement of the existing decking and guardrail system and supports as well as lighting upgrades. Cost:$38K { (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED • I Currituck County Rural Center(CCRC)Bulkhead Repair I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Powells Point,NC 2020 2020 h (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Provided bulkhead replacement to CCRC.Ardurra is also working with team members GET Solutions,for Geotechnical Services,and Bissel Professional Services,for survey.Cost:$26K • ' ,} (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Greenfield Lake Paddle Boat Bulkhead,Walkway and Dock 1 PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Replacement,Wilmington,NC I 2016 1 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager provided structural/marine engineering services to the City of Wilmington Parks and Urban '• Forestry for the replacement of approximately 305 LF of bulkhead wall and 8'wide walkway along the Greenfield Lake,replacement of approximately 1,25o sf of existing paddle boat fixed docks with a combination of approximately 1,75o SF of new fixed and floating docks with a small gathering area for kayaks and provided an optional kayak launch.Cost: $19K (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Cedar Island Boat Launch Facility-NC Division of Marine Fisheries, 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) i ' • a Cedar Island,NC 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE — ®Check if project performed with current firm Provided permitting and full structural/marine engineering services for Phase I&Phase II for a new Cedar Island Boat Launch Facility in Cedar Island,NC in two phases.Phase I consisted of providing construction documents for maintenance dredging of the finger canal to-6.o MLW.Phase II consisted of providing construction documents for the design of a new bulkhead wall,new boat launch ramp,building&foundation design for a Quonset Hut storage shed(not constructed)and miscellaneous repairs.Cost:88K Bid 2022-122-ND -106- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke .erson.. 14.YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT Construction Management/Inspections a.TOTAL b.WITH CURRENT FIRM Lance McClaskie 9 p 8 5 15. FIRM NAME AND LOCATION(City and State). /� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Tolle's Technical Center—Residential and Commercial Electricity; ACI—Level 1;Troxler;CTQP-Earthwork Level 1 DOT Diploma,London High School,London,OH 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 1 (1)TITLEAND LOCATION(City and State) (2)YEAR COMPLETED 1 C-25 Canal Banks Repair Project-Construction Inspection and 1 PROFESSIONAL SERVICES j. CONSTRUCTION(if applicable) ; j Material Testing Services . . y i Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm ' QA-QC and Construction Management Services for 4.37 mile(22,800 linear ft)of canal bank restoration with rubble rip a• rap and new berm drains.Project includes the inspection for removal of vegetation,existing erosion control,regrading of the existing slope,placing fabric,bedding stone,&rubble rip rap on regraded slopes. Project included placing new berm drains on top of berm.Perform QA/QC services and scheduling for earthwork inspection. ~( (1)TITLE AND LOCATION(City and State) - (2)YEAR COMPLETED C44-Stormwater Treatment Area Construction Management +PROFESSIONAL SERVICES ' i CONSTRUCTION(if applicable) SFWMD,Palm Beach County,FL 1I 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Construction Inspection for six storm treatment areas(STA)with 6,30o acres of constructed wetlands,3o miles each of b. canals and embankments,and over 5o water control structures and associated infrastructure.Inspection responsibilities include verification that construction proceeds in accordance with the construction contract documents and applicable permits,identify issues and resolve deviations,defects,or deficiencies observed in the work,provide construction documentation through daily reports.Cost:$2.5 million I (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED Martin Memorial Hospital - I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Stuart,FL i 2O�3 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm C. Lead Consultant for construction responsible for proper installation of all pipes from 8-inch water main to electrical conduit,including compaction of soil as per specifications and lab testing. Responsibilities also included being lead ' concrete tester for all concrete being placed on the jobsite. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Construction Management and Inspection i PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Various Locations,FL J J 2016 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Nuclear density testing of embankments,concrete testing,and construction inspection at various construction sites for Ardurra. Y (1)TITLE AND LOCATION(City and State). 2 YEAR COMPLETED Testing'Technician/Consultant I AACE Anderson Andre Consulting j PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Engineers,Port St.Lucie,FL ! 1 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e. Testing Technician/Consultant. Duties included concrete testing, laboratory work such as soil testing(proctor's) LBR testing,drill rig sampling,concrete cylinder breaking,and field nuclear testing. Bid 2022-122-ND -107- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.lete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Rodolfo Martinez Construction Management/Inspection a.TOTAL b.WITH CURRENT FIRM 35 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Miami-Dade Community College Miami,FL Associate in Arts Degree 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water&Sewer Department ' PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Miami,FL j Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Sr.Project Inspector and Controls Staff(Consultant)-Technical liaison between County's Information Technology Department(ITD)and the Capital Improvement I/I Staff to oversee the migration of the Historical Ill Database to GIS and E-Builder(Historical database includes critical information regarding past work sites,projects completed and costs). Services include— ■ Assist Construction Management Staff and Inspectors with'coordinating work with the MDWASD Sewage Collection and Transmission Division ■ Preparation of GIS-based Work Order Issuance Packages that are provided to all contractors for the various a. repairs • Oversee the creation of the reporting platform utilized by l&I inspectors in E-Builder • Oversee contractor field activities to provide quality assurance and conformance to project documents for all contracts • Assist Construction Management Staff with the preparation of weekly reports to review the status of work orders to determine contractor performance,work completed and other key project indicators • Assist Construction Management Staff and Inspectors with the preparation of support documents to validate the contractor's monthly pay estimates • Assist Construction Management Staff and Inspectors review contractor submittals • Assist Construction Management and CIP Contracts Staff with the creation of new contracts and project estimates by ensuring the inclusion of lessons learned,current market costs,additional product information and removal of outdated specification language. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Water&Sewer Department 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,FL 2018• i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm As Water and Sewer Project Inspector 2 performed the following services. b. • Administrator and developer of ICI Program Management and Construction Division LEI unit's database • Program management includes issuance of repairs to various contractors,prepare monthly progress payments, generate reports for weekly progress meetings,update,and report status of issued repairs,run diverse SQL queries as requested,maintain entire database model and objects • Inspected work performed by various contractors under various blanket contracts for verification against • contract specifications,review and assign work to Inspectors s and consultants ~ - l (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Miami-Dade Water&Sewer Department r PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami,FL 2005 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.J AND SPECIFIC ROLE ❑Check if project performed with current firm As Water and Sewer Project Inspector 3.(Lead Worker)performed the following services. C. • Inspected work performed by various contractors under various blanket contracts for verification against contract specifications • Reviewed and assigned work to Inspectors 1 and Data Entry Specialist • Created and maintained entire database model and objects to encompass all work issued to contractors Bid 2022-122-ND -io8- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com•lete one Section E for each ke •erson. 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT ( a.TOTAL b.WITH CURRENT FIRM Jonathan Stanford Geographic Information Systems } 10 8 15. FIRM NAME AND LOCATION(City and State) �� Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Arts,Geography,University of Texas—San Antonio, 2012 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) GIS Analysts for numerous engineering,environmental,municipal,and utility projects while using ESRI GIS products- including ArcPRO,ArcGIS Desktop,ArcGIS Online,ArcGIS Collector,Survey 123,3D Analyst,and Spatial Analyst 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach—MB Fire Hydrant Evaluation # PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,FL I 2021 } (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Responsible for performing GIS analysis to determine any spatial gaps in fire hydrant coverage within the City of Miami Beach that do not currently meet the NFPA 2018 Florida State Fire Codes or Miami Dade County Public Works Manual Section D-8 requirements. Recommendations were developed for the placement of new fire hydrants to comply with both state and county requirements for coverage based on zoning,land use type,and roadway traffic counts. i, (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach—MB Stormwater Quality Study , !PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami Beach,FL 1 2022 • i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm b. Responsible for performing GIS analysis to better understand and quantify nutrient loadings into North Biscayne Bay. The GIS analysis included verifying the existing watershed discharge locations based on flow patterns,quantifying the stormwater control structures per basin and sub-basins,and determining how the operations of stormwater control structures impact nutrient loading estimates. Fee:$75K (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Miami Beach—Preliminary Review of Proposed FIRM and 1 PROFESSIONAL SERVICES ! CONSTRUCTION(if applicable) I FIS 2021 • r } Miami Beach,FL i. C (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm Responsible for performing GIS analysis for updating proposed FIRM and FIS,compared current rate maps to proposed rate maps,and converted flood zones to correct North American Vertical Datum. The GIS analysis results include the _ creation of new VE zones along the shore of Biscayne Bay,new X zones added throughout the city's highest elevations • (removal from floodplain),and more detailed delineation of flood zones. Fee:s5oK ___^ }�(1)TITLE AND LOCATION.(City and State) (2)YEAR COMPLETED City of Aransas Pass—City Wide Drainage Study I PROFESSIONAL SERVICES { CONSTRUCTION(if applicable) !I . 1 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d• Responsible for managing the field inventorying and conditional assessment of all stormwater inlets,pipes,ditches, culverts,pump stations,and levees needed for engineering recommendations to improve drainage conditions in several flood prone areas found within the city.Mr.Stanford created,compiled,processed and managed all GIS content needed for a city-wide hydraulic and hydrological stormwater analysis.Fee:$286K (1)TITLE AND LOCATION(Cityand State) 2 YEAR COMPLETED City of Kerrville-Stormwater Master Plan r PROFESSIONAL SERVICES } CONSTRUCTION(if applicable) • I 2017 i Texas ' • •_ (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Responsible for drone operations to collect aerial photogrammetry of two dam locations related to Kayak Chute feasibility memo,opinion of probable construction costs,as well as documentation of structural problems with Loise Hays Dam.Mr.Stanford created,compiled,processed and managed all GIS content needed for a city-wide hydraulic Iand hydrological stormwater analysis;then developed all GIS maps and figures found within the completed report �_J submitted to City of Kerrville. Fee:$2o4K Bid 2022-122-ND -109- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke •erson. 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Pete Bottone,PWS,CERP Ecological Services/Assessments&Monitoring 40 3.7 Permitting • ^ 15. FIRM NAME AND LOCATION(City and State) / `� . Ardurra Group, Inc.Tampa, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA Biology,University of South Florida,1982 Professional Wetland Scientist(PWS)No.2g1g Certified Ecological Restoration Practitioner o199 18. OTHER.PROFESSIONAL.QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) AWRA Member#45844;Sierra Club#43950517;Society for.Ecological Restoration(SER)MBR65723;FDOT 2.o Project Development Environmental Studies/Authorized Gopher Tortoise Agent 19. RELEVANT PROJECTS t (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station 16 Redundant Force Main ( PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) i Pinellas County,FL i 2018 i 2020 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm ' Project Scientist responsible for environmental assessments associated with alternatives analysis,Preliminary Engineering Report development and federal and state permitting of3.5 miles of 36"new force main. The project required the use of trenching through drainage canals and installation via horizontal directional drill(HDD)techniques in crossing large waterways such as Long and Cross Bayou Canal systems.Cost:$14M j (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Clearwater Memorial Causeway Subaqueous Pipelines I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Clearwater,FL I z°15 ? 2°18 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Scientist responsible for environmental permitting for potable water/sewer pipe for s000 ft of horizontal directional drill within sensitive coastal habitats. Provided federal/state permitting assistance,including FDEP coordination of a Sovereign State Lands easements and USACE approval for activities within the federally maintained . Gulf Intracoastal Waterway.Cost: $3.5M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Largo Wet Weather Monitoring and Pumping System I PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) Pinellas County,FL _ 1 2°13 2017 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm C. Environmental Project Manager responsible for environmental assessment,alternatives analysis,federal and state ' permitting of.12 miles of 12"to 3o"proposed force main,and the construction/modification of 4 connected Lift Stations. The project entailed the use of trenching through numerous drainage canals and installation via HDD techniques in crossing large waterways and required remedial permitting and design activities during construction work to accommodate alignment changes for City. Cost: $38M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • 1 City of Venice Water Main Replacement Program—Phase 1 1 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Venice,FL i 2013 l z°15 (3)BRIEF DESCRIPTION.(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d• Project Scientist responsible for environmental assessment and permitting of a water main replacement crossing Hatchett Creek in proximity to the Gulf Intracoastal Waterway.Project activities consisted of wetland JD work,T/E species assessments,environmental design and federal(ACOE)/state(FDEP ERP)permitting. Cost: s1.1M (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Intracoastal Waterway Force Main Replacement Project j PROFESSIONAL SERVICES CONSTRUCTION(if applicable) , • Venice,FL I 2013 i 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Project Scientist responsible for environmental assessment/permitting of a sewer force main replacement using e horizontal directional drill(HDD)construction to cross the Gulf Intracoastal Waterway(GIW)at the Venice Ave.Bridge. Project activities consisted of wetland JD work,T/E species assessments,environmental design and federal/state permitting,including USACE easement approval for activities within the federally maintained GIW channel right-of-way and Manatee Protection Zone along with coordination with City and County regarding the adjacent Legacy Trail and ' Venetian Waterway Park facilities.Cost: $5°0K Bid 2022-122-ND -110- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF F KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Pete Diaz,PSM Surveying&Mapping 34 1 15. FIRM NAME AND LOCATION(City and State) /N Ardurra Group, Inc. Miami, FL ARDURRA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Surveyor and Mapper Florida No.6o52 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Society of Professional Surveyors and Mappers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,Fire Flow Project,Package 3 ' PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Miami Beach,FL i 2020 2023 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Project Surveyor for surveying services for 3 water main improvement/1.4 miles of roadway at various location. Services included Topographic and Right of Way survey.Tasks included:Project coordination,data search and review, • recovering/establishing Horz/Vert.Control,Calculate Plats,R/W Maps,Deeds,Easements,Section Corner review calculations. Cost: $2.2M tt (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach 4ist Street Water Transmission Main I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) iMiami Beach,FL , 2021 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE • Ei Check if project performed with current firm b. Project Surveyor for surveying services for 1.1 miles of roadway. Services included Topographic and Right of Way location.Tasks included:project coordination,data search and review,recovering/establishing Horz/Vert.Control, Calculate Plats,R/W Maps,Deeds,Easements,and calculations. Cost: $5M (1)TITLE AND LOCATION(City and State) 2 YEAR.COMPLETED Miami Dade Water and Sewer Department(WASD) PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Watermain Renewal and Replacement,Shenandoah Area Unknown Miami,FL I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm c• Survey Manager for water line as-built survey. Tasks included:preparing As-Built plans to WASD standards,for approximatelY7.5 miles of dense suburban neighborhoods. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I Miami Dade Water and Sewer Department(WASD)Force Main PROFESSIONAL SERVICES , CONSTRUCTION(if applicable) Replacement,Sterling Drive and SW 97th Court ' zo18 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm d. Project Surveyor for Topographic and Right of Way survey.Tasks included:Project coordination,data search and review,recovering/establishing Horz./Vert.Control,Calculate Plats,R/W Maps,Deeds,Easements,Section Corner review calculations. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED ,Florida Fish and Wildlife Conservation Commission, Ocean Forest 1 PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) ! Habitat Restoration(34 Acre site),Key Largo,FL 2021 y . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Project Surveyor for Surveying services that included Topographic and Bathymetric Survey.Tasks included:Project . coordination,data search and review(i.e.,Horz./Vert.Control,recovering/establishing Horz./Vert.Control,GPS Mission Planning,GPS data analysis,Soundings,Field crew Coordination,Survey data review,analysis and processing,place and ' maintain aerial photogrammetric targets for drone mission. Bid 2022-122-ND -111- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke 'et-son. 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Alicia Gonzalez Public Relations/Outreach �9 �3 15. FIRM NAME AND LOCATION(City and State) ; MTR ZG� Media Relations Group, LLC, Miami, FL ' 1` 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Telecommunications,University of Florida,199z 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.). Bilingual-English/Spanish 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) •- (2)YEAR COMPLETED • ! Public Information Outreach Services for Right of Way and I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) , Facilities Construction Projects,Miami,Florida_ I Present ' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm a. Media Relations Group,LLC(MRG)was contracted by the City of Miami Beach to provide Public Relations and Community Involvement services for this contract.Mrs.Gonzalezis responsible for overseeing MRG staff for this project. Responsibilities will include developing public involvement plans in close coordination with the City's Neighborhood Affairs Division staff,developing project-related informational materials,collateral production(English/Spanish)and communicating project information&addressing citizen/stakeholder concerns throughout the life of the 3-year contract. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Design/Build Services for 54r"Redundant I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' ( Sewer Force Main Project,Miami,Florida ! 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm ' b. The City of Miami Beach.Public Works Department and David Mancini and Sons began the construction of this project with the installation of 54-inch sanitary sewer main in the South of Fifth Neighborhood(SOFNA)in zo15.Mrs.Gonzalez oversaw MRG staff who were responsible for the development of a Public Information Plan,preparing and reviewing media-related information and developing emergency communications.She has also served as an interim PIO during • emergency situations and manages the PI staff for this project. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City'of Miami Beach Central Bayshore South Neighborhood 1 PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) Improvement Project,Miami,Florida j 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c The project included utility improvements,a new water main and services the design and construction of an interconnected drainage system to include new piping,catch basins,and manholes.Mrs.Gonzalez oversaw MRG staff responsible for attending project-related coordination meetings,bi-weekly project progress meetings,developing informational materials including fact sheets and weekly advisories,addressing the concerns of stakeholders and coordinating emergency communications. •i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach,Public Works Department,Sanitary Sewer , PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' Rehabilitation Project(SSES),Miami Beach,Florida 2015 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Mrs.Gonzalez oversaw the public involvement for this project.MRG PIO staff was responsible for communicating construction information to the residents and businesses as well as meeting with them one-on-one to further explain impacts and mitigation efforts.This project was a Citywide sanitary sewer improvements project. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED j Miami-Dade Water and Sewer Department(MDWASD) ; PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) • f Government Cut Utility Relocation Projects Design/Build,CMIT, i 2o13 Miami,Florida I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Mrs.Gonzalez oversaw the public involvement for all these projects as a department liaison to the project manager, Department of Public Affairs Manager.She attended all progress meetings and worked daily on public involvement e. strategies and notifications as necessary.She prepared a Community Awareness Plan(CAP)and fact sheet for the ' project.In Spring zo1z,Mrs.Gonzalez also began working with the Department on the Emergency 6o-inch Force Main Installation project in the City of Miami Beach.She attended several City of Miami Beach and other key stakeholder meetings.She also coordinated and executed a community meeting in June zo12 and reviewed and finalized project fact sheets and display boards.She continued to serve as the day-to-day public information contact through summer zo13,upon completion of the emergency contract,while managing her PI staff assigned to this.contract. Bid 2022-122-ND -112- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke .erson. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Structural Engineeringa.TOTAL b.WITH CURRENT FIRM Raissa R.Lopez,PE 25 16 15. FIRM NAME AND LOCATION(City and State) • :,. .V'T^ Eastern Engineering Group, Co. Doral, FL . .- . :, -fl''i.=,:fr,€,Ti, 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Degree Florida PE 59399 of Structural Engineering Florida SI7014079 in rHfrib,afYri.tatI.Rko\l's FiALls t..,tank, .i. 1,2.11. R'u lniinirtj,>1er,i,J.:sari ff 19. RELEVANT PROJECTS { (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station o470 ' PROFESSIONAL SERVICES j CONSTRUCTION(if applicable) • Aventura,FL ! 2019 I 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Subconsultant to Ardurra.Upgrade of sewage pump station.Structural wet well and valve vault plans. Structural Fee:S7,o35 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ' Pump Station 1306 I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) ; Hialeah,FL 2016 2018 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Subconsultant to Ardurra. Upgrade of sewage pump station.Structural wet well and valve vault plans. Structural Fee:$2,651 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Pump Station o026 # PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) • Fontainebleau,FL 2015 2017 • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Subconsultant to Ardurra. Renovations of sewage pump station.Structural wet well and valve vault plans. c• Structural Fee:$2,755 . (1)TITLE AND LOCATION(City and Slate) (2)YEAR COMPLETED Pump Station 65 , PROFESSIONAL SERVICES ; CONSTRUCTION(if applicable) . Miami,FL 2014 j 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Subconsultant to Ardurra.Upgrade of sewage pump station.Structural wet well and valve vault plans. d. Structural Fee:$5,040 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED CMB Pump Station ; PROFESSIONAL SERVICES CONSTRUCTION(if applicable) • { Miami Beach,FL 2014 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Maintenance yard improvements.Pump station building renovation. Structural Fee:$3,500 • Bid 2022-122-ND -113- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Gonzalo A.Paz, PE Structural Engineering 25 26 15. FIRM NAME AND LOCATION(City and State) ; Eastern Engineering Group, Co. Doral, FL _.__ =,: .,-. ::5 •..:, 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Degree Florida Professional Engineer#60734 of Structural Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Gonzalo has broad experience with structural engineering on public and private projects. 19. RELEVANT PROJECTS .0)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station 0064. PROFESSIONALSEERVICES i CONSTRU CONSTRUCTION Miami,FL 2020 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Subconsultant to Ardurra.Renovation of sewage pump station.Structural wet well and valve vault plans. • Structural Fee:$4000 . • • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pump Station o444 !PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Miami,FL i _ 2020 ! 2022 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Subconsultant to Ardurra. Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$5,029 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Westview Pump Station • i PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,FL . i 2oi7 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Structural plans for sewage pump station.Structural wet well and valve vault plans.Structural Fee:$4,265 c: • '(1)TITLE AND LOCATION(City and State) - (2)YEAR COMPLETED "Grand Bay Commons Pump Station I PROFESSIONAL SERVICES l CONSTRUCTION(if applicable) ' Miami,FL ! 2015 ; 2o17 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$3,740 d. ' (1)TITLE AND LOCATION'(City and State) 2 YEAR COMPLETED Doral Commons East Pump Stations I PROFESSIONAL SERVICES l CONSTRUCTION(if applicable) ' ; Doral,FL 2013 ! 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Structural plans for sewage pump station.Structural wet well and valve vault plans. Structural Fee:$2,810 Bid 2022-122-ND -��4- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com'fete one Section E for each ke .erson. 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Oracio Riccobono,PE Geotechnical Engineering 36 22 15. FIRM NAME AND LOCATION(City and State) GEOSOK.6x: Geosol, Inc. Miami Lakes, FL 'l`ytn=1®ate 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Civil Engineer(BSCE,1983),Master Degree(MSCE in Professional Engineer FL#49324 Geotechnical Engineering,1985)at Louisiana State University and Master in Business Administration(MBA,2000)at Florida International University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers;Florida Engineering.Society . 19. RELEVANT PROJECTS ' 1 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Geotechnical Consultant,City of Miami Beach Watermain 1 PROFESSIONAL SERVICES ( CONSTRUCTION of applicable) i Replacement along 41st from Alton Road to Intercoastal Bridge , 2021-2022 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a Geotechnical Engineer responsible for planning the geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering reports with foundation design and construction recommendations for proposed improvements. t (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED J.C.Bermudez Park Recycled Stormwater Irrigation Project :PROFESSIONAL SERVICES { CONSTRUCTION(if applicable) ; • Doral,FL 2013 i 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check it project performed with current firm Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, b. preparation of geotechnical engineering report with foundation design and construction recommendations for design of irrigation system for the 8o-acre park. Major components included emergency lake intake structure,2 MG above ground storage tank,3,00o gpm storm water pump station,230 micron disk filters with automatic backwash,bleach disinfection system,1,400 gpm irrigation pumps,8,000 feet of 12-inch diameter looped main,and irrigation system. I (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Doral Basin H-8 Drainage Improvements I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) , ' I Doral,FL • 2016 1 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm c• Project Geotechnical Engineer Responsibilities included geotechnical exploration,and identification of utility conflicts as well as planning the geotechnical exploration and laboratory testing programs,preparation of the geotechnical engineering report for exfiltration trench design. (1)TITLE AND LOCATION(City and State) � (2)YEAR COMPLETED SR 826 over NW 25th Street Viaduct,FDOT District 6 , PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) , Doral,FL I 2013 1 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d• Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, . preparation of geotechnical engineering report with foundation design and construction recommendations for the new bridge and retaining walls.Geotechnical fees were$250,000 • 1 (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED City of Doral Basin H-8 Drainage Improvements-Study 1 PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) • Doral,FL i 2014 i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Geotechnical Engineer for the drainage study to identify improvements to reduce recurring flooding in a low- e• lying commercial area. Responsibilities included compilation of existing geotechnical exploration including soil and water sampling to screen for volatile organics,ammonia,metals,lead,aluminum,and iron;delineation of areal extent of undocumented landfill dumping activities and contamination;conceptual design of alternatives;responsible for planning geotechnical exploration and laboratory testing programs,preparation of geotechnical engineering report with foundation design and construction recommendations. Bid 2022-122-ND -115 DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12. NAME 13. ROLE IN THIS CONTRACT _ 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Louis J.Aguirre,P.E.,LEED® Mechanical/Electrical Engineering 54 52 AP 15. FIRM NAME AND LOCATION(City and State) Louis J. Aguirre Associates, Inc. Miami, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Electrical Engineering University of Miami Professional Engineer FL#11642 1964 • 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,eta) Honors/Awards:AIA Miami Outstanding Consultant Engineer Award,2oo7. U.S.Green Building Council LEED Accredited Professional,Building Code Compliance Inspector and National Society of Professional Engineers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MDWASD Pump Station Improvements for Pump Station No.o26' I PROFESSIONAL.SERVICES i CONSTRUCTION(if applicable) i Miami,Florida j 2015 I .2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Principal-in-Charge-Electrical services for the Miami Dade County pump Station Program The project consisted of upgrade to Sewage Pump Station No.0026,including, but not limited to,providing uninterrupted by-pass pumping capabilities for the existing pump station flow during all construction times and until the new pump station is completely operational Cost:$1.7 M (1)TITLE AND LOCATION(City and.State) (2)YEAR COMPLETED • t WASD Pump Station Improvements for Pump Station No.5o2 (PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) I , Miami,Florida I 2014 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. The scope of work consisted of the installation of a new 8-foot inside diameter wet well and new valve vault with 10-inch Internal discharge piping. Cost:$101 K T i (1)TITLE AND LOCATION(City and State) _______ 2 YEAR COMPLETED } WASD Pump Station Improvements for Pump Station No.log ! PROFESSIONAL SERVICES l CONSTRUCTION(if applicable) I Miami,Florida 2016 ! • 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm The scope of work consisted of the prep work which included preparation of Survey,as per MDWASD Requirements and c• Geotechnical Investigation,as per MDWASD Requirements as well in order to produce Construction Documents and develop Complete Engineering Plans for the Rehabilitation of an existing Pump Station located at 9295 SW 4th St. , - Miami,FL 33174,Unincorporated Dade County. Cost:$1.5 M • (1)TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED • . Miami-Dade Police Academy I PROFESSIONAL SERVICES I CONSTRUCTION(if applicable) ' ; Doral,Florida j 2015 I 2019 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Principal-in-Charge-MEP services for the Miami Dade County Police Department Academy Building.The project consists of the design and construction of a new classroom/training facility consisting of 15,30o sq.ft. Cost:$3.1 M • (1)TITLE AND LOCATION(City and State) • 2 YEAR COMPLETED } MDX Dolphin Park&Ride Transit Terminal Facility 1 PROFESSIONAL6 SERVICES ! CONSTRUCTION(if applicable) ' Miami,Florida 1 (i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Principal-in-Charge-MEP services for the M D X Dolphin Park&Ride Transit Terminal Facility. The project consists of North and South Parking Lot,Drivers Break Lounge&Transient Hub Building,Bus Canopy,etc. Cost:$17 M Bid 2022-122-ND -226- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke •erson. 14. YEARS EXPERIENCE 12. NAME 13. ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Dirk L.van Oostendorp Technical Advisor./Corrosion SME 41 5 15. FIRM NAME AND LOCATION(City and State) O O Corrpro Companies, Inc. Houston, FX An Aeuioa Col pan 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) A.A.S.,BSME,M.Sc.,D.Prop.-Chemistry MBA-International Business 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) NACE Corrosion Specialist,NACE Cathodic Protection Specialist,Chartered Chemist(Royal Society of Chemistry) 19. RELEVANT PROJECTS • i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Retrofit Design-Impresses Current Cathodic Protection s PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i i Homestead,Florida 1 20z2 I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Turkey Point Nuclear Generating Station's two pressurized water reactors were commissioned in 1973.After inspection in 2019,plans were developed to refurbish the plant's 4 reinforced concrete water intake structures.Corrpro was contracted to design a retrofit impressed current CP system to provide zo+years of corrosion protection. (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED Cathodic Protection System Design-LNG Plant Expansion I PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) Ensenada,Baja California,Mexico j 2022 ` (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm b. Energia Costa Azul LNG terminal was originally commissioned in zoo8 as an import and regasification facility.It is currently undergoing reconstruction to become a gasification and export terminal,to be completed by 2o24.Corrpro was contracted to design CP systems for the new piping systems and process units. v` (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED In-Service Failure Investigation + PROFESSIONAL SERVICES 1 CONSTRUCTION(if applicable) Wichita,Kansas 2021 1 . The City of Wichita experienced a failure on a 42-inch potable water pipeline within the city limits. The pipeline was C. constructed from prestressed concrete cylinder pipe(PCCP)and was installed in 1968.Corrpro was contracted to perform root cause analysis and failure assessments to determine if corrosion caused or contributed to the failure. _1 (1)TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED Root Cause Analysis-Pipeline Failure { PROFESSIONAL SERVICES CONSTRUCTION(if applicable) i Corpus Christi;Texas . i 2021 , (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm d. Vopak constructed a 12"pipeline from stainless steel pipe(UNS 30400,commonly known as grade 304 to transport Mono-ethylene glycol(MEG).Vopak has experienced multiple failures during Hydrostatic testing and was unable to commission the pipeline as scheduled.Corrpro conducted a forensic engineering investigation on the newly • constructed pipeline to determine the root cause(s)of the failures experienced. v~l (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Air Handling and Filtration System Degradation ; PROFESSIONAL SERVICES i CONSTRUCTION(if applicable) West Hollywood,California I 2021 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE-• ISICheck if project performed with current firm e. Cedars-Sinai Medical Center is a hospital and multispecialty academic health science center.A new air handling system was installed at the facility's Biomanufacturing Center in zo19 and extensive corrosion was noted during system inspection and maintenance activities.Corrpro was engaged to conduct a site investigation to conduct testing and determine the causes of extensive coating failure and corrosion on equipment. • Bid 2022-122-ND -��7- K. azDocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 2 .2 . 1 PROJECT EXPERIENCE ,.• ✓f C,'.,, § _'.r I.3, x. -_ i .e• rw4 -rTrsr" `• �'• -•,..4 - v _ 'I„.1..- r tl ..a -�J' •, Yam- ' "��- .. -�>I� -a r •I. 7.. >r ,r, "• +.,,` - •E- ,.•.t . .••. sr' Ia�tt�� -��n�,���r:r.f%(ii'� iiv `ram'-�r*� ., "70� dVl"Ya,a: �i I Lt f��11YC S.-Y♦ jfeJli z. ,.. i..4 .',......,A :ICI, ` �y .- "Yr ..,,_,,,I,,,' 6-- - .M ' r,f. a N. , .i r. d �s� ". .�, - ti 1 Iy�,� .• � ! . M r+ ` . _ r �. 6-4 it.../ �.• - , •"r 'i r - y°� Y .'< :'tq`i y "el nvv�y ► ' ` 1'. ma,.,.,- ,eia . .m..«e.o f..j 1. ,. ,r tc• gu v d it 6 •Gi•ri aii• - 1:� %'rii ,1 I -,,,., . nurP 4 , .. " ij0] . U, 1. 1 , r y ,` nua n ; .'..r, 1•LV�;;0il y- � ; w,y� .rI r [adi * +, ', �x 'ryRsik 'o s3" J . 11� & Itfr. .'S , o.� i • li • �✓ �� c+' L for'- � ,C� ya �+• `" ✓ i . i .;Jo i = I! ®I F318 O�ie�Y Q. y +, 2.2.1 Project Experience SF 33o Section F Project Experience(Subconsultants) 118 (Project Experience for the Ardurra Team Members is presented in 2.2.) SF 33o Section G Key Personnel Participation in Example Projects 134 SF 33o Section H and I 136 Professional Licenses 154 SF 33o Part 2 16i DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A• (Present as many projects as requested by the agency,or 10 projects,If not specified. 1 Corn.lete one Section F for each .ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pump Station Keys Gate PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami, FL 2019 2021 Area(s)of Expertise:A.Pump Station—Structural Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ford Engineers Manuel Echezarreta Ph: 305-477-6472 Email:manuele@fordco.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern did the design-for the underground concrete Features: tank,calculated the tank loads,soil and water depth data,tank wall reinforcing • Pump Station data,tank dimensions data,etc. Services: The structural design was for the renovation of the structure for existing • Structural Engineering equipment supporting a slab of 6'x6'diameter wet well. The objective of the project was to provide additional capacity and replace deficient components. Key Personnel Involved in this Project: • Structural.Engineering Fee:$z,75o Gonzalo A.Paz,PE ■ Raissa R.Lopez,PE • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION I (3) ROLE—SUBCONSULANT a. Eastern Engineering Group Doral,FL Structural Engineering Bid zo22-122-ND -118- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A• (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Com.lete one Section F for each.ro ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Westview Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Opa-locka, FL 2017 2019 Area(s)of Expertise: A.Pump Station—Structural Engineering • 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Schwebke-Shiskin and Alberto Mora Ph: 954-435-7010 Associates Email:amora®a shiskin.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern provided design for the underground concrete Features: tank,calculated the tank loads,soil and water depth data,tank wall reinforcing • Pump Station data,tank dimensions data,etc. Services: The scope included structural wet well and valve vault plans,flood criteria notes, • Structural Engineering ballast hook anchor bolt specifications,additional wall reinforcements. Key Personnel Involved in this Structural Engineering Fee:$4,265 Project: ■ Gonzalo A.Paz,PE • • Raissa R.Lopez,PE • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION i (3) ROLE—SUBCONSULANT a. Eastern Engineering Group Doral, FL Structural Engineering Bid 2022-122-ND -119- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A• (Present as many projects as requested by the agency,or 10 projects,if not specified. 3 Com•lete one Section F for each•ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Grand Bay Commons PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Doral, FL zo15 2016 Area(s)of Expertise: A.Pump Station—Structural Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Optimus International Jorge Evaristo Ph: 305-608-2211 Developers Email:je@optintdev.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Eastern Engineering Group performed the structural engineering design for the Relevance to this Contract: pump station at Keys Gate.Eastern provided the design for the underground Features: concrete tank,calculated the tank loads,soil and water depth data,tank wall • Pump Station reinforcing data,tank dimensions data,etc. Services: The scope included structural wet well and valve vault plans,flood criteria notes, • Structural Engineering ballast hook anchor bolt specifications,additional wall reinforcements. Key Personnel Involved in this Project: o • Gonzalo A.Paz,PE Structural Fees:$ 3,74 ■ Raissa R.Lopez,PE 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULANT a. Eastern Engineering Group Doral,FL Structural Engineering Bid 2022-122-ND -120- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects, If not specified. 4 VI Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.026 2015 2017 Miami, Florida Area(s)of Expertise: A.Sewage Pump Station -Electrical 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 3o5-392-9979 Email:amonetti@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Louis J.Aguirre and Associates,P.A.in collaboration with Ardurra were contracted Relevance to this Contract: for the pump station program.The work involved pymp station upgrades to the sewage Pump Station No.026 located at along the boundaries of 89o1 Features: Fountainbleu Boulevard,Miami, Florida. • Pump Station Improvements ■ Upgrading of Wastewater The project consisted of upgrade to Sewage Pump Station No.0026,including, Collection System but not limited to, • Providing uninterrupted by-pass pumping capabilities for the existing Services: pump station flow during all construction times and until the new pump • Electrical Engineering station is completely operational; Services • Demolition of portions of the existing io"discharge piping and sections of the 12"and 16"force mains up to connection point; Key Personnel Involved in this Project: • Demolition of portions of the existing pump station including,but not • Louis J.Aguirre,P.E.,LEED® limited to:portions of the wet well,the previously abandoned dry well and AP(Principal-in-Charge) all equipment and appurtenances deemed necessary to be removed. The Project also included installing a new valve vault,submersible pumps and related equipment;all pipe,fittings and appurtenances for the new pump station and valve vault including emergency pump out piping connections;connection to existing 1.6"force main;furnishing and installing control panel with main and emergency circuit breaker,new electrical generator and fuel tank,new main disconnect safety switch with fuses,RTU panel and antenna,FPL meter,motor connection box,wiring,raceway and grounding system, junction box, VFD's and. soft starters,concrete slabs and mounting structures;coordination with FPLif necessary,connection of the existing service to the proposed pump station;site and pavement restoration was performed to existing or better conditions including landscape,start up and testing;and other appurtenant and miscellaneous items and work for a complete,satisfactory and functional.Cost: $1.7 M q� • a ` _ ; _ 1 ,��. viy)y� ) •:�• x y sates axe y • • . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULANT Louis J.Aguirre Associates,PA Miami,Florida Electrical Engineers a. Bid 2022-122-ND -121- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects,if not specified. 5 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.502, Miami, Florida 2014 2016 Area(s)of Expertise:A.Sewage Pump Station—MEP&FP 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 305-392-9979 Email:annonetti@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Louis J.Aguirre and Associates,P.A.in collaboration with Ardurra was contracted Relevance to this Contract: for the pump Station program. The work involved pump station Improvements of Pump Station No.502 located at along the boundaries of 1392o.Country Walk Features: Drive,Miami,Florida. The scope of work consisted of the installation of a new 8- • Pump Station Improvements foot inside diameter wet well and new valve vault with 10-inch Internal discharge • Upgrading of Wastewater piping. The pump station discharged through the same force main system Collection System towards Booster Station 0522. The pump station was to maintain a future operating pumping rate and maximum pressure of 54 psi and minimum 0 psi. As Services: part of the replacement—all new underground grounding connections,conduits, • MEP&FP Engineering control panel with main and emergency breaker,pump motor connection box, Services electrical service and valve pit. All work had to be coordinated with an FPL representative.Pump Station o502 receives flow from its own collection area Key Personnellnvolved in this which is residential and commercial with 134 manholes.PS 0502 discharges Project: through an 8-inch force main which converges with the 8-inch force main coming • Louis J.Aguirre,P.E.,LEED® APfrom PS o 00 and connect to the 16-inch force main at SW 152 Street.A new 8- • Ed (Principal-in-Charge)a ou 5 Eduardo A.Suarez,P.E., inch force main was built from PS 0502 to connect to the 20-inch force main at 137 LEED®AP(Mechanical Avenue,as part of the remedial plan for PS 0500,to alleviate the pressures in this Engineer(Plumbing/Fire area to demolish existing dry well and RTU equipment. Installation and retrofit of Protection) existing wet well and dry well,HP Pumps,submersible pumps,connection to force main&discharge connection to 8"force main,electrical service,new electrical . panel as well as other customary components.Cost: s101,50o thousand c , , i.,- , , . .fre... -____7;,, t:i.iiik, ,.. .4,....,.. ^, 1 it _il --.._ .0-7,— ). " C---- ,-. fl- i E. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT a. Louis J.Aguirre Associates,PA Miami,Florida Electrical/Mechanical Bid 2022-122-ND -122- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER A. (Present as many projects as requested by the agency,or 10 projects,if not specified. 6 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED WASD Pump Station Improvements for PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Pump Station No.log 2016 .2o18 Miami, Florida Area(s)of Expertise:A.Sewage Pump Station -Electrical 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Alessandra Monetti,P.E. Ph: 305-392-9979 Email:amonetti@ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Louis J.Aguirre and Associates,P.A.in collaboration with Ardurra was contracted for the pump Station program which was designed to provide a pump station Features: improvement program for the upgrading of wastewater Collection and • Pump Station Improvements transmission system that included pump stations and force mains. The work • Upgrading of Wastewater involved pump station Improvements of Pump Station No.log located at along Collection System the boundaries of 9295 SW 4th St.Miami,FL 33174,Unincorporated Dade County. The scope of work consisted of the prep work which included preparation of services: • Survey,as per MDWASD Requirements and Geotechnical Investigation,as per Electrical Engineering Services MDWASD Requirements as well in order to produce Construction Documents and develop Complete Engineering Plans for the Rehabilitation of an existing Pump Key Personnel Involved in this Station located at 9295 SW 4th St.Miami,FL 33174,Unincorporated Dade County. Project: Plans were submitted to the PSIP Team at 3o%,9o%and t00%for review and • Louis J.Aguirre,P.E.,LEED® approval. Our scope also included preparation of a Final Engineering Report(FER), AP(Principal-in-Charge) Contract and Bid Documents,procurement of Dry-Run Permitting Packages, • Eduardo A.Suarez,P.E., including the RER/FDEP Permit.Construction Support was provided in order to LEED®AP(Mechanical provide connection of the existing service to the proposed pump station;site and Engineer(Plumbing/Fire pavement restoration shall be performed to existing or better conditions including Protection) landscape,start up and testing;and other appurtenant and miscellaneous items and work for a complete,satisfactory and functional. Cost: $1.5 Million , �E #art -1; ' fro)4 J 1\ 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION ( (3) ROLE—SUBCONSULANT Louis J.Aguirre Associates,PA Miami,Florida Electrical Engineers a. Bid 2022-122-ND -123- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 C F. QUALIFICATIONS FOR THIS CONTRACT F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY ©©oo (Present as many projects as requested by the agency,or 10 projects,if not specified. NUMBER 7 ss �Com.lete one Section F for each.ro'ect. moo® 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 54-inch Sanitary Sewer Force Main—from Miami Beach to PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) CDWWTP, Miami-Dade,County, FL 2°13 Area(s)of Expertise: C. Force Main-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Aecom Roger Williams,PE Ph: 305-444-4691 Email:roger.f.williams@a aecom.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Geotechnical investigation along the tunnel alignments for preparation of Criteria Package for Design-Build of project.The field investigation included the Features: performance of test borings,rock coring and packer testing to determine the • Geotechnical Investigation hydraulic conductivity hydraulic conductivity(k)values of the subsurface rock • 54"sewage force main from formation near the elevation of the proposed tunnel alignment for the 54-inch Miami Beach to Virginia Key diameter sanitary sewage force main from the Miami Beach working shaft in the Services: i north end to the Virginia Key working shaft on the southern end.The geotechnical • Geotechnical Investigations and subsurface investigation included drilling and sampling on land and in water • Sub Investigations using a jack-up platform with a drilling or coring using wireline up to 4-inches in diameter and 30o-feet deep. Key Personnel Involved in this Project: Fee: S1,004,340 • Oracio Riccobono,P.E. • Adnan Ismail,P.E. • • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUBCONSULANT Geosol,Inc. Miami Lakes,FL Geotechnical Engineering a. Bid 2022-122-ND -124- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C o000 (Present as many projects as requested by the agency,or 10 projects,if not specified. 8 GEOSOL Complete one Section F for each.ro ect. o=2:1 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Geotechnical Engineering for Fire Flow Projects Package 1 PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (Projects W-14,W-25,W-26) 2021-2022 Miami Beach,FL Area(s)of Expertise: C.Water Mains-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach/ Ricardo Maristany,PE Ph:(305)300-6065 Subconsultant to Ardurra (Ardurra) Email:rmaristany®ardurra.com Group,Inc. 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Geotechnical Engineer responsible for planning the geotechnical exploration and laboratory testing programs,preparation of geotechnical engineering reports with Features: foundation design and construction recommendations for proposed • Water Mains improvements to existing water mains. • Services: ■ Geotechnical Engineering Cost: $2.1M est. Key Personnel Involved in this Project: • O.Riccobono,PE- Geotechnical Services • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION (3) ROLE—SUBCONSULTANT Geosol,Inc. Miami Lakes,FL Geotechnical Services b. Bid 2022-122-ND -��5- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C. �o�o (Present as many projects as requested by the agency,or 10 projects,if not specified. 9 Com.lete one Section F for each.ro.ect. 13=1 0 1-Z2 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Geotechnical Consultant,City of Miami Beach Watermain PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Replacement along 4ist from Alton Road to Intercoastal 2021-2022 N/A Bridge, Miami Beach, FL Area(s)of Expertise: C-Water Main-Geotechnical Engineering 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Ricardo A.Maristany,P.E. Ph:(3o5)300-6065 (Ardurra) Email:rmaristany®ardurra.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Geotechnical Engineer responsible for planning the geotechnical exploration and Relevance to this Contract: laboratory testing programs,preparation of geotechnical engineering reports with Features: foundation design and construction recommendations for proposed • Watermain improvements • Geotechnical Reports Services: • • Field Exploration • Laboratory Testing • Geotechnical Eng.Report Key Personnel involved in this Project: • Oracio Riccobono,P.E. • Adnan Ismail,P.E. • • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME Geosol,Inc. Miami Lakes,FL Geotechnical,and Materials Testing Services a. Bid 2022-122-ND -126- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C. (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 r " % r Corn.lete one Section F for each.ro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Retrofit Design—Cathodic Protection PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Homestead, FL 2022 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Florida Power&Light Justin Eastman Ph:(312)269-8684 Email:justin.eastmanOsargentlundv.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Turkey Point Nuclear Generating Station's two pressurized water reactors were Relevance to this Contract: commissioned in 1973.After inspection in 2019,plans were developed to refurbish Features: the plant's 4 reinforced concrete water intake structures.Corrpro was contracted • Water Reactors to design a retrofit impressed current CP system'to provide 20+years of corrosion protection. Services: • Planning • Design • Testing Key Personnel Involved in this Project: • Dirk L.van Oostendorp 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-SUB Corrpro Houston,TX Corrosion Control/Protection a. Bid 2022-122-ND -127- DocdSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER C• (Present as many projects as requested by the agency,or 10 projects,If not specified. 11 C i Corn.lete one Section F for each .ro'ect. .,a.�x ,n• 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Philadelphia Water CP Services PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Philadelphia, PA 2021 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Philadelphia Water Philadelphia Water Engineer Ph:(215)685-6300 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: PWD Design Branch contract for corrosion control design for new water main projects. Corrosion control included cathodic protection as well as stray current Features: mitigation in areas affected by operation of SEPTA DC powered transit systems. • New Water Main Projects In addition to design,the installed corrosion systems were tested and commissioned as part of the same contract. Services: ■ Design • Cathodic Protection The was a 4-year contract(2018 thru 2021)for 51,350,000. • Stray Current • Key Personnel Involved in this Project: • Ed Richey • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT '(1) FIRM NAME (2) FIRM LOCATION (3) ROLE—Prime Corrpro Philadelphia,PA Corrosion Control a � � I Bid 2022-122-ND -128- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER CL . (Present as many projects as requested by the agency,or 10 projects,if not specified. 12 r Complete one Section F for each project.) M„-s,llv,,.,• 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED A Morton Thomas Associates Inc PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Leesburg,VA 2020 Area(s)of Expertise: C.Water Mains—Corrosion Control 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Loudon Water Loudon Water Ph:(571)291-7878 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: Project involved an evaluation of a combination of galvanic and impressed current cathodic protection systems and AC mitigation on a 5-mile portion of 36-inch and Features: 48-inch raw water main for Loudoun Water in Leesburg,VA.Conventional CP test • New Projects methods could not be utilized on this pipeline due to the AC mitigation system (consisting of multiple zinc grounding mats)which could not be safely Services: disconnected for testing,as well as the large number of magnesium anodes which • Design • could not be simultaneously disconnected in a practical way.Instead,we devised Cathodic Protection • and employed a series of measurements utilizing temporarily installed coupons to Continuity Testing evaluate the effectiveness of the cathodic protection system. Key Personnel Involved in this Project: Project Cost:$38,000.00 • Dirk L.van Oostendorp • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULTANT a. Corrpro Houston,TX Corrosion Control/Protection Bid 2022-122-ND -129- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 13 rM R G Complete one Section F for each project. 21. TITLE AND LOCATION.(City and State) 22.YEAR COMPLETED City of Miami Beach 54-inch Redundant Sanitary Sewer PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Force Main Installation, Miami Beach, FL 2016 Area(s)of Expertise: H.Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Public Fabio Angarita,P.E. Ph: 954-551-2324 Works Department David Manacini and Sons Email:fangarita@dmsi.co 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). The City of Miami Beach began the design and construction of a new 54-inch sanitary. Relevance to this Contract: sewer pipe line on Euclid Avenue and Washington Avenue from 11 Street to Features: Commerce Street in 2015.The purpose of the project was to provide a redundant • 54-inch sanitary sewer pipe system for transporting sewage through the City to the County wastewater treatment ■ Public Information plant in Virginia Key.'MRG handled public information efforts for Public Works, including advisories,a fact sheet,stakeholder meetings and media coordination. Services: • Advisories Cost: $56,400 • Fact sheet • Stakeholder meetings • Media k t y•vp y�w` ,n. \yA2�g' R+✓ ) Key Personnel Involved in tx h ¢ , , `q'. I this Project: ' �;ilf,� Alicia Gonzalez , R (•. /,` ; t r*,;: t-• Project Manage t =1. -"�' O.' • • Jeanette Gorgas a;0,4 ;r4.- �l tjt '';. ° I, ��_-�^ (; Lead Public Information _ r Cil /1 rh • r rl } � • f i �1 l Officer r 'a,k. 5�„ �`' �, L i` r l , �i ill ., rg 1 I 1 ‘,, • ... 'p uI ,. �1, _:, Saar - - --- j E. 1^j A -=71r/ Jia� la •�_li- p `'� .ONE WA • v. 1 c. n",_ t — c,/. cam- . , - _._. . . _F_ - - - _ _ _____ ,� _ _ .._____ _ _ _ _ __ _ __ 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—SUBCONSULANT a. Media Relations Group,LLC , Miami,FL Public Outreach/Relations ' iI Bid 2022-122-ND -13o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT(Present as many projects as requested by the NUMBER H. agency,or 10 projects,If not specified. 14 Complete one Section F for each project.) rM R G 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Public Works Department Sanitary PROFESSIONAL SERVICES CONSTRUCTION(it Applicable) Sewer Evaluation Survey, Miami Beach, FL 2O15 Area(s)of Expertise: H.Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME I c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Public Luis Soto,P.E. Ph:305-673-7080 Works Department Assistant City Engineer Email:Iuissoto@a miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Prior to the start of construction activities, Relevance to this Contract: ' MRG staff distributed a project advisory ' - -' Features: door-to-door,and explained the project and -- I _ ' • Public Information level of impact to the residents.The MRG ' ,,,_r .t 'i I • Project Advisories PIOs were in the field with crew members as .; ) ., ,l , al,..., j '' - they worked in the City right of way and 1 ,t Services: easements,easing the impact to residents. ( ' '�: • Advisories I Door to Door - � • Communication of Field crews performed excavations and - or';':'''—' t £' construction information repairs on the spot,which at times were !`,l -'•,') + "'" I' • Fliers very invasive and required coordination with f, -i'f- 1- .1 i, • Stakeholder meeting residents.Homeowners were made aware • ,. ` „, I. of these activities far in advance to ensure I'(• • ' '.41-i '' ', Key Personnel Involved in this that they were not inconvenienced in any , , „4 Project: f. . way.MRG staff continued to work closely • _ ,,.•y-_l` i • Alicia Gonzales with the project team,and assisted with p :. Project Manager communicating construction information to ,- - • Jeanette Gorgas the residents through frequent distribution Lead Public Information of advisories and fliers,as well as face-to- Officer face stakeholder meetings. Cost: $iog,849 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. I Media Relations Group, LLC Miami, FL Public Outreach/Relations Bid 2022-122-ND -131- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER H• (Present as many projects as requested by the agency,or 10 projects,If not specified. �5 rM R G Com.lete one Section F for each pro'ect. 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami-Dade Water and Sewer Government Cut Project PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Miami Beach, FL 2O�3 Area(s)of Expertise: H. Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water and Adriana Lamar Ph:786-552-8087 Sewer Department Email:alamar@a miamidade.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Relevance to this Contract: MRG was responsible for the public involvement for all phases of this project and served as the department liaison to the project managers.Our team scheduled Features: •and coordinated team participation during meetings,prepared meeting minutes Public Information Plan • and responded to all action items as determined by the project administrators. Project Advisories MRG successfully prepared a Public Information Plan(PIP)which served as the Services: • living document throughout the project and produced a project fact sheet in Advisories Door to Door • Communication of accordance with Miami-Dade WASD standards which was distributed to key construction information stakeholders.Throughout the project,MRG was responsible for coordinating • Fliers periodic project meetings which detailed the latest construction-related activities, • Stakeholder meetings future proposed impacts,potential public involvement issues and provided • Public Meeting necessary strategies for how outreach efforts would be coordinated. MRG's PIO Alicia Gonzalez acted as a liaison between the county and municipalities and Key Personnel Involved in this hosted the construction public information meetings for project.This project also Project: required daily interaction with the South Pointe residents and businesses,as well • Alicia Gonzalez as the City of Miami Beach Engineering and Public Information staff. Project Manager and Lead Public Information Officer Cost: $121,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE—PRIME a. Media Relations Group, LLC Miami,Florida Public Outreach/Relations Bid 2022-122-ND -�32- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER H• (Present as many projects as requested by the agency,or 10 projects,If not specified. 16 LMTRTG] Com.lete one Section F for each.ro-ect. 21. TITLE AND LOCATION(Cityand State) 22.YEAR COMPLETED City of Miami Beach Central Bayshore South PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Neighborhood Improvements Project, Miami Beach, FL zolg Area(s)of Expertise: Public Outreach 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER • City of Miami Beach Capital Kevin Pulido Ph:305.673.7575x2112 • Improvements Department Email:KevinPulido®miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost). Design/Build for construction of various neighborhood improvements for Central. Relevance to this Contract: Bayshore South.Led PI efforts.Developed fact sheets;weekly advisories,and Features: updates.Provided on-site,door-to-door outreach and stakeholder coordination. • Public Information Hosted a public meeting and assisted the City with the City's resiliency workshops. • Project Advisories Services: Cost: $99,7oo ■ Advisories/Door to Door • Communication of construction information FACTS S • Fliers IUD ■ Stakeholder meetings PIanredPlingre . • • Public Meeting Central Bayshore South v'cs++��z Jt M Key Personnel Involved in this Neighborhood Impro amen Project ''y.•' T - '"4;., ��//!/* , .441 < Project: - Overvie14e4O:tr.df ] a j-' y y, '} '1 I •�. ro ,� 5fmr,V,*f, Alicia Gonzalez WUF ii.'47.L.iLrmcr Thrfnwd MrJ% y',/ K I v�d. ..J Lwnvn�n�u lh�mnlu.l,IL nie J!V.J//,� •L ,/ ,� Project Manager TwJ..I.w+,ueM ll.a...m�n4, � C.,�'.. A n/ opa R' Iy.0f�C r`,. 4' ■ Jeanette Gorges of w Lead Public Information N 4na.mlh,4-Rahret �!�•' �� 7,-17m;;�.k •c.a ^}', = `2•=.�5444 Officer • 1 'aLxn,f fi o ar..:-.�.�rFrm .i M' .. p7 .� ,.r. . uyn�Y Impm...nn: . ,i r`f-Bfr tf t `jJ:►.�.. • .i mdava WspcL.l Oa•us,.-Jt.A.k,Sar { +e • I+trlm SXXPn've�..r..w um.0 Iff-• 1 �]� i.-ram./, N�' Wirier. '.1::::. '1i.1 Q�rl, ;,+i-- • T n LZ' ' Schedule PROJECT MAP -,15._r,.l.;rn.pnmwm.vn-m,17. ,avrm.rt a„mw,,aadd fwrrnit or2:Laio„eroe rd:,r.mciamtn,-.. .mladacrl.r.r fommunlcaKon ,mr,�am,.,n,�r,,.�. For .a Of.r.,n Ui.l hmm fn..,n na.0 4 pr,\Uawlp au.vgh Jr•�,rrt Gaga+.pthC,ramnuvJnrru.m h,d,1. S,jcawl M.m Arc sub,/m Cary aptv.wr p.:v.:mru.? e..l netm.rearm,. ¢'%,,n.."),ns,,,.m \\'alnJlr.Iduor4 mnimLnv:.. n:TrnnN r.....''''" :me....+.R++v+.T'. m�mer,r..,...ail.mcn.;,4.,atw...,.,.. °'� ufcq erae wmq,..l�a o..ad ..4...�.a ma..�'M ,S..- o':.* J.a...J*. 4'04'.'..'..w'„nr..*mats,P.r.e.e.',rm'I p..•:.w.,.._-., • • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE-PRIME a. Media Relations Group,LLC + Miami,Florida Public Outreach/Relations Bid 2022-122-ND -133- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F__ ___ 26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT(From Section E,Block 13) A A A A A A C C ® C (From Section E,Block 12) 1 2 3 4 5 6 7 8 9 10 Agustin Maristany,PE Project Manager/Hydraulic Modeling _O O O O Coastal Engineering/Resiliency _ _ _.,. _________ _ _____ _ __ Principal-in-Charge/Trenchless Technology Chris Kuzler,PE HDD Design-Build Criteria Professional f Quality Assurance/Control Loc Truong,PE • LEAD for Planning&CIP Adaption Trenchless Technology-/HDD ;_Joe Downey,PE _ QA-QC/Planning/CIP/Hydraulic Modeling Ricardo Maristany,PE LEAD for Engineering Design/Permitting/ O O O O Bidding Services/MOT . Alessandra Monetti,PE CO-LEAD for Engineering Design/ 0 0 0 0 Permitting/Bidding Services Leo Sampedro Engineering Design/Permitting O O O O /Bidding Services; Maria Alva Engineering Design/Permitting O O O O /Bidding Services Alex Abud Engineering Design CAD O O O O Mark Gladbach _ _ __Engineering Design Services-CAD l Construction Services LEAD Jose Rodriguez,PE Engineering Design/Permitting/Bidding Services/Structural Engineering Ben Lawrence,PE Hydraulic Modeling/InfoWater Keith Overstreet,PE Planning/CIP Adaptation/ Hydraulic Modeling(InfoWater _--{ Ben Turnage,PE Trenchless Technologies/HDD/D-B Criteria Professional Adam Faschan,PE — Sea Level Rise&Resiliency Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering Lance McClaskie - Construction Management/Inspection 1 . Rodolfo Martinez - Construction Management/Inspection Jonathan Stanford Geographic Information Systems Pete Bottone,PWS Ecological Services - Pete Diaz,PSM Surveying_&Mapping Alicia Gonzalez Public Information/Outreach _ Raissa Lopez,PE _ Structural Engineering O O O O 0 O Oracio Riccobono,PE Geotechnical Engineering Louis Aguirre,PE Mechanical/Electrical Engineering O O O Dirk van Oostendorp Corrosion Control 0 i 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Pump y Station Keys Gate Miami FL 6 MDWASD Pump Station Improvements for Pump Station No.so — 9 2 Westview Pump Station MDWASD 54-inch Sanitary Sewer Force Main-Miami _ Beach h to CDWWTP_ 3 Grand Bay Commons 8 City of Miami Beach-Geotechnical Engineering for Fire Flow Projects Package 1(Projects W-14,W-15,W-26) MDWASD Pump Station Improvements for Pump City of Miami Beach Geotechnical Consultant Watermain 4 9 Replacement along 41st from Alton Road to Intercoastal Station No.026 Bridge _. 5 MDWASD Pump Station Improvements for Pump 10 Retrofit Design—Cathodic Protection Station No.502 - - Bid 2022-122-ND -134- oocuoIgn Envelope ID:59m ma o�KEY PERSONNEL pAnrmpxnow/m EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F zu NAMES npKEY PERSONNEL � nnu'/wr*monw`n^c �r��u��"s.om�,q c " * r="o"�""s.aw"k`m � --_- 11_ o ,^ .14 is16_ / Project Manager/Hydraulic Modeling | Agustin rNahsuanKPE Coastal hng_/Resilienc y - -'-- ' '-- -- ----- ---- --- |--- --'- ------ -'-P,incioaun��ange/ � [6hsKuz��pE '- U Criteria Professional —������~' ` -/HDD��e�Q��*�|g��--_� ry1es§ional-_---- �- -- ---' ---- Quality Assurance/Control | ' LocTmnn[,PE LEAD for Planning&OPAdapdun | Trench|e,Te�n���/HDD - Joe PE OA-QC a i / vk k8 cod�i � �LEAD6xEngineehngDe�gn/Penn��ng/ ` > Rica»d»N1a/�ta»\\pE Bidding Services/MOT _ - _- - --- - -- '-- - '- -' - - - '> �' -'--- --- ----niLEAb for Engineering Design / | AlessandnarNonetti,pE Permitting Bidding Services _--�. ' _- / Engineering Design/Permitting . � Leo Sampedvu__ _ Bidding Services Engineering Design/Permitting | Maria Alva /B idding Services ____ ' AJexAbod _ . sngi?eering(Design.cAD_ NiarkGladbadh_ Engin�ehngDesign Services'-CAD -- -_ | Construction Services LEAD ' Jose Rodriguez,PE Engineering Design/Pennitting/Bidding . Services/Services/Structura.1Engineering __ Ben Lawrence,PE __ ]Hyds�|ic�Nude|�ng/|?foVVater Planning/OPAdaptaton/ Ke��Over�r��,PE Hydraulic^ '~~~^^' ge^^~~~ter BenTumage -- - � -- ' — --- '- -- -T,enc� ' ��� ��ec� | -~ies HDD/D� Criteria - - ' ' ` - PE -r�y/�� "_| - ---' -- -- - -' ! -Adam F_ascha PE Sea RbQ�sU�ncv9� '-- ........ Jeff Troutman,PE Coastal Engineering/Resiliency/ Hardening/Structural Engineering _ . 'LanoeMcraskie Management/Inspection Martinez ^ Jonathan ' ��' Stanford �G -- h� - - --- | / pn an _ _�?g���_/nrn,������y��v'^_ PeteBn�on�PVVS |Sem�e� - '- - -� ' - �.Pete Diaz pSM Su_ yey«ng& J _ 1 _ - Alicia Gonzalez P��|n��a��/Ou�e�h } � � � � ' r Raissa Lopez,PE |Engineering �brajo iccobon PE - ��� -Louis Aguirre,PE Mecha»ica Engi*-ne«h»g_ Dirk van Oustendoru Corrosion Control 01 0 | } | | 29.EXAMPLE PROJECTS KEY NO TITLE OF EXAMPLE PROJECT(FROM SECnONn NO TITLE mEXAMPLE PROJECT(FROM SECnONn City of Miami Beach Central aayshuneSouth � 11 Philadelphia Water CPServices 16 Neighborhood |mpmwementsPn�ec� � - - - . 12 A Morton Thomas Associates Inc City ufyNiamiB '. h i chRedundantSanhary il 13 Sewer Force Main Installation, � -- . - .. of )x �4 -` r Sanitary Sewer Evaluation Survey 1s Miami-Dade Water and Sewer Government Cut ^ �] Project DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION INTRODUCTION Ardurra offers a full range of comprehensive services to carry Ardurra Group,Inc.is a Top 50o ENR-ranked engineering firm out the City of Miami Beach Water offering exceptional client service and experience in a _ comprehensive range of engineering disciplines and services. and Wastewater Projects For 44 years,Ardurra Group,Inc.,a Florida Corporation,licensed by ARDURRA SERVICES " the State of Florida to provide civil engineering and surveying,(FL licenses#CA2610&LB261o,respectively),has been providing multi- disciplinary consulting services to municipalities and agencies in tt L p Whethera projectinvolves O� Florida and now across the country. 0 preparing a master plan,new construction,improvements or WATER WASTEWATER PIPELINES, PUMP/LIFT expansion of existing,water and wastewater systems,Ardurra's STATIONS multi-discipline capabilities allow us to provide a comprehensive - - ., approach to your projects,from planning through project close out, ('k1 60 '1 certification and commissioning.Our full-service capabilities are . .: 04-o �—° ' listed in the exhibit at the right. All of these services are performed CONSTRECI ION ECOLOGICAL CIVIL STORMWATER a in-house and locally! s, 1. Size/Local Office Supported by National Resources.We've grown �' significantly over the past 5 years,expanding our resources to a staff III g g I I k ` of 83o+nationwide and over 300+in Florida. Key services for this SOLID TRANSPORTATION GIS SURVEYING contract will be performed from our Miami and Tampa offices housing WASTE 175+personnel,many comprise our local Water/Wastewater Group. Our Miami Team has planned,modeled,designed,and inspected �fese � -,`n L7� rre• hundreds of miles of water and wastewater pipelines and ^ " '1 supporting infrastructure of pump stations for municipal utilities CLIMATE STRUCTURAL HYDRAULIC COASTAL I throughout Miami-Dade County and the State of Florida. RESILIENCY MODELING ENGINEERING Ardurra's Miami Team has completed numerous pipeline and pump station projects for Miami Beach and the Miami-Dade Water&Sewer Department. - Through this experience we have developed an in-depth knowledge of local !; conditions,design standards,construction materials and methods,local — ji d contractors,and we maintain excellent relationships with permitting , ,,.,, 1 ,} agencies. ' : -." ,�,;i f 1 t* ys^. a i. Trusted Partner with Miami Beach 41.N) 1)-, Ardurra's I Ardurra has been a City of Miami-Beach trusted partner for the past five years City of Miami Beach (i �,� I;l successfully delivering a variety of services assigned through various City contracts Project Assignments ) ;• including the 2017 Water&Wastewater System Consultant and the recently j awarded 2021 Civil and Stormwater Engineering contracts. Through our five year # l�,..6.(, relationship with Miami Beach,combined with the longevity of our staff,we possess 1(11j 1 { an excellent institutional knowledge of the City's utilities systems,design and Project 2 /,{�' i J r Tlr1 TM .. i Encompasses %irt construction methods,and challenges and goals for the future. the entire -A ten (. . ..�R r Below are the City of Miami Beach water and wastewater project assignments that island 7.-:= i,,. 3: r Ardurra has been awarded. r1 ]I 'i"' '^" ' i y ,� UiN•-'[ n 1. Fire Flow Projects Package a,2 and 14(Projects W-14-W28 and Collins Avenue)—Water o I`aire. Main Upgrades I :r� 2. Water Master Plan Project W-31—Fire Hydrant Density Evaluation ld 3. Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd .., ....,„ Water Main upgrades along1 St&Fire Flow Project Water Main Upgrades i` 4. P9 4 j 9— P9 Bid 2022-122-ND -136- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION The Ardurra Team appreciates its partnership with the City and is committed to supporting the City's goal of providing excellent public service and safety to all who live,work,and play in this vibrant,tropical,historic community. Proven Ability to Perform All Services the City is Seeking to Fulfill under this Contract The City of Miami Beach is seeking a consulting firm that can assist in making its water and wastewater systems resilient,environmentally responsible,dependable and future proof. Ardurra is that firm! System improvements may include meeting current and future system capacities,upgrading of older facilities,correction of existing deficiencies and regulatory compliance. Potential utility systems that may require planning,improvements, rehabilitation/repair,upgrades,permitting or assistance with meeting regulatory compliance include: • Sanitary sewer collection and conveyance systems • Sanitary sewage pump station • Water booster station and wastewater lift stations and force mains • Control/monitoring/telemetry systems • Pipelines condition assessments • Inflow and Infiltration Reduction • Capital Improvement Planning and Adaptations For 44 years,Ardurra staff have assisted governments across Miami-Dade County,the state of Florida,and nationally,in all aspects of water and wastewater systems capital improvement projects. Our services have included water and sewage pumping systems and pipeline infrastructure expansion and repairs/rehabilitation, condition assessments,diagnostics and field investigations,hardening against sea level rise and climate change, modeling,master planning,design,permitting,construction management and inspections,start-up,operations manuals,and operations assistance. The following narratives summarize our areas of expertise. A. Water Booster Pump Stations and Sewage Pump Stations We have designed potable water booster stations of zoo MGD capacity as well as over z8o municipal and private sewage pump stations. Our lift station experience includes pump stations that are fully submersible and/or dry/wet pit designs ranging in capacity up to 122 MGD. Water booster pump stations often include water storage tanks. Ardurra has designed above ground and elevated storage tanks ranging from to to 5.o MG. Many of our projects involve the rehabilitation of water and sewer pump stations. For MDWASD,for example,we have rehabilitated over 19 sewer pump stations ranging from 30o to z,000 gpm,including triplex stations,wet well, and dry well stations,several with diesel generators and fuel tanks. ` I .tit. y f ) p'. eflik . v 4A'r2 7 1y • f , 4 f f/�] / -`` ,•, _•tee--�.-• � �r _ C 44. • vMDWASD PSIP Program-improvements w.f a City of Largo Wet Weather Pump it Pinellas County Logan Booster for 19 pump stations,30o gpm to 2000 Station Improvements-four Pump Station—a new 3o mgd gpm,16 duplex,3 triplex, submersible duplex potable water system 18 wet well,and 1 drywell &triplex lift stations Bid 2022-122-ND -137- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION B. Inflow and Infiltration Reduction and Sanitary Sewer Evaluation Surveys I/I reduction can result in immediate cost savings to the City of Miami Beach because the City pays the County to accept,treat,and dispose of its sewage. It is our experience that the cost associated with improvements to reduce I/I can often be paid directly from cost savings. Ardurra has extensive experience with I/I and SSES programs,including recent work by our Miami staff in Miami-Dade County,performed in compliance with DRER requirements. Ardurra has provided the full range of SSES services including: • Contractor oversight during smoke testing,pipe cleaning,and CCTV recording in accordance with MDWASD specifications • Review of videos and identification of repairs • Selection and prioritization of repairs in accordance with MDWASD protocols and DRER requirements • Preparation of cost estimates and anticipated cost savings • Final SSES and I/I report and recommendations • Contractor oversight during repairs and CIPP liner certifications Ardurra is currently engaged with MDWASD in the oversight of numerous I/I projects via a Construction Manager and Senior Inspector that are assigned to support their in-house I/I program. Our team members are NASSCO ACP/MACP certified and are O 0 r`. ' experienced with SSES programs to reduce infiltration/inflow into the sewer systems. C. Force Mains and Water Mains Ardurra has provided design and construction inspection for over soo miles of water and wastewater utility pipelines,ranging from 2-inch residential water service lines to over 25 miles of large diameter pipe(24-to 6o inches)of various pipe material and constructed using open cut and trenchless technologies. Our installed pipe material has included ductile iron, PVC, HDPE, fiber glass, steel, and PCCP. Our pipeline rehabilitation experience includes slip lining,pipe bursting,swage lining,folded liners,and cured in place liners. For MDWASD's 48-inch water main interconnect in downtown Miami,Ardurra developed a detailed maintenance of traffic plan(MOT)that included traffic and mass transit detours,as well as sequential intersection closures. The MOT plan was closely coordinated with numerous public officials including the City of Miami Police and Public Works Departments,Miami-Dade Transit,and representatives of the Brightline Train Station which was being constructed simultaneously. The MOT plan was pre-approved by all involved to facilitate the rapid deployment of the contractor following notice to proceed. 1 --4E-.--7--k7L-- °!I i ' ' er .ff„..,&_. i., --: !,--.. .(i. , - . . , if„ii -3.. ,- , .; , P • ,k, k g) - -stiff' 1 -" ✓ .3r4r s. . �V'. -3... '.i-� :vim,' d .4 .• mod;' VItii. '' 4; .47' r ' ._ MDWASD Central East WTM- ' Pinellas County36"FM ,' Miami Beach Fire Flow - PRMRWSA •Interconnect 5,50o LF of 48"WM and 72" 1 Protection Projects- Ph B- miles ' 18,125 LF of 8-24"mains 3 5 microtunnel located through ' .-----.-.----- - - . I Open Cut&HDD downtown Miami Bid 2022-122-ND -138- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 • H. ADDITIONAL INFORMATION D. Gravity Sewer Systems Ardurra has exceptional experience in the design and f,. . `�,v` ... 'i construction ofgravitysewer mains, both large(+s ") • fix-1 , '., 9 4 `.. 4 �' i fi Y` a, ' - w and small. We have also designed sanitary sewer rEll. i ,► ,_` ,' . '11' • - . improvements fora total of over 14 miles of 8"to 48" �`�_.��(� =fir; gravity DIP sanitary sewer, of which 1,325 LF was 48" s i 4rPf ° �. 1r"-'.' '" - r: , _ " in diameter. y; `" � `" .., Ardurra has assisted multiple communities with �_-, - — _ `., -- _---,_ _ "- - implementing their septic-to sewer programs.Ardurra City of Clearwater Septic to Sewer Program—complete upgrade of also assisted them with grant applications,meetings utilities,repaved roads and SooK EPA SPAP grant assistance and negotiations with the EPA. These projects typically included milling and resurfacing of all affected roadways and are considered a huge success as they resulted in a complete upgrade of the utilities level of service in the area,providing sewer service,eliminating sewage spills and flooding,and ending with completely re-paved roads. E. Trenchless Technologies Ardurra experience with trenchless technologies includes horizontal directional drill,micro-tunneling,jack and bore,and subaqueous installations. Our team has performed over,5oo individual horizontal directional drills throughout Florida ranging from z-inch to 48-inch in diameter and up to 3,00o feet long. • Trenchless technologies represent a significant improvement over traditional cut-and cover methods for installing pipelines beneath waterways,roadways,driveways,historical areas,landscaped areas,rivers,streams,and shorelines, all of which warrant specialized construction attention. Such pipeline projects carry their own unique nuances and need to be approached differently than traditional installation. We have on our team subject matter experts highly experienced and knowledgeable in the ancillary issues associated with the trenchless installations such as minimizing disruptions,maintaining service,safety,maintenance of traffic,and public relations. We also specialize in difficult installations within congested neighborhoods,along major roadway corridors,in limited ROW,CSX Railroad,using trenchless construction methods. We are also highly practiced in the procedures of the Florida Department of Transportation Construction,limitations and responsibilities required for the Utility Work by Highway Contractor Agreements. y— , � e (�...� -+,,i ,... �� �� ..Q 4'' a._ 1, •• , _, - \ , ;..+�[.� -=. 3y I `� I , 1 N . �r't , I \. /. f R t• • Clearwater Memorial JEA Total Water Management Plan Segment 2— Causeway Subaqueous 36"WM;two crossings of major highways via MDWASD 48-inch Pipeline-24"FM under microtunneling 154-inch steel casings& WM -72-inch microtunnel Clearwater Harbor crossing CSX railroad spur via J&B &2o"WM under ..-. intracoastal- all via HDD Bid 2022-122-ND -139- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION F. Water Hydraulic Modeling/InfoWater Software&G. Wastewater Hydraulic Modeling/ InfoWorks Modeling Software Ardurra's team routinely applies hydraulic models to Ardurra's Water/Sewer Hydraulic evaluate water and wastewater infrastructure,from Modeling Experience developing complete utility models,upgrading models to different platforms,interconnecting models of adjacent • InfoWater • SewerCAD utilities,updating and refining existing models,or • InfoWorks • HzOMap applying models for the evaluation and design of • InfoSWMM • H2ONET individual projects. • SewerGems • EPANET • Our team successfully led the initial development of " • WaterGems • KY Pipe MDWASD's InfoWorks models for both their water • WaterCAD • Hammer (273,000 nodes)and sewer(90,00o nodes,i000+pump stations,and I&I)systems;and subsequently,worked on refining and expanding the gravity portion of their sewer Since our software modeling experience is quite model. extensive,we can readily adapt to the specific software needs and preferences of our clients. i----- ., Many models have been developed and applied ,R ,'` for purposes of demonstrating system 7'='� 3=-litlyi _ ,,,ig � • -, ' performance under EPA Administrative Order ,o.. V •� r., �� = requirements. ,,'a II~; l 't; Our modeling experience spans the full range of err■■ it y i-' ,,�, 4-il r` it services including model evaluation and selection, �q. eilli = ;44 45' / system inventory,data organization and r el Wiz, ~*_ r }t -y` 1 i; warehousing,GIS integration,identification of n c� yl�n'" .s• 71ilgE 4u:w j�-��4'i ;- data gaps,data collection(flow and pressure �r�� am .,ems i9,:c L'�: � ` ' <` measurements),load/demand data(current and ..ems ge . FI•_ity° zr,4' �.� . _ 7 = future),infiltration/inflow calculations,calibration, ` -r `i5'-�ri”r - / ` q; and application of steady-state and dynamic r' ea fry r` models to evaluate multiple modelingscenarios. ,J. 'i: .43:: F,;=sr Our modeling expertise also includes transient 1. ,- ,r:C.�j7. r....'' MDWASD 1 analysis to identify potential risks with pipes and , :14c:" • InfoWorks ` equipment,locate trouble spots,and determine ]ll w ■■ Pik-=. ,:,..2 • Sewer Model i appropriate surge control strategies. ., , • Bid 2022-122-ND -�4°- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION H. Public Outreach When project services or project construction has the possibility to impact the community,Ardurra has served as the liaison between the property owner,the . , r contractor,and the project owner to ensure each project was completed to the i• •- ci '; 1 . full satisfaction of everyparty involved.Key steps to public outreach programs ` ;' v �- rr k ,. include: Lj-4-4N 4�. I • Identify the potential impacts to the community the project may .hm - ''', ``�`present net411 6 5■ Develop communication strategies,including tools,techniques and ""� �'I outreach activities • Develop an effective community outreach plan and implementation Public Outreach for Light schedule Rail/Modern Streetcar Project in • Promote trust and understanding and have the project knowledge and Miami Beach venues and applications available to answer questions • Encourage and obtain community input Public engagement and information can be provided through multiple sources such as public meetings,social media, website and mobile applications including GIS database tracking,24/7 hotlines. It also includes in-person door-to-door communication and delivery of printed materials such as notifications,flyers,door hangers,among others. Notable example:For the MDWASD Small Water Main Evaluation&Enhancement Projects,Phases 1 and 2 and MDWASD Consumer Line Program,Ardurra established a'Customer Care Program',including the following: • Mass mailings at key milestones(English,Spanish,and Creole) • Hotline phone number;door hangers • Customer concern database to track and resolve issues in a timely manner • Final construction completion letter,warranty,and customer surveys. Also securing signed agreements and permits from owners to work on their property • Association meetings and presentations • Public official meetings and presentation • Field meetings In addition to Ardurra's Public Outreach capabilities,if project services required additional public outreach,we will work in tandem with our subconsultant Media Relations Group. Media Relations brings zo years of experience developing and executing successful Public Involvement Programs and Community Awareness Plans for Miami Beach, Miami-Dade Water and Sewer Department,Miami-Dade Public Works,Miami-Dade Expressway Authority,and the Florida Dept.of Transportation. Details of our Communication and Public Outreach Plans are located in Tab 3. Bid 2022-122-ND -�41- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Addressing Infrastructure Challenges the City is Facing Today and for the Future The Ardurra team can assist the City of Miami Beach in addressing the full spectrum of infrastructure challenges the City is facing today—from correcting existing deficiencies to adaptation against climate change. In addition to our demonstrated successful experience Ardurra's services incorporate in the delivery of all areas of expertise(A-H),the resiliency and hardening Ardurra team offers the City a sound line of defense to improve,protect and secure the City's infrastructure, measures that extend the for today and for the future. Ardurra can provide the lifecycle of your investment in ' following unique engineering and consulting services your infrastructure and relevant to the City of Miami Beach's future capital mitigate the impacts of sea improvement project assignments that may be issued level rise and natural disasters. under this contract. t , . i Sea Level Rise/Climate Change Ardurra's engineers are fully aware of the City's t 4 ,!,4 '12 , P•• C ;,* initiatives in keeping sea level rise(SLR)and resiliency �,t.y • vol.V. - ,,' ` ' 1, .g ',it% , a in the forefront of project decision-makingand in the ' - +;�r procurement of future projects. The following are % �i 1 e �� examples of our team members recent experience in • IA ; 1 ,duo ' I �'j' assisting Florida municipalities in the fight against Sea , , r , , T �r, r'— . I a My T Level Rise/Climate Change. • - '�` ' -2=, _ nr Since the initiation of the Miami-Dade Water and Sewer Department(MDWASD)Pump Station -- w *" ,,- w '11x, Improvement Program(PSIP)in zos4,Ardurra has been providing design,permitting,cost estimating, MDWASD Pump Station o26 Improvements Including resiliency scheduling,permitting,and construction support against Climate Change/Sea Level Rise services,for the implementation of i9 sewer pump _ x _ i station rehabilitation projects. Design of these pump ,) ``• stations were required to incorporate ASCE24-o5 Flood �'" f 4.Yr, i A Resistant Design and Construction Criteria. Five of • s'� r - I/ ,—.1 J,, ,•�,� these pump stations,Nos.26,iog,444,47o and 13067 _ >_ , • ' ...„,le�;�L,�ll '-- _ .-,..ri, n�TJ required elevating the pump station in order to protect fo ,r..- ; them from flooding and storm surges. Examples of �, — ` <:` ' design considerations for the raising of the pump -,. �„ h;;' stations required elevating the pump stations' . f &'';' +�'``` electrical equipment,generators,fuel stations,slabs, -_v-' _• steps,railings,etc. r, , As a bi product of elevating the facility,it becomes a "` _ ___ _ - . _ highly visible tower which needs to be aesthetically pleasing. A few of the design solutions being utilized for MDWASD Pump Station 1201-designed to blend in I. blending the elevated components to their with surroundings surroundings included artistic wraps,painting in shades complimentary to the greenery and/or new fencing. Bid 2022-122-ND -�42- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION In addition to the upgrades implemented under the MDWASD PSIP,our local team members have assessed existing facilities and designed upgrades,conversions,rehabilitation,and relocations that included resiliency-based assessments and engineering for many governments and they include the projects and services listed below. • SFWMD Coastal Structures Resiliency Feasibility Study-performed preliminary assessment of five coastal control structures in Miami-Dade County to evaluate their operational and flood control vulnerability to storm surge and sea level rise,evaluate hardening alternatives,and prepare hardening cost estimates to extend the useful life of these structures. • For the City of Oldsmar's(FL)new two-story water reclamation facility administration building,Ardurra evaluated sea level rise impacts,determining finished floor and other critical elevations,and developed building hardening options as part of the design. • • Ardurra evaluated sea level rise scenarios and;determined beach front and roadway reconstruction options to harden the peninsula against storms and sea level rise for the City of Clearwater Carlouel Sea Level Rise Study. • For the City of Oldsmar Resiliency Action Plan,Ardurra evaluated sea level rise impacts to City infrastructure and performed an evaluation of potential protective measures as part of development of a city-wide Action Plan. 70=0,,,,, Transportation Engineering Services With today's ever-expanding population,aging infrastructure and increased traffic volumes,transportation plays a vital role in the economic growth and globalization of today's established communities. We work with our clients to develop customized,sustainable,and cost-effective designs for building and maintaining infrastructure.With a portfolio of over 50o transportation projects from roadway maintenance designs for grass roots roadways to full complete street reconstruction,our clients have relied on our expertise in comprehensive planning,engineering design,and construction management to provide safe and efficient transportation solutions. Ardurra has a local Miami transportation engineering staff that have been providing their engineering/consulting services for local roadways _ as well as for large highway system projects.For example,as part of a h ' ',a.. � „�k, ' team,they are overseeing the design elements throughout three ',,- � Design-Build Reconstruction project. ..--_ �,Y -�- --- _ corridors for the SR,836/1-395/1-95 9 P 1 .�. ; � - -t.:-. ' I This Design-Build Project is a reconstruction project that improves ' ,�• ,�. r,ire * capacity and safety in three of Miami-Dade s highways,SR 836,I-95 and t-` '° ,d .`,: ``t ", ', I-395. Many utility projects are implemented in conjunction with FDOT _ .. - -, -1', roadway project. They will be available to provide roadway SR-836/1-395/1-95 t reconstruction,design,signing, _ marking for any infrastructure 527 Headwater Impacts of Sex level Rise Projections project requiring these services. p - i- - - 1 8p', • I gi,� Coastal Engineering/Flood Protection D isw¢oilFoodng Ardurraperforms evaluations of coastal structures operational and flood E I Road Crown Flooding Cnn,roI Roo m Slab "SO laanl Overflow nnnem of a„es(o2ee1 • 'I` control vulnerability to storm surge and sea level rise. Our services include ea ,ap;;"�;°�pcm:ar------ - ---= specific hardening measures,design criteria,and operational changes capable '°„„;, _ ,:, _ „„ ,. aeac.0 a., ,. „. ,tea nm of minimizing damages during storm surges with the objective of either •-�MSMWao yo - Po°`-•agrowdw.(0 .l---•raeol MEUo:Nl ---•SmNURavwn ---•GMrd PmmYaO ----SeMUBAdfe maintaining full operational capability during storm surges and/or resuming _ . • operations shortly after a storm. We recently performed these services for Miami-Dade County Coastal Structures five coastal structures in Miami-Dade County for the South Florida Water Resiliency Feasibility Study Management District. _. -_ - . _ _ Bid 2022-122-ND -143- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION L. -I Our coastal and structural engineers are highly experienced and diversified in the analysis and design of various types of buildings and structures, , especially those that are in high wind,hurricane-prone areas.These types of ,;,: ' } ., • - structural projects include commercial and institutional type buildings, = =^ --� ; industrialplants,marine facilities,naval facilities,and U.S.Army Corps of ' Engineers.It is through this diversification that allows our engineers to stay ' I , .` up-to-date with all necessary code requirements and for understanding the ; '> tb4 { $ , f-•,, N everyday challenges of protecting the public and enhancing life safety ..,'' ;?7.. ,�' .� . i61. through our innovative designs. _ '' 1' `'� g Waterway Palms Plantation(SC) , Our coastal/marine experience includes foundations and retaining walls, for 4,72o LF Bulkhead moorings/breasting structures,piers and trestles,bulkheads/seawalls, ' bridges,pier houses,wharves,dredging and channel improvements,access ,4 ,` gangways,dock transit sheds and warehouses,boat ramps,jetties,and /' �` 3 . ��` , others. Y r. kk dx ' Our engineers and modeling specialists are experts in utilizing i-,z-and P` ' �'' !. 3t 3-D computer models and scale physical models to mimic existing -- conditions as well as to project future conditions for facilities with and 1 . without improvements. These services have been utilized to develop : : solutions for marsh and shoreline erosion,marsh creation by sediment 1. .-' `` ; t delivery,floodplain management and flood control projects. • , 1 Ecological Services/Coastal Ecology/Permitting _ T' -- J Inlet Beach USACE Masonboro 1, Ardurra ecologists and environmental scientists are industry experts in the Renourishment&Dredging,NC maintenance and protection of our State's resources. Ardurra stands out -- -_ _-.-^ _-- --- -_-' where the principles of hydrology,coastal ecology,civil engineering,and �; biological sciences are applied to solve environmental challenges. IH v V v ,y Our Senior Ecologists each have a minimum of zo years of experience in permitting and working with our agency clients which include Florida Fish 1. �. i<I �, ,�. and Wildlife,South Florida Water Management District,the Southwest --. F. �, Florida Water Management District,United States Army Corp of _�' 4`°t"`' =-"..., Engineers,Florida Fish and Wildlife,and FDEP,among others. ram; ,• G- l�ti .� .J., I� .,' cam,-.. �. 4 P .e 1. We employ innovative thinking and upfront planning which leads to cost USACE Floodwall Reconstruction,LA 1 effective and environmentally sound design and construction practices. A . _ - _. _ _- - -a' notable example of this is demonstrated in the ecological services we r--`--- —.T -"- performed for the City of Dunedin,a FL beach community,Water Main • and Force Main Pipeline Replacement Projects. _ . ., „0- -- ‘.i. l' During construction of the City of Dunedin's Water Main and Force Main Pipeline Replacement Program,Ardurra Ecologists conducted visual inspection,monitoring water quality,habitat protection of seagrasses,and i underwater mammals via a watercraft. Ardurra developed a HDD Frac- 0 ;,. out/Bentonite Management and Emergency Spill Plan to address potential o, ;ii , ` ' pathways for release of HDD drilling fluid,containment,cleanup,and Team Member,Pete Bottone,PWS is I mitigation measures as well as reporting procedures and points of contact conducting visual inspections for habitat i for Federal/State regulatory and permitting agencies. protection and underwater mammals l, Bid 2022-122-ND -144- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION a Geographic Information Systems(GIS) ' Ardurra has been providing comprehensive GIS services for M over 20 years and currently uses ESRI ARC-GIS io.6-io.8 as l wells as web applications such as Collector for ArcGIS; . - Survey123;Operations Dashboard;Workforce;and Navigator. o Our GIS Specialists and Technicians have performed a wide -� • range of GIS services for clients including mapping,project The online database served as a live document tracking with real-time updates,record drawing and atlas map . repository while having the ability to give updates on i development,pipeline route and environmental evaluations the status of each water service.relocation. and asset management. A prime example of our GIS capabilities are the services we performed for the Miami-Dade County Water and Sewer Department.Phase 2A of the Consumer Line Relocation(CLR)program.The program consists of the conversion of over 3,30o water services from the rear to the front of the properties to abandon old,leaky,small diameter,rear water mains. The process workflow was executed and tracked by the creation of a custom enterprise database, created by Ardurra,through the usage of ArcGIS Online as well as other field application software's,such as Survey 123,Collector,Navigator,Operations Dashboard and Workforce for ArcGIS,among others.Some of the capabilities included the creation of web maps,web.applications,dashboards,assign tasks,data collection,document repository and visual and statistical analysis. tab 7 Grants One of the most direct means of saving the City of Miami Beach money is to identify and help procure grant dollars for implementation of projects. Over the past 5—10 years Ardurra has been very successful in assisting our clients obtain grants from both State and Federal programs for our public clients. Examples include: • siM Water Supply Grant for the City of Doral's Central Park Stormwater Reuse and Irrigation Facility • $5oo,000 EPA,SPAP Grant for the City of Clearwater's Idlewild/The Mall Septic to Sewer Conversion Project • $50o,00o EPA,SPAP Grant for the City of Clearwater's Marshall Street WRF Clarifier Rehabilitation • s800,000 of CDBG funds for the$2.2M St.Bernard Parish,LA,Reggio Booster Station • $2 million USEDA grant application and a s oo,000 SCRIA application for the Greer Commission of Public Work's BMW Pump Station Replacement(SC) We also assist clients with obtaining and administering SFWMD & SWFWMD Grants and State Revolving Fund loans and currently have several active SRF funded projects with the City of Venice with values totaling over s5M. Bid 2022-122-ND -145- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Our team of professionals bring a combined resume that will serve the City well. Our Team's technical expertise and local experience matches perfectly with those services the City of Miami Beach may require over the life of this contract. The table below depicts our key team member's experience in all areas of expertise categories-from water booster stations to public outreach(A-H). It is followed by highlights of our key team members experience. KEY TEAM MEMBERS AREAS OF EXPERTISE EXPERIENCE ch .0 a,C QI to + I of lD 7.1 v to W C To ai Lo V1 C C C 'al a-! KEY TEAM MEMBER 6 o 2 ' - ° uo E Cu �- a_ i v V v cu u u N Ql -0 v +� v ro -, C o a n ED 4• ,^ �i C ~ lll it k o c 3 — u U u o a ° m ° `a °� O > a� O m v dS p s ra `o a, +� rna) u m i o u of N Ql C o o _ N E -o >- l/1 ILL J J I- C C a. Vl l.J I Yrs. A. A. B. C. C. C. C. D. E. F. G. H. Misc. Misc. Agustin Maristany,PE 44 0 0 0 0 0 0 0 0 0 0 0 0 0 Chris Kuzler,PE 36 0 0 0 0 0 0 0 0 0 0 0 Loc Truong,PE 20 0 0 0 0 0 0 0 0 0 0 Ricardo Maristany,PE 14 0 0 0 0 0 0 0 0 0 Joe Downey,PE 36 0 0 0 0 0 0 0 0 0 0 Alessandra Monetti 9 0 0 0 0 0 .0 0 0 0 Leo Sampedro 5 0 0 0 0 0 0 0 0 Alex Abud 10 0 0 0 Maria Alva 3 0 0 0 0 0 0 0 Mark Gladbach 30 0 0 0 0 0 0 0 0 0 0 Jose Rodriguez,PE 37 0 0 0 0 0 0 Ben Lawrence,PE 5 0 0 0 0 0 0 0 Keith Overstreet,PE 34 0 0 0 0 0 0 0 0 0 0 Ben Turnage,PE 20 0 0 0 0 0 0 0 0 0 0 Adam Faschan,PE 31 0 0 0 0 0 0 0 0 0 0 Jeff Troutman,PE 30 0 0 0 Jonathan Stanford 10 0 0 0 0 0 Rodolfo Martinez 35 0 0 0 Pete Bottone,PWS 40 0 0 0 0 0 0 0 0 Pete Diaz,PSM 34 0 0 0 0 Raissa Lopez,PE 25 0 0 0 0 0 Oracio Riccobono,PE 36 0 0 0 0 0 0 0 0 0 0 Alicia Gonzalez 29 0 0 0 0 0 0 0 0 0 Louis Aguirre,PE 54 0 0 Bid 2022-122-ND -146- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION KEY TEAM MEMBERS' EXPERIENCE & QUALIFICATIONS AGUSTIN MARISTANY,PE—PROJECT MANAGER/D-B.CRITERIA PROFESSIONAL/ INFOWORKS&INFOWATER MODELING ■ 44 years of engineering experience ` ■ 35 years of water&wastewater engineering experience in South Florida ■ 5 years working with City of Miami Beach ■ Serves as Principal-in-Charge and Project Manager for all of Ardurra's City of Miami Beach assignments ■ Expertise in Infoworks and hydraulic modeling,pump stations,pipelines,and coastal resiliency and hardening • Develops,manages,and is directly involved in Public Outreach programs for water& wastewater projects CHRISTOPHER KUZLER, PE—PRINCIPAL-IN-CHARGE/DESIGN CRITERIA PROFESSIONAL Project Manager/EOR/Principal-in-Charge for 25o+Government Capital Improvement projects totaling: -300+miles of water/wastewater collection and conveyance -3o large municipal wastewater pump stations&150 residential/commercial wastewater pump station ■ Project Manager and QA-QC for design of water booster stations and storage,up to zoo mgd JOE DOWNEY,PE—QUALITY ASSURANCE/QUALITY CONTROL(QA/QC) &HYDRAULIC MODELING ■ 36 years of water and wastewater engineering experience / 14 ■ Project Manager for water and sewer collection/conveyance and pumping systems for CIP ° projects involving design and construction of: -Gravity Sewer Mains including 48"gravity sewer mains ' -Large dia.water mains including 36&48"inch water mains/traditional&HDD installations -Municipal pump stations from lzoo to 840o gpm -Hydraulic&Infowater Modeling _ _ _ ?1 LOC TRUONG, PE—QA-QC/CIP ADAPTATION ■ zo years of water&wastewater engineering/consulting serviceselear ■ He is a Florida licensed Class C Water Plant Operator ■ Oversees Ardurra Water/Wastewater Group engineering assignment for i6 years ■ Project Manager for Water / Sewer Pipelines, Sewage Pump Stations & Water Booster & Storage systems ■ Loc's background offers a system-wide aspect to our water project planning and designs and brings an operator's perspective on troubleshooting and operation and maintenance RICARDO MARISTANY, PE—LEAD for ENGINEERING DESIGN/PERMITTING/BIDDING SERVICES LEAD/MDT&PAVEMENT RESTORATION ■ 14 years of water/wastewater engineering and construction management in south Florida ■ Project Manager for all City of Miami Beach assignments ■ Significant experience in federal,state,and municipal public works projects involving highways,utilities,bridges,water,wastewater utilities and pumping facilities ■ Develops maintenance of traffic and pedestrian control plans for Ardurra's projects ■ Experienced with risk and resiliency of water&wastewater facilities(AWIA) Bid 2022-122-ND -147- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION ALESSANDRA MONETTI,PE—CO-LEAD for ENGINEERING DESIGN/PERMITTING/ ��\ BIDDING SERVICES I /", ;`r ( ' • 9 years of engineering design and construction management experience in South Florida • Experience working with City of Miami Beach including water main design and fire flow ' projects Engineering services for Miami-Dade Water and Sewer Department on sewer pump station rehabilitations and pipelines i • Experienced with risk and resiliency of water and wastewater facilities(AWIA) `'I' JOSE RODRIGUEZ, PE—CONSTRUCTION MANAGEMENT LEAD/ENGINEERING DESIGN/ i ;,a • PERMITTING/BIDDING SERVICES r.,\. .,,i�` • oyears of water/wastewater engineering and construction management in South Florida t 1si ' 3 9 9 9 I , Puerto Rico,and other international locations '' • Specializes in development of water and sewer pipelines and pumping systems contract ` ' documents • Brings 15 years of experience in Construction Management for water and sewer pipelines and pump stations • Served as Operations Manager for the Puerto Rico Aqueduct and Sewer Authority$1zooM capital improvements program in the East,West and South Regions `' BEN LAWRENCE, PE—HYDRAULIC MODELING/INFOWATER MODELING .kt, c • Ben brings 5 years of engineering and hydraulic modeling experience He specializes in the development of hydraulic models for municipal clients using InfoWater and they include: f' , - Utilized InfoWaterforthe evaluation of Citrus County's Water Distribution System to identify needed improvement to piping and pumping systems - Prepared hydraulic model utilizing InfoWater for the City of Stewart,AL to evaluate proposed well and booster pump station ` -Utilized InfoWater to provide flow monitoring assistance for the City of Trinity,AL KEITH OVERSTREET, PE—HYDRAULIC MODELING/INFOWATER MODELING • , ■ 34 years of engineering experience ," I ■ Specializes in hydraulic modeling utilizing InfoWater software -' .<i • He has developed and implemented system-wide programs in response to administrative EPA ' j ' , ,,i orders for municipal clients - -Pumps Station and Force Main Operation and Maintenance Programs -Gravity Sewer Line Maintenance Programs - Infrastructure Rehabilitation Programs : LEONARDO SAMPEDRO-ENGINEERING DESIGN/PERMITTING/BIDDING SERVICES Ia , • 5 years of engineering experience , f `.� • Design for City of Miami Beach projects including the City's Water Transmission Mains for �' the Fire Flow Projects,41s Street 36"&i6"water mains and Collins Canal Subaqueous Water Main -- --'- • Engineering services for 7 sewer pump stations as part of the MDWASD Pump Station Improvement Program Bid 2022-122-ND -148- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION `- , MARIA ALVA—ENGINEERING DESIGN/PERMITTING/BIDDING SERVICES ' • Brings 3 years of engineering experience '1. ,, • Performs utility coordination,AutoCAD drafting,permitting,and limited construction �'-,.. o support services yf\\ I • Performs utility coordination/cost estimating,drafting&permitting for City of Miami Beach projects 'I BEN TURNAGE, PE-TRENCHLESS TECHNOLOGY/HDD&DESIGN CRITERIA ^l. PROFESSIONAL rf l -C ;, • zo years of engineering experience with primary expertise in the design and construction sl • ,� administration for small and large diameter pipeline installation projects • He has managed some of the most difficult installations in the Tampa Bay area and as such, he offers significant experience in utilities infrastructure and trenchless technologies ■ Brings significant experience with the personnel and procedures of the FDOT Construction , Offices,County construction standards,and limitations and responsibilities under the Utility Work by Highway Contractor Agreements. He has extensive experience with Design-Build and CMAR alternative delivery projects. ADAM FASCHAN, PE—SEA LEVEL RISE/CLIMATE CHANGE/RESILIENCY I 31years of engineering experience with primaryexpertise in the fight against sea level rising -MN 9 9 P P 9 9 - &climate change and hardening facilities against them J. _ • Experienced in utilities and public works facility hardening against severe weather events and li f;il;rilifi :fi till:q, climate change • Worked directly with FEMA and recovery programs, he brings firsthand experience in the damage severe weather events can cause to utilities and how to harden them j • Providing climate change and resiliency design services for the City of Oldsmar's new WRF administration building and the City's Resiliency Action Plan ` JEFFREY TROUTMAN, PE—STRUCTURAL&COASTAL ENGINEERING * i ' ' ■ 3o years of structural engineering experience, ' Provides design,structural condition assessments/inspections,forensic investigation services -- " and reports for a variety of buildings and structures—including water and wastewater facilities. C . ' • Design of coastal protection structures/facilities ■ Provides building and hardening assessments ; u... PETE BOTTONE, PWS,CERP—ECOLOGICAL SERVICES '� 4 ■ Routinely performs wetland delineations/mitigation,environmental assessments,and species surveys for Ardurra's water and wastewater system projects '° • Provides monitoring CEI work to prepare daily reporting logs to the client for compliance 1. with permit conditions ' `` ` P , • Performs environmental monitoring during construction to protect the ecology • Prepares Environmental Impact Plans&project specific plans such as Frac Out Plans Bid 2022-122-ND -149- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Ardurra has the technical expertise to perform the core services of this contract with extensive local experience performing similar services for Miami Beach and Miami-Dade Water&Sewer Department. We will be utilizing subconsultants chosen for their expertise in their respective fields,their local presence,previous work with the City of Miami Beach and for our teamwork together on common projects. PUBLIC RELATIONS/OUTREACH MEDIA RELATIONS GROUP, LLC ^/� • Established in zoos ' �' 1 R G • Local Team with Local Media Relations/Outreach Experience • Extensive experience in providing public information/outreach to the City of Miami Beach Media Relations Group,LLC(MRG),located in Palmetto Bay,Florida, serves as a spokesperson for clients and provides media relations services in f both English and Spanish. MRG also offers marketing and graphic design -�' services,organization of business interests,and grassroots door-to-door 3 . .. consensus building. MRG services include,but are not limited to, 13 4 development of fact sheets,weekly advisories,and updates;on-site,door- - - -;,'N • to-door outreach and stakeholder coordination;and holding public meetings 117- and assisting with workshops. . .- '' .r,, -, ; Leading the Public Relations/Outreach services will be t�,1 �� ' Alicia Gonzalez. Alicia has served as a Principal of Media }-'' " Relations Group,LLC,since its inception in 1999,and d ,i manages MRG's City of Miami Beach projects.She has ��'� ' ' successfully executed campaigns for the City,Florida An important aspect of the .1 company's success is the - - Department of Transportation(Districts Four and Six), personal contact made with Miami-Dade Expressway Authority(MDX)and Florida's Turnpike Enterprise residents and business `' at all phases including Project Development and Environment(PD&E), owners,as well as MRG's Design,Design-Build and Construction. established relationships with government officials, MRG is either currently involved in or has successfully completed several community leaders Miami Beach projects and they are listed below. and the media. • City of Miami Beach Public Works Department Sanitary Sewer Evaluation Survey(SSES)Project • City of Miami Beach 11 Street Infrastructure and Roadway Improvements • City of Miami Beach Sunset Islands 3 and 4 Right of Way Improvements Project • City of Miami Beach South Pointe Park Landscape Rehabilitation Project • City of Miami Beach Public Information Services Right of Way and Facilities Construction Contract • City of Miami Beach Central Bayshore South Neighborhood Improvements Project • City of Miami Beach I.Street Improvements Project • City of Miami Beach Palm and Hibiscus Islands Right of Way Improvements Project Bid 2022-122-ND -150- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION MECHANICAL & ELECTRICAL ENGINEERING LOUIS J.AGUIRRE&ASSOCIATES, PA LLWII • 5o+Years Mechanical/Electrical • Local Experience • LEED accredited professionals • Working with Ardurra on several City of Miami-Beach water and sewer projects • Miami Dade County SBE Louis J Aguirre&Associates,PA(Aguirre)was . Similar Experience/Teamwork • established in 197o and is a respected firm focusing on • Aguirre has served as a MEP providing reliable mechanical/electrical subconsultant to Ardurra for over 9 engineering. They have provided designs for the City of I years.Leading the electrical services Miami,Miami-Dade County,Florida Department of will be Louis Aguirre,PE, LEED AP Transportation,Miami International Airport,Jackson _ who provided electrical engineering Health Systems,and Miami Dade County Public Schools ' A,' _ and for the School Board of Broward County. services,as a subconsultantto Ardurra,for the Miami-Dade County Water&Sewer They are a Member of the U.S.Green Building Council Department Pump Station Improvement Program pump since not,.and have six LEED Accredited professionals station design projects. on staff knowledgeable in providing environmentally Mechanical engineering will be provided by Eduardo friendly mechanical/HVAC/Plumbing and Electrical Suarez,PE who is also LEED accredited professional and designs. brings over zo years of mechanical engineering experience. STRUCTURAL ENGINEERING EASTERN ENGINEERING, INC. Eastern • Established in zoos MC Engineering Group • Local Team • Local experience including civil/structural engineering for the City of Miami Beach ■ Subconsultant to Ardurra on MDWASD Pump Stations Projects ■ Miami Dade County SBE Eastern Engineering Group, Inc.is a professional firm Similar Experience/Teamwork that specializes in structural engineering consulting �t , Leading the services will be Raissa services for building structures and associated specialty Lopez,PE. Raissa brings over 25 years components,expertly handling the structural portion of 4r; of experience and Gonzalez Paz,PE a project from start to finish.They perform structural ' '` who brings 25 years'experience. As a engineering for a variety of projects,including civil and subconsultant to Ardurra,Raissa has public works projects,marine facilities and for municipal, , „„ r provided structural engineering design /governmental facilities,including pump and assessments to our municipal clients'projects stations. Their projects often require working with including structural design services for several pump multidisciplinary teams in close coordination and ' stations for the Miami-Dade County WASD Pump adjusting to owners'requests as the project progresses. Station Improvement Program over the last 14 years. Their Florida Special Inspector License adds value for They both bring experience with the City of Miami clients when inspections have been required to their ' Beach projects. threshold type building. Bid 2022-122-ND -151- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION GEOTECHNICAL ENGINEERING - --- - - - --------------------------- GEOSOL, INC. Eramil.lwirms • Established in 2000 13EO$OL, • Local Team t;; 1 _, • Local experience • Extensive Geotechnical Engineering Services for Water and Sewer projects in the Miami Area • Subconsultant to Ardurra for 14 years. • Miami Dade County SBE Geosol,Inc.(GEOSOL),started as a small professional firm that was established in the year 2000.The firm has grown from 2 to 15 employees and provides geotechnical engineering and testing services,including subsurface exploration studies,laboratory testing,engineering,consulting,and design of foundation systems.The firm has a reputation for providing high quality,creative and cost-effective geotechnical engineering solutions primarily for clients in the public sector Similar Experience/Teamwork Leading the services will be Oracio Riccobono,PE. For the past 14 years,he has been a geotechnical subconsultant to Ardurra for a number of water and wastewater projects,including ` several for the City of Miami Beach and they are: ` • Fire Flow Projects Package 1—Water Main Upgrades , • Fire Flow Projects Package 2—Water Main Upgrades • Replacement Subaqueous Water Mains under Dade Canal at 22nd St and 23rd • Water Main upgrades along 41 St&Fire Flow Project 9—Water Main Upgrades They have also provided geotechnical services for a number of Ardurra's MDWASD PSIP Improvement assignments which involved force main and pump station improvements. CORROSION CONTROL CORRPRO COMPANIES, INC. Corrpro® • 65 years of experience An Aegion Company • Experts in pipeline integrity • External corrosion direct assessment • Protection and remediation of municipal water and sewer systems,including tanks,plants,etc. • Remote monitoring for long-term management • Turnkey Services:detection,correction,materials supply,and installation Corrpro Companies,Inc.is North America's largest corrosion engineering,cathodic ' =7 protection and corrosion monitoring business. For more than 65 years,Corrpro and ,, ._: 1/RII!` }, subsidiaries have been providing professional corrosion consulting and cathodic protection _ I engineering services to government agencies and municipal water,sewer and gas utilities, '� r "• • and other industries. Corrpro turnkey specialties are cathodic protection design,materials a�~ : ;: supply,construction and testingservices. Theyare experts in pipeline integrity,external `�"° P P corrosion direct assessments(ECDA)studies,AC mitigation and coatings evaluation.They provide complete construction installation services for any type of cathodic protection system for any type of structure.They also provide remote monitoring systems for long-term corrosion management. -. Bid 2022-122-ND -152- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 H. ADDITIONAL INFORMATION Corrpro's specialized expertise includes corrosion control for coastal areas,where the water tables fluctuate up to the pipe depth. For these areas,they often utilize zinc anodes instead of magnesium which will work well in both land and saltwater.By applying engineered solutions,Corrpro can eliminate corrosion of new structures and stop corrosion of existing ones. t; Their engineering and technical staff have backgrounds in metallurgical,chemical,petroleum, - _ mechanical and electrical engineering.Dirk van Oostendorp will be performing corrosion control services for the City's assignments,if needed.In addition to being a registered professional z f®' engineer,Dirk van Oostendorp brings over 4o years of experience in his field and is NACE , _,+ International Certified Cathodic Protection Specialist. ARDURRA HAS A DEEP BENCH OF RESOURCES AVAILABLE TO MEET THE NEEDS OF THIS CONTRACT At Ardurra, we are able to manage multiple projects and a variety of services through our abundant workforce, both locally and nationwide, and our established workload planning and management protocols and procedures. Our managers maintain workload projections for each Projected Workload 2022-2023 department's staff so that they can properly predict staffing needs for the upcoming weeks and months. Staff 100% -- reports are reviewed weekly to schedule deadlines and 90% , work assignments.Department Managers also anticipate 80% ' 4' future contracts and Task Orders in their projections to 700° ; — ensure continued access and availability of selected staff 60% and resources. 40% ; a 30% — — — -- — — — These projections allow us to compare upcoming work 20% — versus the availability of key staff to ensure that we have 10% ' — adequate manpower available for our projects. Ardurra's 0% typical utilization averages between 6o-65%annually. By aJ J� (29 o4 2.C\ doing so we are able to properly serve our clients and PQc\� �oc��Qe����o� maintain a high level of personal service. , Month I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE—March 11, 2022 _ ' 1 r 33.NAME AND TITLE: Christopher F.Kuzle ,PE—Director Bid 2022-122-ND -153- • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM �� ARDURRA LICENSES rt ' diapr D {, Rt t of �iOn HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE SEARCH OPTIONS 9:05:00Ahf.3/1512022 A for a License Data Contained In Search Results Is Current As Of 03115I2022 09:93 AM Pay Search Results Verify a Licensee Please see our glossary of terms for an explanation of the license status shown in these search results. Vein Food&.L'odging Inspections 'For additional information,including any complaints or discipline,click'on the name._ File a Cornplairih Name.• Li • cense ' 'License Type Name Number!' StatuslExpires' TYP., Continuing Education Gourse ' Rank ' Search Registry ARDURRA GROUP,INC. Primary 2610 Current View Application•Status Registry rind Eitam'Information Maid Address'.4921 MEMORIAL HIGHWAY TAMPA,FL 33634 "6'-"'` Florida y <,": �f�•,, Department of Agriculture and Consumer Services exw�in , Division of Consumer Services • License No:LB2610 s /n`. Board of Professional Surveyors and Mappers 'r€ 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Expiration Date February 28,2023 F�t`� i Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes • ARDURRA GROUP,INC. 4921 MEMORIAL HWY STE 300 „� ' TAMPA,FL 33634-7507 (1 .I..I V�, *Ad NICOLE"NIKKI"FRIED COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and mapper whose name and redress are shown above is licensed as required by Chapter 472,Florida Statutes. Bid 2022-122-ND -154- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM A/ ARDURRA , .,.. . Setpa e.. .'Of.:, .. ' ort a D.. rtinent of: State . .. . • it.eitio kohl the.te.tokd&dads.offiee that 4RDUltiik diZ.OUP'i corporation organized under the laws of the State of Florida,filect.'04POCen4i.er. ' 'Ow:doguitiplit-itioVor;of ti000tofiptifi$.555540.,. Iffiiithetc'eft4:that'said dotpcitatiOftlias,,paidAll'fee ,dile thi§ ffied.tittough December 31, 2022,that its most recent annual teliOttAmifbmblisiftess.teport '.waS'filpd'ott.January 27, 2022, arid thatAts*atm is:adive: ' i . _ .. . -I fiitthey,cettifY_that said 01-p'Qration hasqlot bledArtiaes:o,11)iSso1ritipx. Given imiter tzar hqnc and and the. 1 ,OvagSeat qffhe*de of Florida at Tallohasiee,the eapiii4 this • the.ilijerity4 eveiggi•elgt Of .iaiiiiepy,,2022: ....,— ,:-"" .:...:,..'• )14.*‘: '.',j_7 7 -,- '---'•.„-:\ •-•'• i: 147...-r-'''.'.":....7e,,, I' , . )PIA1)411W i Secretary'.ofState . ._ . TyaCkifigNiAnIll?-ct 576014433584CC To aiithentic4.e:this.certiticiteiiiiit,the foliowint iitO,enter*his'number,and theif folicp thp:insiNdions displayed. • 4itiii;i4erViceb#,orgiAtippiCfft.iticateCifStretui/peititicateA4the..nt4c4iig: , •. . - . B i i 2022-122-ND -155- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM A/ ARDURRA I. ..Dank l FBPE11 ia4 � ...FBPE• ''' �`� gut. ®�tR'h�� ll a, ' _ STATE OFFLORIDA' STATE OF FLORIDA' .r . BOARDOFP 1FESSlOSNALENGINEERS BOARD OFPROV NALENGINEE_RS. k1 ii�II..,,, c NERH_EIH C t g THE PROFESIONNAL VGINEERHEAHHI33U1 ED UNDER THE• 7HE PROFESS10ta'A,L4 fdIERRkRfi1�IIC FOUNDER THE PROVIEIDAO R,:iTi FTARI/A TOTES ,PROYISIOrIS•OCCHAPTER 471 FLORIt)A T TOTES. • • �� _ h&kSEAI1 KZt CHRIS70PHRiFRANK C� 110f OBIF DD -�y v OIAS r. �8 . ll -yam ,n I r c 1 ( LICENSE EnER WB 19 • I LICENSE,tiUTdBER:;wax . .I EXPIRATION DATE:FEBRUARY 20;2023 - EXPIRATION DATE FEBRUARY 28,2023' AlsmvedN&emesarcbt Hvilork:Akadecom 'Al.rar;FAT,kmxs wane a Mribild+Uiemeaom I r.•r� Do not AterthiidoE entlniri firm' ,I - .Do not Ytmtlbdocw,mth,arryfo,m. • y: TN:kyarliemsettie ut vrWtaaerpreatl,a tkntheReesacerortn tNs document. a.. T—. TNs lsyar Ecenu.tthsrda.,uI taranyoneotner the tMFttnsaetoesa this doe onoo. Co Q 1 L " H• R,6G , ,.T R.,......... n Wt...SG.....A I 4` FBPE a FBPE K~ � eteO � STATEOFFLORIDA STATEFLORIDA' •BOARD OF PROFRSIONAL ENGINEERS BOARD OF P O 0 L ENGINEERS THE PROFESION ENGINEERitEREW{��I�LENSSED UNDER THE THEPROFESIOtNAtv,DINEERH 1SZ,ENSED UNDER THE _PROWS! ORrl-tCHAPTER4Zs FLORI�AST TOTES ..PROVISI SOFC t.,r4!",„.....,,,,:i ' -44tr- \‘It, ' • ,.. ...., MAr STD YAGUSTI[�J EDUARkO MO.�Gf�,VIS-SA K �:� rWi ad •nn`° 'a•�M18r85iV,'15TA,V�hU�{ 1943sNY72$TEEt, -�� air g t� t� -�DORAI: -� rp.,-- e'a l fin uMl�'1'?Fe3ii2s .sa • I UCENSEPIUMBEA:0 1 I 11111111Mh1==t2M11111 I EXPIRATION CATE FEBRUARY20,2023 EXPIRATION DATE:FEBRUARYZ0,2023 Mrayf 0TE[OMbM4M A M01:600kenxaw nlxmrerty HerEesaie,t Mrfmiettkm'o IL- E3 Donn!alter tHs document in anrrmm .4+ru Dona alt.thisdoaarcnt lomrn.ro it .ram,.• ,DASH mrEamse.ItA snbreltd hia,ya,eethirdun tle:Imo:et to use0w0omrrent. TT wa. •7Nsk your Ham.nh unlawful tar anvwcaM than the Goeutet to u.e Wfaawrent. t4.�v 4FBPE :4 ..n,.5 . ®FBPE' ,`k', tea. �y r. STATE OFFLORIDA STATE OFFLORIDA k1. BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFEHSSSIIONAL_®GINEERS �� ar.; THE PROFESSIO���y�NL'INFE HE EIM UCFNSED UNDER THE THE PROEESSMA,ELNGINEEITADTE?i1,5`..CEN$ED UNDERTHE NA _���_--. S PROVISIOi• OECFtAPT 471 AST 7UTES PROVWONSOE' 47f A�ATUTES .17,011"fr,,tH, MA�RISTAN• 7 RICARDOAGUSIIN t�ODRIGUEZ.JUAN�,JOSE C 335AlitKESIQEGA jb is-,,, S20WdtElil�V„40 0 • '.Ld `VIEa T.,-;ifFL33320-11 il„:/ 16T40?' .I UCENSEF+DNBERP DONRATION DATE FEBRUARY 28.2023 DIPIRATION DATE FEBRUARY20,2023 H.7A+KrNy Fornesmd,ex•AASAAdAlo metan. AbN•e dvAms...:Aeu HyAcelaNkemetao CI EL .4'•rr ' •'e.; Do netaltorthis document E,am Form. ^ Do not after this document In arr tom tom• Disk yam limo.itkut..1 for anyone other tM the oornsoe to vsv this document. ro ThA A your E<ensa I Is udaMul ler anyone other Wn the rcrosea to not this docment. Bid 2022-122-ND -�56- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM ARDURRA . . . 1 ..,ktT, ta...4..;?arinw , . . •4 FBOE1 ...1.,42...4 am „.C.,..ree. ,..A... ,,,,...-._ . :ift:4i-p?A . A FBPE1 . kIr...41..-1.:. •VO. ,• STATE OF FLORIDA' STATE OF FLORIDA z....4.0....zti i -1--.,.Iv, • " • , . . . 1 ., .• . . BOARD OF PRO -JOtrIAL ENGINEERS . . , BOARD OF PROFESSIONAL 4*---ifigral':-. THE PROFESSIDtag IliAZIS CSED UNDER THE 'iHE PROFESSIOS" NM 11 1.11141ED UNMADE V EA ._, _......,,, ,__._ „..v.,,,,,, , 7,„,„ „yr TU19.5 . ' .. • DAIDV151, 5 Aryii4act-toiii or TU7ES . i • " .'ei t'.711:1.11:1_ _: 7\••'`e, , . . . : -.. . , • , k . . .....--",te,, 7..crzl.•. ',...: . . 1U OU.TPANJEFfAl_ETO . . • ''. ,1 S.143ATCREVODroWar \ IlilWalVD-R19-4.2-#.' • ,,,,..,. ..,.., -'i Cita,4,'' ..,,' • • '"''....-'•711..›.1tV 41.;-.1;!•../.. •.\....4. .,5., J--Ts.c.' . : P.A.D4DISt. • 09 IMMEMEMZ.L* 20.11.1. . I ' EDRAATION DATElFEDRUARY 28,2023 .EXPIRATION DA •FEBRUARY 26,2023 !.linnA;An..licenne;ortni"at nesfisanaLkense.corn oll..amerIty4;;ninc...;1.1~.114.1cuseam i -4'- , De nee nicer tiidectenent In" farm •Doncc&el disdocurann h.any Cann. I I ".........W.... . *.•,,,„.."",',' .U. o , ... "...• . •lAls ts your&me.it herds...hake anyone ether nun tie liCensee town tNs in...sent: 0..:' . 'a•....,.1. Is yurocense.Ft Is unlawful for anyoneotha than the licensee to use Ws&amens, 1 , 4„1:.,,s imlAded•Gre .,..._f c ite.p...c.a..... .4. ..- FBPE ,A4.1,:. rBPE1 1 4...-...., 4 I I kt: ''. -... ., STATEOF FI.OFUDA ,..-..•...,e- STATE OF FLORIDA , . BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS 1 ...,'=."•crt-. .":••:"Itai.NTA--*•,,,,, ISEEKSOFESSIODA1:1AD.7956115:1561pENSEDUADERTHE THEPROS1351CISPWARKEERUGGCSEDUNDIA111.1E PRovesbatito,FLrurozAir.FrosrAirmzs PROVIS119t.CLIA.97Warnia/49."FURS •-"'•."17.:s-,-.-.7,-e",:.f; ...",._-_-=--..„.•:fr.'•,, i ,_-, .,-..,.. i„-I-Mrk„tv., i fri,Y-7./1;7:4110 r=-,-,..,'_-='-*-7,"‘,•.`,-,;--; 1 .?s-z•t-VriAffr.-4-.c'-:1•-:-:,--,'_'L''': . '...."11.--5.,-.,-; .-k- & 1--,;; FASCHAWADt.,114- ....3 MoiRsTR ,..tiERBERT=REVH „73105APDODYAST .7.- . 15",k,/ •Cp'lifEW.D , 70124..)..li •, .P'r:..„ ..SC 2962 4 . . 4,- ,..e...... '..•.A, 1 •-'''7'-.,-Z.L.!:44),:''.'''--LV-...:..46:'i .49..\7-.7.4-- -" " 'IY4C, I "'9,".:'-..4".'-"-- -.2. 1.-?='-"..." •.. ..3.0.-> . ,•--;_..----en..ti....... ._ , .p -* , LICEENUMBEIDDE8302.0 i .1 liSENSEnDOISTIDDDIn39 i EMPIRATSON DATe-FIDIDUARY251.2023 Unit/MON DATCFEBRUARY2A2023 nsns.s.,-9,clice.sesecik.easlintftedsliee.sen., fi.vra met Ikantscrine A Alyfloribliancsemar. . 1:11 v.S..0 4.al.c.V: Da nom:ter Cis efiaxament".•any lonm :`"4-1 ; .,.,.,....,..il' Do rat al;er eis downer*il aly tam .'59'..f: • , '....,,- ibis b Eicense.eta aimed Ssarsapaneatherthan Me Stamm Come this 6=f_ .-......,.. this is snearlicense.Ili Is isstraul tor Armen ocher than the kerne<te...tin&anent I — 1 --- . — - --- - . ...3,7,.,_ .........cm. . • 4.-..."," ...........G-... • AFBPE' A. A di FBPE p-.. , ''''I.':•;'...,60 STATE OF FLORIDA STATE OF FLORIDA' . . ."BOARD OF PROFESS_IONAL ENGINEERS ' BOARD OF PROFESSIONAL ENGINEERS NNFER EKED U DER THE nEKONES59314111-79ftka„„...fik niEkoFFssioNdm.ocnicar , _.4.1.Fp1SEDUNDERTHE PROViSI• '0409:_0091:17A}KKOltitlityr Tures .r k peovIPOIGOF.STER brkrIONOAjtrures cfet, -T-7-44W,..7MS6 ' iffVf.:• -•..:-r•-,..,.-5' + . ‘ ii .-i•4- 'k.:1.:''''',' jt, ' ...c." ,.-..).1'''°..P.,4:re7-, :*-,i--:, '1:„...',EARSOrii•D%FET.,...0 TNIRNA4MEWAMINT i •s-nY `4-,6'I-••• . '9,3, 10EN WA 0130e/7,04 \r6r3i4. 5.1.47-40-1GrOtr*Vile . IAN*LAIOtSW FI:3463,. .1 UCENSENONIBM Pf314.44 I LICENSE ,13L• • .S5 , EXPIRATION DATgfEDROARY 28.2023 I EXPIRATION DATE-FEBRUARY 2A 2023 . Always re/Ify Ikentes craw ai 1.101oldsikemosOn3 Ahoy.mityReinses care r.MOlonabLiterecanm •• 0.in Ate thh documen t 1;1 any form ..,0 0 Dot , . Went atter thhctsc.enent 41 any kens •...'7. This if your(cense.111.1 unlawful for snyor.other than the liDerrxe tome this Oscument. 4:8•f4 This blow Dere.It h unlawful ler anyone caner than the licensee to use this document El crf ,. El• ..‘ , --- -- --- --- Bid 2022-122-ND -157- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM A,/ ARDURRA m.tye: ire�.. � �Gamma..s> �FBPE FBPE1 p � • u•"'Y•'� STATE OF FLORIDA' r..::.°•W:'= • `�, STATE OF FLORIDA BOARD OF PROF SIONALENGINEERS BOARD OFP PFESSSIIONALENGINEERS C��'�`..,�,, , .THE PROFESSO -ItINEERH-ER I�iCENSEDUNDER 7NE THE PROFESSIO mottHERE1I3 D DUNDERTHE -0r• PROVISI T -AJliFCORi�DAJSTATUTES " . `PROVISI• f• Q� tiii FCORIDA TUTES• i 1 MED1NA'ata,-z',� l PAzMON Ate er a+ % 9.311 AISTSTaRE rC N .• '.'44J77 Akip-- FL3316S te1.4Rr EI:3312t. EXPIRATION DATE FEBRUARY 28,2023 - EXPIRATION DATE FEBRyARY 2E4 2023 . AMNssmfY6vsuaon4a at MFbrmUinuewm , AM+Y•s?rM Rtenur wave N NyfbMatkenuoan • T. yk , a D • Aci Do not afur Uiisdaumrnlmaryfarm. ai�m!'•- Donn akaiNf0.mo/t In any farm •'err->�o. This h yde&mse.R h udTdJ for anyone other Oils the Oconee to use this[toaanmt O• ., TAhhyarf<enu.RhuNawh+IMarvmnoUalhanNe 4uueefoseo Wsdutment._ --- _ -- __ __ _ a'.a sbnDeLuseo+•a an�..a Att.F8PE' + AFBPE elr u STATE OF FLORIDA STATE OFFLORIDA ' BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESLON�A�ENNG:LNEER trHERELtj06,iI b ED UNDER THE THE PROFESS etOREERL ERE0t IJCENSED UNDER THE PROVIS SOtael-Nr R,•,6J1 FEORID TA�•''TUTES PROVISIOt S te` - JLFLOttI•AAiTATUFES P,u�yU,�D.eO.D v1D-�SANTOfGO, 1SM�IL,AD AN&1�r 1 V•cv0."hb,23bMlIOPTiIaYE " 5po0;SyYaT1{FIREETAPT,213 e t7 DD �3ve t7V"tnlAg+ . ct3ava a • 1 tICBtSE'tSuNWFA:PERl026 ' I uCBISEHUh1BER.E7601a EXPIRATION DATE:FEORUARY28,2023 EXPIRATION DATE-FEBRUARY 2B,2023 Matowon/A.m.Deno at NYI kanoxorn • Always verity 4aenmGe al NYtto itentoeam 0,- ti.,-t noiDonaallerNhdaure Ci: +itOtarry horn ,. 4 � Do not aka.Nei0coanaCmxry fan ❑'u Y... inhh your lame.Rhu;hwh/for anvarealer lion the lzmue to we this demon. OF i°� __ ____ _ Is yaw 6'cenalt heeiawfal/oranyase oUuthantMlke Deer buutNsdoumrnl -- `Oa�,R D•aweAe•.dwar LD asill...sown, �FBPE,i St 3 4 FBPE ..t' ki �� ,4"," ��. •. STATE OF FLORIDA : STATE OF FLORIOA- BOARD OF PROFESSIONALENGINEERS BOARD OF PROFESSIONAL ENGINEERS 1 THE PROFESSIONRL EH�i1NEERH- LICENSED UNDER THE THE PROFESSIONAL �i1NEE4 EI_,}S�CENSEU UNDER THE PROVLSIp�7�pF' AAJ!FEDRIDA$TATUTES PROVISI017' CHIFTERrI47LFEORIDA•tiT TUTS ' •ECIALA� E4�IOyErti.0!,01�4 ffp''�, ;-��'-�y�•_.�' j `.IoPEZFRAIguR QUELL tiRICC BONO OR�rAACfO ,RC 340f,NWI ;6dAV w-Itt i, 8' •:'i• 2 65.,-- �RIYE:..' L� MI irt...,, FNJ312z - 'y toxh, nr33327 Tksr EXPIRATION DATE FEBRUARY2A 2023 EXPIRATION DATE FEBRUARY28,2023 Alnays vont,&eaet online st NyfbsNatkmxmm Moats natty&met aim at 1•011o.dal3oWeoan , i O. El O��r„61C7 ti Do, attathis document m erryan. 34:V f Do not alter this document In any tom ' fa+`.,: ThlsHyaw Om/m.1th ulawful for ammo othetOw the Sunsceb son NhdoDrment. 0 1ti This Isyour Remo.It It uJawfId for mono other than the Santee tome Ns dodo-neat. Bid 2022-122-ND -158- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM /\,/ ARDURRA 41175 '. ' ' • FBPE.! Y Z � 'STATE OFFLORIDA' n'�. , ~ STATE of FLORIDA' i '. DEPARTMENTOFBUSINESS AND PROFESSIONAL'REGULATION ' '80ARDOFPgOF�S$JGINEERS I -BOARDOFLANAESCP,t:ARCHITECTURE �_**'TYLC' "1 J THE PR6rESSIO l.LETIWNEEN aptED UNOERTHE THEIANDSCAPEVte ajLEFIN RY, TV UNDER THE ,. PROMS• S'OCHAPTERb7 tilARiit7A TUTES PROVISI SOFCHIfPTEtf'�ti11:fIORIGA�S�T 7UfE5'' i e Agee �Q• F� '- f .- i UIRRE, OUTS 1,GAI13A f 1O N rV7115� cY4°n}iwahnx4 c i ',Se, .to caPt v v 41 S DTIRATION DATE .,.UARY2q'M03. 1 t..a DORATION DATE:NOVEMBER 3O,mk A anima � I .0!•M1vwW BinitefaHeat Ntsentiketnfuce. ' - O - D , •tiCx,« miu rot wteetN;axwrtminmama. I �'�?:'�, .. . a , DO;matte;W;deennentin wry tom. �n•"ncY . 7ulfhyprGteme.Ith uKxAlE farmYurepMtNn Me Gtemeetoufe tlitdeaanert. 1 Inc,';',t . D `� •'�3• This byart4emelibunlawful tor swore adW thane*licensee tome Wfdanment' L LICENSEE SEARCH•OPTIONS 12:02:35 PM 3/15/2022 Data Contained In Search Results Is Current As Of 03/15/2022 12:01-PM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information,including any complaints or discipline,click on the name. Na License License Type Name• me-type Number/ Status/Expires hank Registry LOUIS J.AGUIRRE&ASSOCIATES,P.A. Primary Registry ' Current Main Address*: 9150 SOUTH DADELAND BOULEVARD MIAMI,FL 33156 Mailing Address*:9150 SOUTH DADELAND BOULEVARD MIAMI,FL 33156 Back New Search *denotes. Main Address-This address is the Primary Address on file. Mailing Address-This is the address where-the mail associated with a particular license will be sent(if different from the Main or License Location 6° d R o r Pla;irtrn?nt�f eil§ne4s Z'cl O,.: 0t1c it£gUliits0r1 HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE SEARCH OPTIONS 7:06:54 PM 3/1512022 Apptyior a License Data Contained In'Search Results Is Current As Of 03/16/2022 07:06 PM. Search Results Verify a Licensee Please see our glossary of terms for an explanation of the license status shown In these search results. View Food di Lodging Inspections For additional information,including any complaints Or discipline,click on the name. File a Complaint .. Na-me• .License • ,Licer 4 Type' Name Type: .NUMher/ StataslEicpires+ Continuing Education Course - . Rank Search Registry GEOSOL,INC. Primary e530 Current View Application Status Registry Find Exam inlormatien• License Location Address*: 5975-A NW 151ST STREET MIAMI LAKES,FL33D14 Main Address': 5795-A NW 151ST STREET MIAMI LAKES,FL33D14 I lntinrnsed'Artivity Srarrfi - - Bid 2022-122-ND -�59- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 PROFESSIONAL LICENSES FOR THE FIRMS AND TEAM A,/ ARDURRA - t. Wl i di,,,prklamrszaciffle3?upsimi u HOME CONTACT US MY ACCOUNT yam* 0 ONLINE SERVICES LICENSEE SEARCH OPTIONS 7::07:40 PM 3/15/2022 Apply for.a.Licene- Data Contained In.Search Results'Is Current As Of 03/1512022 07:05 PM. Search Results Verify a-Licensee Please see our glossary of terms for an explanation of the license status shown in these search results. View.•,Food&Lodging;inspecudns For additional information,including any complaints or discipline,click on the name. File a C owplaint. - License 'L•icense•Type Name Name 'Numberl ;StatlisiEaipires Contmuirtg Education Course Type Rank' Search 26655 ViewAeplicetiixl Status Registry EASTERN ENGINEERING GROUP COMPANY Primary, Registry Current Find Exam Info n-IAan Main Address*:3401 I'1W82AVENUE 18AMI.FL•33122 Unlicensed Activity Search A &1 Deiinguent�irwoice&Activity; Back New Search w.•�- � •.Florida Department of Ai;riculturq and C:onsumcr:icrcirs'- -r^�+ •d��)`s'e - - Diyislon of Consumer Servig . ' - 1.arense No.:LS6052 1 sY `r'.�a41• • Bonrd•or-Proreuional Surveyors and Mappers i$ ,� 21105 iApalnchee Pksmy'rallah:Luca:,F3oridn 32399-(500. Expiration pate• I bruury 28,2023 Professional,Surveyor and Mapper License . - -Under the provisions of Chapter 472,FloridiaStatutes' ' ' - . FETE DIAZ ' - • - - • CW UTLER E 184 TERRACE,FL 315 -• p�yj4 " /__ CUTLCR BAY,FL 33t57 - n � w"-"` . - • • - - - - . - NICOLE"NIKKI"FRIED -. • , . . . . . - COMMISSIONER OF AGRICULTURE . i This is to cenify,lot the pmfussional surv<yw and nnpper wiresa tsund and address air strewn above-is!incased as.reciuired by Chnpcer 472,Ilurida Statures: Society of Wetland Scientials STATE OF ALABAMA Professional Certification Program,Inc m!a'�laa.�c.aat�a ,. w.a_ ... . , r.—E,c ,sg.ouros,?vat s r-' 202212023 Professional Wetland Scientist BENJAMIN CLARK'L:AWRENCE M Pctcrd.Honour isdJyrCent,ed0s0 tr meleld�cde.a�..re .r .».a:tdwc1S:mc, PRCCESSIONt:LBsiGilEER' u:mt °� .rn �.°..a Us-6w=,,,• Lfoenstf Ni tuber PEi9985 r .ti. t BELS, . pp�t���' ' ._t� . 12/31/2023 . ... '. William R.Hu t , E'moaseOiredor Bid 2022-122-ND -160- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS �•SOLICITATION NUMBER(If any) _ __ _ 2022 122 NC _ PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seekin.work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED { .UNIQ IER UE ENTITY Ardurra Group, Inc. 109-298-1521 2b.STREET 5.OWNERSHIP 8700 West Flagler Street, Ste 180 ( 2c.CITY I 2d.STATE 2e.ZIP CODE a. TYPE Miami • 1 FL 33174 Corporation. 6a.POINT OF CONTACT NAME AND TITLE { b. SMALL BUSINESS STATUS Agustin Maristany, PE, Technical Director f N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 1 7.NAME OF FIRM(If block 2a is a branch office). 786,656.4045 -aman Ardurra Group,Inc. stany@ardurra.com _ 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 1 8C.UNTQUE ENTITY-7- I IDENTIFIER King g Engineering Associates, Inc. 1 1977 09-298-1521 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a• (2) a.Profile Revenue b.Experience Function b.Discipline (1)FIRM Branch Code ' Index Code Office ' Number 02 Administrative 137 12 B02 ! Bridges 3 06 Architect 3 C07 I Coastal Engineering 4 08 1 CADD Technician 59 1 C10 Commercial Buildings 3 12 Civil Engineer 86 3 C15 Construction Mgmt 5 15 Construction Inspector/Manager 74 4 D02 i Dams(Earth,Rock,Dikes,Levees) 4 23 ---EnvironmentalEngineer 1 D03 Desalination __-.___._.__-----3___-. 24 Environmental Scientist 19 D08 I Dredging,Studies and Design 3 32 Hydraulic Engineer 5 1 E01 Ecological Investigations 3 38 Land Surveyor 18 I 1 E02 I Educational Facilities 2 39 Landscape Architect 3 E09 I Environmental Impact Studies 5 47 Planner:Urban/Regional 5 H01 Harbors:Jetties;Piers;Ship Terminals 2 48 Project Manager I 141 H06 High-Rise Buildings 1 52 Sanitary Engineer . 40 4 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 H09 i Hospitals&Medical Facilities 2 58 Technical/Analyst 42 H11 ! Housing 6 62 Water Resources Engineer 41 2_ 101 Industrial Buildings 3 - 103 Industrial Waste Treatment _ 1 106 Irrigation;Drainage 2 L02 i Land Surveying 6 L03 Landscape Architecture _ ____ _- 2--__ , MO1 { Ma ping Systems 2 I NO2 Navigation Structures,Locks 1 _ P05 i Planning(Community;Reg.Area) 2 Field Representatives 20 _ , PO4 , Pipelines I 4 Surveying Crew&Technician 79 2 ___I P05 ' Regional Planning_ 4 Construction Field Representative I 27 R04 ' Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist 1 5 R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer - _ ' 6 -__-_ R11 Rivers;Canals;Waterways;Flood - _- 6 Emergency Management - X • 12 _ SO4 Sewage Collection;Treatment_Disposal 7 I S07 ! Solid Waste;Incineration;Landfill 6 . 1 S09 I Structural Design;Specialty Structures 4 S10 Surveying;Platting;Mapping 6 _ S13 Stormwater 3 - - T04 Topographic Surveying&Mapping 6 t - WW02 ;Water Resources;Hydrology 3 Total - 830 L 30 _ I WW03-_ Water Supply,_Treatment&Distribution_ 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million "Insert revenue index number shown at right) --__ 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin. is a statement of facts. a. ATUR I b.DATE I March 11,2022 c.NAME AND TITLE - Christopher F. Kuzler, PE, Director Bid 2022-122-ND -161- DocuSign Envelope ID:59.D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS ; 1.SOLICITATION NUMBER(If any) 2022-122 ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices, complete for each specific branch office seekin.work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR STABLISHED .UNIQUE ENTITY Ardurra Group, Inc. 2018 ETIFIE09-298-1521 2b.STREET 5.OWNERSHIP 4921 Memorial Highway, Suite 300 _ 2c.CITY • 2d.STATE 2e.ZIP CODE a. TYPE Tampa FL 33634 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Christopher F. Kuzler, PE, Director/Managing Principal _ N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 813.880.8881 ckuzler@ardurra.com •_ 8a.FORMER FIRM NAME(S)(If any) —8b.YR. j 8c.UNIQUE ENTITY • ESTABLISHED 1 IDENTIFIER King Engineering Associates, Inc. 1977 09-298-1521 10.PROFILE OF FIRM'S EXPERIENCE AN 9.EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees C. Function (2) a.Profile b.Experience Revenue Code b.Discipline (1)FIRM Branch Code ,Office Number 02 Administrative _ 137 22 B02 Bridges 3 06 Architect 3 C07 Coastal Engineering 4 • 08 CADD Technician 59 _ 16 C10 Commercial Buildings --_ _ 3 12 Civil Engineer 86 12 C15 Construction Mgmt 5 15 Construction Inspector/Manager 74 1 D02— Dams(Earth,Rock,Dikes,Levees) 4 23 —__Environmental Engineer _ -_ 1 D03__- _ Desalination ^_ , 3 _- 24 Environmental Scientist _— 19 7 DOS Dredging,Studies and Design 3 •32 Hydraulic Engineer I 5 E01 Ecological Investigations 3 38 Land Surveyor 18 3 E02 Educational Facilities 2 39 Landscape Architect 3 2 E09 I Environmental Impact Studies 5 47 Planner:Urban/Regional 5 1 H01 ( Harbors:Jetties;Piers;Ship Terminals 2 48 I Project Manager 141 H06 High-Rise Buildings 1 52 Sanitary Engineer 40 16 r H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 H09 ' Hospitals&Medical Facilities 2 58 Technical/Analyst 42 1 H11 Housing 6 62 ' Water Resources Engineer 41 . 6 101 Industrial Buildings 3 103 Industrial Waste Treatment 1 _ 106 Irrigation;Drainage 2 L02 Land Surveying 6 I I I LO_3 Landscape Architecture 2 MO1 Mapping_Systems 2 NO2 Navigation Structures;Locks 1 l . P05 Planning_(Community;Reg.Area) 2 L. ( Field Representatives 20 6 PO4 Pipelines — 4 r Surveying Crew&Technician 79 15 P05 Regional Planning_ 4 �_ Construction Field Representative_ 27 R04 Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist 5 R06 Rehabilitation(Buildings,Structures) 3 _ T Aquatic Engineer 6 R11 _Rivers;Canals Waterways;Flood Control 6 _ Emergency Management 12 1 SO4 Sewage Collection;Treatment;Disposal 7 S07 Solid Waste;Incineration;Landfill 6 S09 Structural Design;Specialty Structures 4 S10 Surveying;Platting;•Mapping 6 S13 Stormwater 3 T04 Topographic Surveying&Mapping 6 WW02 Water Resources;Hydrology I 3 Total --_ —�__830 109 WWO3 Water Supply,Treatment&Distribution 8 ^11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million _(Insert revenue index number shown a!right) ,_, 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 — 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work ! 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a. ATURE b.DATE • �— /�_ March 11, 2022 "` c.NAME AND TITLE Christopher F. Kuzler, PE,Director Bid 2022-122-ND • -162- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.sou NUMBER(If any) 2022 122-122-ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each specific branch office seekin.work. 3.YEAR 4.UNIQUE ENTITY 2a.FIRM(OR BRANCH OFFICE)NAME ESTABLISHED IDENTIFIER Ardurra Group, Inc. 2018 09-298-1521 2b.STREET 5.OWNERSHIP 8600 NW 17TH St, Suite 200 2c.CITY 2d.STATE 2e.ZIP CODE a. TYPE Doral 1 FL 33126 Corporation 6a.POINT OF CONTACT NAME AND TITLE T _ b. SMALL BUSINESS STATUS Walfry Pevida; PE—Principal in Charge . N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 786.228.5666 WPevida(a�PevidaHighwavDesigners.com Ardurra Group,Inc. 8a.FORMER FIRM NAME(S)(If any) 8 8c.UNIQUE ENTITY ESS ESTABLISHED IDENTIFIER Pevida Highway Designers, PLLC 2016 08-028-1523 9:EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. (2) a.Profile b.Experience Revenue Function b.Discipline (1)FIRM Branch Code Index Code OffiCe Number 02 Administrative 137 8 B02 'Bridges 3 -� 06 Architect 3 C07 Coastal Engineering 4 08 CADD Technician 59 5 C10 Commercial Buildings 3 12 Civil Engineer 86 C15 _ Construction Mgmt 5 — 15 Construction Inspector/Manager 74 IF D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 I D03 Desalination 3 1 24 Environmental Scientist _ 19 —1 D08 Dredging,Studies and Design 3 32 Hydraulic Engineer 5 E01 Ecological Investigations 3 38 Land Surveyor 18 E02 . Educational Facilities 2 39 Landscape Architect I 3 E09 Environmental Impact Studies 5 _ 47 __Planner:,Urban/Regional 5 I _H01 Harbors_Jetties;Piers_Ship Terminals 2 48 , Project Manager 141 3 H06 High-Rise Buildings 1 ( 52 I Sanitary Engineer 40 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer f 7 6 _H09 Hospitals&Medical Facilities 2 1 58 Technical/Analyst I 42 H11 Housing 6 61 Transportation 41 8 101 Industrial Buildings 3 L--_62 Water Resources Engineer 137 I 2 j 103 Industrial Waste Treatment 1 other 1 4 I 106 Irrigation;Drainage 2 __L02-_I Land Surveying — — 6 L03 Landscape Architecture 2 MO1 Mapping Systems 2 NO2 Navigation Structures,Locks 1 -- —— P05 Planning(Community;Reg.Area) 2 Field Representatives 20 I LP04 Pipelines 4 Surveying Crew&Technician 79 I P05 Regional Planning 4 Construction Field Representative i 27 � f R04 Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist _ 5 I R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer 6 _ f R11 Rivers;Canals;Waterw ys;Flood Control 6 Emergency Management ..12 SO4 Sewage Collection;Treatment;Disposal 7 S07 Solid Waste;Incineration;Landfill 6 S09 Structural Design;Specialty Structures 4 S10 Surveying;Platting;Mappirjg _ 6 { ' S13 f Stormwater 3 T04 Topographic Surveying&Mapping 6 WW02 Water Resources;Hydrology 3 Total 830 36 I WW03 Water Supply_,Treatment&Distribution 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million _ flnsert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 —1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work 10 I 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a NATUR b.DATE March 11,2022 , '11, L c.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -i63- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION2 2022 22-1 122-N ND PART II - GENERAL QUALIFICATIONS 2a.FIRM(OR BRANCH OFFICE)NAME • 3.YEAR ESTABLISHED I 4.UNIQUE ENTITY 2018 I IDENTIFIER Ardurra Group, Inc. 109-298-1521 2b.STREET 5.OWNERSHIP 3809 Peachtree Avenue, Suite 102 2c.CITY 1 2d.STATE 2e.ZIP CODE a. TYPE Wilmington f NC 28403 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Mark Weiss, PE, Practice Manager N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 910.3977.2929 �, _ _ mweiss_@ardurra.com Ardurra Group,Inc. ___ —__---� 1-8c.UNIQUE ENTITY '- 8a.FORMER FIRMNAME(S)(If any) 8b.YR.ESTABLISHED I IDENTIFIER Criser,Troutman,Tanner Consulting Engineers 1950 j 062678677 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN • ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees ; C. a.Function (2) a.Profile ,I b.Experience Revenuelndex b.Discipline (1)FIRM Branch Code Code Office Number 02 Administrative 137 2 B02 1 Bridges 3 06 Architect — — — 3 - - C07 Coastal Engineering- -- ._ 4 08 CADD Technician 59 2 C10 I Commercial Buildings 3 12 Civil Engineer 86 C15 ! Construction Mgmt 5 15 Construction Inspector/Manager 74 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 D03 Desalination �_ 3 24 *Environmental Scientist 19 D08 ; Dredging,Studies and Design 3 32 Hydraulic Engineer 5 E01 , Ecological Investigations 3 _- 38 Land Surveyor , ._ 18 E02 1 Educational Facilities _T_ 2 I 39 i Landscape Architect 3 ' 1 E09 Environmental Impact Studies 5 47 Planner:Urban/Regional 5 I H01 I Harbors:Jetties;Piers;Ship Terminals I 2 L 48 Project Manager 141 2 H06 High-Rise Buildings _ 1 52 Sanitary Engineer 40 I H07 ^Highways,Streets&Parking Lots 3 57 Structural Engineer I 7 4 H09 Hospitals&Medical Facilities 2 58 Technical/Analyst 42 H11 Housing 6 1 62 Water Resources Engineer 41 I 101 Industrial Buildings_ 3 - _ 103 Industrial Waste Treatment I 1 106 Irrigation;Drainage • 2 I _ L02 Land Surveying _ 6 _ I i L03 Landscape Architecture 2 I i I I MO1 Mapping Systems 2 _ 1 I NO2 l Navigation Structures,Locks I 1 -- P05 l,Planning(Community;Reg.Area) — 1 2 Field Representatives 20 i PO4 Pipelines 4 Surveying Crew&Technician 79 P05 Regional Planning 4 Construction Field Representative 27 1 R04 Recreational Facilities(Parks,Marinas, 3 1 etc.) GIS Specialist 5 R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer 6 R11 +Rivers;Canals;Waterways;Flood Control 6 Emergency Management —1 12 SO4 1 Sewage Collection;Treatment;Disposal 7 1 S07 I Solid Waste;Incineration;Landfill 6 S09 1 Structural Design;Specialty Structures 4 S10 Suryeying;Platting;Mapping_._ .- 6 S13 I Stormwater 3 I— T04 1 Topographic Surveying&Mapping 6 _ WWO2 ( Water Resources;Hydrology 3 _ Total 830 10 WW03 1 Water Supply,Treatment&Distribution 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) - 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work i g 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work 10 - 5.$1 million to less than$2 million 10.$50 million or greater , 12. AUTHORIZED REPRESENTATIVE The fore.oin. is a statement of facts. a ,,mir rgP) b.DATE / ill •, '7 March 11, 2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director — — _ _- Bid 2022-122-ND -i64- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS 2022-122-ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each specific branch office seeking work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 1 IDENTIFIER 4.UNIQUE ENTITY 1 Ardurra.Group, Inc. 2018 09-298-1521 2b.STREET 5.OWNERSHIP 3 Linwa Boulevard 2c.CITY 12d.STATE , 2e.ZIP CODE a. TYPE Anderson I SC 29621 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Joseph Greenburg, PE-Principal _ N/A 6b.TELEPHONE NUMBER f ic.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 864.226.6611 I jgreenburg@ardurra.com Ardurra Group,Inc. 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 1 8c.UNIQUE ENTITY _ I IDENTIFIER Design South Professionals 1989 1 60-684-1922 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN _ ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. jFunction (2) a.Profile b.Experience Revenue Code b.Discipline (1)FIRM Branch Code j Index Number 02 i Administrative 137 2 B02 Bridges 3 06 I Architect 3 C07 Coastal Engineering 4 08 CADD Technician _ 59 2 C10 ,_Commercial Buildings 3 12 Civil Engineer 86 C15 I Construction Mgmt 5 15 Construction Inspector/Manager 74 D02 I Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 D03 Desalination I 3 24 Environmental Scientist 19 D08 Dredging,Studies and Design 3 32 Hydraulic Engineer 5 E01 I Ecological Investigations 3 38 Land Surveyor __1 t3 _ E02 I Educational Facilities _ __ _- _2 39 Landscape Architect 3 E09 Environmental Impact Studies 5 47 Planner:Urban/Regional 5 H01 Harbors:Jetties;Piers;Ship Terminals 2 48 Project Manager. 141 5 H06 High-Rise Buildings 1 52 Sanitary Engineer 40 3 H07 Highways,Streets&Parking Lots I 3 57 Structural Engineer 7 H09 1 Hospitals&Medical Facilities 2 58 Technical/Analyst i 42 H11 Housing 6 62 Water Resources Engineer I 41 3 101 Industrial Buildings 3 103 Industrial Waste Treatment 1 106 Irrigation;Drainage 2 L02 Land Surveying 6 L03 Landscape Architecture 2 _. - — — — —. MO1 i Mapping Systems 2 — { I 1 NO2 Navigation Structures,Locks 1 P05 Planning_(Community;Reg.Area) 2 Field Representatives— ] 20 PO4 i Pipelines 4 I Surve ing Crew&Technician I 79 P05 j Regional Planning 4 Construction Field Representative 27 R04 I Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist _ 5 R06 I Rehabilitation(Buildings,Structures) 3 Aquatic Engineer _ __ 6 R11 �Rivers;Canals;Waterways Flood Control 6 Emergency Management 12 SO4 Sewage Collection;Treatment;Disposal 7 S07 ` Solid Waste;Incineration;Landfill 6 S09 i Structural Design;Specialty Structures 4 S10 Surveying;Platting;Moping _ 6 I S13 I Stormwater 3 T04 i Topographic Surveying&Mapping 6 WW02 I Water Resources;Hydrology_ 3 Total 830 15 WW03 , Water Supply,Treatment&Distribution 8 - 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million • (Insert revenue index number shown at right)_ ___ 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work F 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million Ib.Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a�i . igif w/i- b.DATE March 11, 2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -i65- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS i 1.SOLICITATION NUMBER(if any). 2022-122-ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices, complete for each specific branch office seekin. work. .2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER Ardurra Group, Inc. 2018 09-298-1521 2b.STREET 5.OWNERSHIP 1305 Mall of Georgia Blvd, Suite 160 2c.CITY 2d.STATE 2e.ZIP CODE a. TYPE Buford GA 30519 Corporation -6a.POINT OF CONTACT NAME AND TITLE - b. SMALL BUSINESS STATUS Joe Downey, PE, Director/Managing Principal N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 256.996.3383 jdowney@ardurra.com - Ardurra Group,Inc. 8b.YR.ESTABLISHED 8c.UNIQUE ENTITY 8a.FORMER FIRM NAME(S)(If any) IDENTIFIER Constantine Engineering 2008 826-915-980 9:EMPLOYEES BY DISCIPLINE I 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS - - c.No.of Employees a. -__......- . Revenue Function T (2) a.Profile b.Experience Index Code b.Discipline (1)FIRM Branch Code I Office Number 02 -_Administrative __ -- 137 602 Bridges-.- --- -- - 3 06 Architect . 3 C07 Coastal Engineering 4 08 CADD Technician 59 1 C10 i Commercial Buildings 3 12 Civil Engineer 86 C15 'I Construction Mgmt 5 15 _.Construction Inspector/Manager 74 D02 }I Dams(Earth,Rock,Dikes,_Lev-ees) _ _._ -_ 4_ 23 Environmental Engineer 1 D03 I Desalination 3 24 Environmental Scientist _ 19 D08 1 Dredging,Studies and Design 3 32 H_ydraulic Engineer -_5 I E01 ' Ecological Investigations 3 38 Land Surveyor 18 E02 Educational Facilities 2 39 I Landscape Architect 3 E09 ; Environmental Impact Studies i 5 47 Planner:Urban/Regional __ 5 H01 ! Harbors:Jetties;Piers;Ship Terminals I 2 48 Project Manager -__- 141 3 H06 IHigh-Rise Buildings 1 J 52 Sanitary_Engineer 40 ? , H07 LHighways,Streets&ParkingLots -__ ___.___-_3_ 57 Structural Engineer 7 I H09 I Hospitals&Medical Facilities 2 58 Technical/Analyst j 42 H11 Housing 6 62 Water Resources Engineer_ 41 4 101 ; Industrial Buildings 3. i 103 ! Industrial Waste Treatment 1 { 106 Irrigation;Drainage 2 L02 ! Land Surveying 6 • I L03 Landscape Architecture 2 MO1 Mapping Systems I 2 NO2 Navigation Structures,Locks ! 1 F- P05 Planning(Community;Reg.Area) ( 2-' Field Representatives _ ' 20. __ _ PO4 .._Pipelines -___ __- __-_ _ -_ 4 Surveying Crew&Technician 79 P05 Regional Planning - 4 Construction Field Representative 27 R04 Recreational Facilities(Parks,Marinas,etc.)_ 3 GIS Specialist I 5 R06 Rehabilitation(Buildings,Structures) 3 Aquatic Engineer I 6 _ R11 Rivers;Canals;Waterways;Flood Control 6 Emergency Management 12 SO4 i Sewage Collection;Treatment;Disposal 7 S07 i Solid Waste;Incineration;Landfill 6 r . S09 i Structural Design;Specialty Structures 4 f I _S10j Surveying;Platting;Mapping__. -__ � 6 S13 Stormwater 3 T04 Topographic Surveying&Mapping 6 - WW1)? I Water Resources;_Hydrology 3_ - -= -- -- - Total . 830 9 WW03 Water Supply,Treatment&Distribution 8 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at rigs 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work I 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work L 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work I 10 1 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a.S ATURE b.DATE March 11,2022 rc.NAME AND ITL - Christopher Kuzler, PE, Director _i Bid 2022-3.22-ND -166- • DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION 2-12 NUMBER(If any) _ __ _ _ 2022 122 ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each siecific branch office seekin. work. 2a.FIRM(OR BRANCH OFFICE)NAME ' 3.YEAR ESTABLISHED 4.UN IQUE ER ENTITY IArdurra Group, Inc. 2018 09-298-1521 2b.STREET I 5.OWNERSHIP 200 Clinton Avenue, Suite 601- 2c.CITY 2d.STATE 12e.ZIP CODE a. TYPE Huntsville I AL 135801 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Joe Downey, PE,Director/Managing Principal I N/A 6b:TELEPHONE NUMBER 6c.E-MAIL ADDRESS { 7.NAME OF FIRM(If block 2a is a branch office). 256.996.3383 jdowney@ardurra.com Ardurra Group,Inc. 8c.UNIQUE 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED IDENTIFIERENTITY Constantine Engineering, Inc. • ; 2008 826-915-980 9.EMPLOYEES BY DISCIPLINE • 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employeesa. C. Function (2) a.P de.e , b.Experience RevenueIndex Code b.Discipline (1)FIRM Branch Code'•Office Number 02 Administrative 137 1 B02 Bridges 3 06 Architect 3 C07 ( Coastal Engineering 4 08 _ CADD Technician 59 C10 f Commercial Buildings 3 12 Civil Engineer 86 2 C15 _I Construction Mgmt 5 15 Construction Inspector/Manager 74 1 D02 Dams(Earth,Rock,Dikes,Levees) 4 23 Environmental Engineer 1 D03 ; Desalination 3 24 _Environmental Scientist 4 19 D08 Dredging,_Studies and Design 3 32 Hydraulic Engineer I 5 1 E01 Ecological Investigations 3 38 Land Surveyor 18 E02 Educational Facilities 2 39 _ Landscape Architect 3 _-_ E09- i Environmental Impact Studies 5__- 47 Planner:Urban/Regional 5 _ H01 ? Harbors:Jetties;Piers;Ship Terminals _. 2 48 Project Manager 141 H06 I High-Rise Buildings 1 52 Sanitary Engineer 40 1 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 - H09 Hospitals&Medical Facilities 2 58 Technical/Analyst 42 i H11 I Housing 6 62 Water Resources Engineer 41 101 j Industrial Buildings I 3 103 I Industrial Waste Treatment_ 1 106 l Irrigation_Drainage_.__._ _________ Z-_.____ . L02 ; Land Surveying 6 L03 Landscape Architecture 2 M01 Mapping-Systems - — ---_.__-- _---- -_-?- NO2 Navigation Structures,Locks 1 P05 Planning_(Community:Reg.Area) 2 Field Representatives 20 PO4 Pipelines 4 Surveying Crew&Technician j 79 P05 i Regional Planning 4 Construction Field Representative 27 R04 I Recreational Facilities(Parks,Marinas,etc.) 3 GIS Specialist 5 R06 I Rehabilitation(Buildings,Structures) — 3 Aquatic Engineer 6 R11 ( Rivers;Canals;Waterways;Flood Control 6 Emergency Management _ 12 SO4 Sewage Collection;Treatment_Disposal 7 I S07 ! Solid Waste;Incineration;Landfill 6 S09 ! Structural Design;Specialty Structures 4 — S10 Surveying;Platting;Mapping_ 6 S13 Stormwater 3 T04 i Topographic Surveying&Mapping 6 WW02 Water Resources;Hydrology 3 Total 830 5 WW03 I Water Supply,Treatment&Distribution 8 11.ANNUAL AVERAGE.PROFESSIONAL.SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right, 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 I 4.$500,000 to less than$1 million 9.$25 million to less than$50 million C.Total Work 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a ATURE illr b.DATE March 11,2022 c.NAME AN TIT ' Christopher Kuzler, PE, Director Bid 2022-122-ND -167- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS ' 1.SOU 2022-1 2-122N NUMBER Of any) .2.2_ _ _ PART II -GENERAL QUALIFICATIONS If a firm has branch offices, complete for each specific branch office seekin. work. 4. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED D NTIIFIER ENTITYUE Ardurra Group, Inc. 2018 f 09-298-1521 2b.STREET 5.OWNERSHIP 3012 26th Street • 2c.CITY . 12d.STATE ' 2e.ZIP CODE a. TYPE Metairie i LA 70002 Corporation 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Ann Springston, PE—Sr. Project Manager N/A 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 504-454-3866 __ ' __ as rin ston ardurra.com Ardurra Group,Inc._ 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED i NUMBER E IDENTIFIER Ardurra Group, LLC 1977 09-298-1521 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS —I- - - c.No.of Employees _ C. a. Profile Revenue Function (2) a. b.Experience Index Code b.Discipline •(1)FIRM Branch Code Office Number 02 _ Administrative 137 4 B02 Bridges 3 06 Architect 3 C07 j Coastal Engineering 4 08 CADD_Tech_nicia_n 59 C10 Commercial Buildings 3 12 Civil Engineer — 86 5 C15 Construction Mgmt 5 15 Construction Inspector/Manager 74 1 D02 Dams(Earth,Rock,Dikes,Levee) 4 23 Environmental Engineer 1 D03 _Desalination -_.3_. 24 ; Environmental Scientist I 19 C D08 l Dredging,Studies and Design 3 32 Hydraulic Engineer I 5 E01 i Ecological Investigations 3 38 Land Survey_or _ --_,_ 18 . _I E02 Educational Facilities _ ?_ 39 Landscape Architect 3 ( E09 i Environmental Impact Studies 5 47 Planner:Urban/Regional 5 H01 Harbors:Jetties;Piers;Ship_Terminals 2 48 Project Manager _ 141 H06 . I High-Rise Buildings , 1 52 Sanitary Engineer 40 1 H07 Highways,Streets&Parking Lots 3 57 Structural Engineer 7 1 H09 Hospitals&Medical Facilities 2 58 Technical/Analyst I 42 H11 Housing_ 6 62 Water Resources Engineer I 41 i 101 j Industrial Buildings 3 103 Industrial Waste Treatment 1 106 g Drainage Irrigation;Draina e _ ( L02 i Land Surveying L03 j Landscape Architecture 2 Mapping Y - — j MO1 Ma in S ste ms 2 NO2 Navigation Structures,Locks 1 I P05 Planning(Community;Reg.Area) 2 Field Representatives I 20 PO4 I fjpelines 4 Surveying Crew&Technician 79 P05 ; Regional Planning 4 Construction Field Representative ' 27 — R04 ; Recreational Facilities(Parks,Marinas,etc.) 3 GIS S ecialist 5 R06 . Rehabilitation(Buildings,Structures) 3 Aquatic Engineer 6 I R11 Rivers;Canals_Waterways;Flood Control 6_ Emergency Management 12 ; SO4 Sewage Collection;Treatment;Disposal 7 S07 ' Solid Waste;Incineration;Landfill 6 S09 ; Structural Design;Specialty Structures 4 S10 I Surveying;Platting;Mapping 6___ S13 ' Stormwater 3 I I T04 I Topographic Surveying&Mapping 6 WW02 ; Water Resources;Hydrology 3 I Total 830 12 WW03 i Water Supply,Treatment&Distribution 8 f 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million _(Insert revenue index number shown at right)_ 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 8 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 9 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work I 10 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. aIFl�'�11•, b.DATE March 11,2022 c.NAME AND TITLE Christopher F. Kuzler, PE, Director Bid 2022-122-ND -168- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS i Bid 2.022-122-ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices,com.lete for each specific branch office seekin. work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.UNIQUE ENTITY IDENTIFIER ESTABLISHED Media Relations Group, LLC 1999 2b.STREET 5.OWNERSHIP 14707 South Dixie Hwy, Suite 404 2c.CITY 2d.STATE 2e.ZIP CODE a. TYPE Miami FL • 33176 LLC 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Alicia Gonzalez 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 305-254-8598 _ _ agonzalez@mrgmiami.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR. 8c.DUNS NUMBER ESTABLISHED 9.EMPLOYEES BY DISCIPLINE • 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. (2) a.Profile b.Experience Index Revenue Function b.Discipline (1)FIRM Branch Code Code Number N/A Public Involvement 10 l N/A Public Involvement _ • _ I I I i i I I 1 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue Indeic number shown at right 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work N/A 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work 5 4.$500,000 to less than$1 million 9.$25 million to less than$50 million - - 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 5 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. a.SIGNATURE b.DATE Q4kI.J 3/11/2022 • c.NAME AND TITLE Alicia Gonzalez, President Bid 2022-122-ND -169- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23628F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) Bid 2022-122-ND PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each specific branch office seeking work.) ( ) 2a.FIRM(OR BRANCH OFFICE)NAME ESTABLISHED UNIQUE ENTITY IDENTIFIER 6 Eastern Engineering Group Company 2005 10175130 2b.STREET 5.OWNERSHIP 3401 NW 82nd Avenue, Suite 370 2c.CrtY 2d.STATE 2e.ZIP a. TYPE Dora! FL COD22 E Corporation 8a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS Raissa R. Lopez, P.E., President SBE-AE,.SBE-GS, MBE, MWBE, DBE 6b.TELEPHONE NUMBER 8c.E-MAIL ADDRESS 7,NAME OF FIRM(If block 2a is a branch office). 305-599-8133 raissa@easterneg.com 8b.YR. 8a.FORMER FIRM NAME(S)(If any) ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c No.of EMployeas c a (2) a.Profile Revenue b.Experience FCoden b.Discipline (1)FIRM Branch Code Index r Office 02 Administrative 6 A06 Airports,Term.&Hangars 1 08 ADD Technician 20 C05 Child CarelDev.Facilities 1 12 Civil Engineer T C10 Comm.Building/Shopping Ctr 1 48 Project Manager 5 D04 Design-Build/RFP 1 k57 Structural Engineer 3 DO7 Dining Halls;Restaurants 1 I E02 Educational Facilities 1 GO1 Garage;Parking Lots 1 H06 Highrise;Air-Rights Bldgs 1 H07 Highways;Parking Lots 1 H09 Hospital&Med.Facilities 1 H10 Hotels;Motels 1 H11 Housing 2 106 Irrigation;Drainage 1 t I LO1 Lab;Medical Facilities 1 001 Office Building 1 P12 .Power Generation 1 R04 Recreation;Parks&Marinas 1 SO4 Sewage.Collection 1 S09 Structural Design 4 T02 Testing&Inspection Serv. 1 W01 Warehouse&Depots 1 W03 Water Supply;Treat&Dist. 1 Total 35 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than S100,000 6,$2 million to less than S5 million (Insert revenue index numbershown at right) 2,S100,000 to less than S250,000 7.S5 million to less than St million a.Federal Work 1 3.S250.000 to less than S500,000 8.S10 million to less than$25 million b.Non-Federal Work 4 4.S500,000 to less than Si million 9.S25 million to less than S50 million c.Total Work 5 5 Si million to less than S2 million 10.S50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oing is a statement of facts. a SIGNATUR-M t b.DATE 3/22/2022 c NAME AND TITLE Raissa R. Lope , PE, President Bid 2022-122-ND -170- I DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) Bid 2022-122 ND _ _ PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each specific branch office seekin.work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.UNIQUE ENTITY IDENTIFIER Geosol, Inc. ESTABLISHED N/A. 2000 2b.STREET 5.OWNERSHIP 5795-A NW 151st Street _ 2c.CITY 2d.STATE 2e.ZIP a. TYPE FL CODE Corporation Miami Lakes 33014 6a.POINT OF CONTACT NAME AND TITLE b. SMALL BUSINESS STATUS • Oracio Riccobono, P.E. FDOT Certified DBE 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). (305)828-4367 Tgeosolusa@beiIsouth.net _ N/A - 8a.FORMER FIRM NAME(S)(If any) - 8b.YR. • 8c.DUNS NUMBER ESTABLISHED - - ------ -- N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • c.No.of Employees c. a. Function (2) a.Profile b.Experience Revenue Code b.Discipline (1)FIRM Branch Code Office Number 02 Administrative _ 1 27 Geotechnical Services in 2021 6 Civil Engineers 3 27 Geotechnical Services in 2020 6 Soils Engineers . 4 27 Geotechnical Services in 2019 6 Engineering Technicians • 6 - 27 Geotechnical Services in 2018. 6 Draftmen 1 27 Geotechnical Services in 2017 6 ' _ Geotechnical Services in 2016 6 Geotechnical Services in 2015 - 6 I i Geotechnical Services in 2014 6 Geotechnical Services in 2013 6 Geotechnical Services in 2012 6 Geotechnical Services in 2011 _ 5 Geotechnical Services in 2010 5 __i__ _ _ Geotechnical Services in 2009 _ 5 - -- - - - - Geotechnical Services in 2008 5 , • _ Geotechnical Services in 2007 5 Geotechnical Services in 2006 4 i Geotechnical Services in 2005 i 4 I Geotechnical Services in 2004 3 I Geotechnical Services in 2003 3 I I �- - i I I 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million Insert revenue index number shown at ri) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 5 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work - 4 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work - 6 - 5.$1 million to Jess than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore.oing is a statement of facts. a.SIGNATURE b.DATE 3-22-2022 c.NAME AND TITLE Oracio Riccobono, PE, President Bid 2022-122-ND -171- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(irony) _ Bid 2022-122-ND _ - PART II -GENERAL QUALIFICATIONS If a firm has branch offices,complete for each s.ecific branch office seekin. work. 3.YEAR 4.UNIQUE ENTITY IDENTIFIER 2a.FIRM(OR BRANCH OFFICE)NAME ESTABLISHED 014512630 Louis J. Aguirre &Associates, P.A. 1970 2b.STREET 5.OWNERSHIP 9150 S. Dadeland Blvd.,Suite 900 , 2c.CITY 2d.STATE 2e.ZIP a. TYPE Miami FL CODE 33156 Corporation _ 6a.POINT OF CONTACT NAME AND TITLE — b. SMALL BUSINESS STATUS Michelle M. Martinez, Business Manager Small 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 305 670-0141 mmartinez@Ijaapa.com __ —_-.— '8a.FORMER FIRM NAME(S)(If any) 8b.YR. 8c.UNIQUE ENTITY IDENTIFIER ESTABLISHED N/A NA ( N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c. a. ----- - a.Profile Revenue Function (2) Code b.Experience Index Coda b.Discipline (1)FIRM Branch Office Number 04 Administrative _ 3 H09 Healthcare Facilities — 4 08 CAD Technicians • _ 5 E02 Educational Facilities 6 16 I Construction Manager - 1 A06 Airport Facilities 5 21 Electrical Engineer 5 HI1 Housing_ 3 42 Mechanical Engineer 7 GO1 Garages 2 —_._ ._.—_._ ___.. L05 Lighting(Interior,Theate)�----_ 2---. P13 Public Safety Facilities 2 F03 Fire Protection 3 1 ' H08 Historical Preservation 1 1 - I J01 Judicial&Courtroom Facilities 2 l — — — — — — i Total 21 I _— — �— — —L 1 11.ANNUAL AVERAGE PROFESSIONAL SERVICES . PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM,FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work 1 1 i 3.$250,000 to less than$500,000 8.$10 million to less than$25 million 'b Nari Federal:Work 4 4.$500,000 to less than$1 million 9.$25 million to less than$50 million ,.'oi:T - •.--ot.ahVlfork • - 4 ' . 5.$1 million to less than$2 million 10.$50 million or greater _ 12. AUTHORIZED REPRESENTATIVE The fore.oin.is a statement of facts. ' a.SIGNATURE b.DATE 1�, 3-22-2022 1 arr. + '•^•7EANDT(TLE - _.. .•_._ _ _ . ' Louis . ' .•' re, P. . L ED®AP President Bid 2022-122-ND -172- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 i 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS i Bid 2022-_12.2-ND PART II -GENERAL QUALIFICATIONS If.fir h. .r. h•ffi - •11II" -f.r-. h .- ifi .r.n h • - --kin. work. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.DUNS NUMBER Corrpro Companies, Inc 1984 ESTABLISHED 131930810 2b.STREET 5.OWNERSHIP 7000A Hollister Street 2c.CITY 2d.STATE 2e.ZIP CODE a. TYPE Houston TX 77040 Corporation 6a.POINT OF CONTACT NAME AND TITLE [r b. SMALL BUSINESS STATUS Dirk Van Oostendorp 6b.TELEPHONE NUMBER 1 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office). 713-351-0280 dvanoostendorp@aegion.com Aegion 8a.FORMER FIRM NAME(S)(If any) 8b.YR. 8c.DUNS NUMBER ESTABLISHED 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AN ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees I c. a. (2) a.Profile Revenue Function b.Experience Index Code b.Discipline (1)FIRM Branch Code Number ---- --- -----------------------__----I-- -- --- Office--- --------------------- ---------- '-----02 Administrative 21 10 B02 Bridges 6 08 CADD Technician 5 1 C17 Corrosion Control,Cathodic Protection 10-_ 15 Construction Inspector 14 6 PO4 Pipeline 8 16 Construction Manager i 8 I 2 W03 Water Supply,Treatment&Distribution 8 17 Corrosion Engineer 47 26 18 Cost Engineer/Estimator i 5 I 3 • 48 Project-Manager 25 16 58 Technician/Analyst 97 60 I , 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million a.Federal Work I 6 ' 3.$250,000 to less than$500,000 8.$10 million to less than$25 million b.Non-Federal Work I 10 I 4.$500,000 to less than$1 million 9.$25 million to less than$50 million c.Total Work 1 16 5.$1 million to less than$2 million 10.$50 million or greater 12. AUTHORIZED REPRESENTATIVE The fore•oin.is a statement of facts. a.SIGNATURE b.DATE fin,2Weeace 3-14-22 - c.NAME AND TITLE John Wallace-Business Development __ I Bid 2022-122-ND -173- • j DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 R ____ ______ -_ NIIAMIBEACH .-, -„„,„4„-, .,,,,, ,,,- . -r,...- ,... ,, •:,I;E E,:,„ ,. . .• ,- , .....- —' .%•° 1. (_•uesi.'Yuv y..111i n r h. •L •• —ma • -;a`P•l' pal'/ � �$ y 4. 1d ; p 2, a _ -�'... �� It�••�eFBYF+ _ ! v_..:i „ d• l ." y ems/ _,.T 1a■ar g ...Virgo- a 'w.m.Yr�, K--. '�-gr"..y_ 3i n a �r' � 1 � 6.s- `+ ,011 '; Sr i,', a 1 ;„---r, .S. a { �p+4r,t ' f;)e-71 '1L t . ....,_�+ .-- ii iid W 7 o g -• -.,i,.i VV' — JJJ11,1 i... :I'•,j1.h Y'G � Y�C.a.lit`:. 03' yam^.33,t, 1- is'_I.40- - ,yy .g-P r c.1 r,y - ''' :'Roz 'yo }[�►'G�,xW'�r 4 j3L d, ti •,"Rr�, 4 r •- ,-,-,-- f{q _4 t ji' • :-� : ,t•_," ais ,fie :�Y o Y oY y ,,-�,s--. . 'Amu; 0'R •• ■.. i/• t./+��'' R •'ttfl r, tl�lr .�}- 4 104. rt,yt :t>-. riff lll . - l3 1—' i..ia 1� r - - �i` �,`• %J � +S` N. 4. u a r,: '% . is.. „,..„, 0. ,- c , - , .,,,,A,_,,, .... - i� } }, •Ord !i_._.,.-.� ''"''' 1 t /`1 r .� _ ,.-i,.r ��.,,� I. 1 1 rt Iti 4 Y■ - I 1 b., L —- 7-_ ,% •'Iif( +\ P - ,A 1 TAB 3 Approach & Methodology . , , . . , , . ., /\\/ ARDURRA DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 // Tab 3 —APPROACH & METHODOLOGY ARDURRA INTRODUCTION The City of Miami Beach is an international attraction for travel,business,and its residents. The City has a beautiful Miami downtown skyline,a reborn Miami Beach,a modernized transportation infrastructure and a new way of life that features the arts,culture,sports and entertainment,all with an international character. With a population of over 96,000,the City is over too years old and _f manyg of itsg waterg and wastewaterinfrastructure assets are showing ;, a�r�i �_.ti J , signs of aging.The Cityis dense) developed and lies within a porous barrier island with approximately 7o miles of shoreline and 1 1 tr � ,i-�lq an average ground elevation of 4.4 feet NAVD,making it very ''1 -,i; 1 ' T__: susceptible to sea level rise. The highest King Tide experienced to • : . , date reached 2.2 feet NAVD,inundating large areas of the City. For Miami Beach,the impact of sea level rise is not a possibility,but - . rather,a reality that requires immediate action for cost-effective solutions to protect and preserve its citizens,assets,and lifestyle. __ _ _ _ Sea level has been rising linearly for over too years and is now . - projected to increase at an accelerated rate into the foreseeable - - future. . The City of Miami Beach updated its Water and Wastewater Master L� •0. f e - • Sr.AN* A. Plans in October 2019 and is currently implementing its Capital ' l',.-4-11,i Improvements Program(CIP)over a 25-year planning period from - } 202o through 2o45. The updated Master Plans incorporated a ` �'`";,<' prioritized list of"High Criticality Assets"and"Medium Criticality - ,_ .' ' "''," j IA Assets"as presented in the Water and Sewer Renewal and Replacement Report completed in zoi8 by Hazen&Sawyer. This report was based on a visual condition assessment of the City's ;� ',`=-- :ier, ' " ` major above-ground water and sewer assets(pump stations,storage � '; " '_ - "_ ,—;�`�is tanks,and aerial crossings of water bodies). The visual condition ,� '� assessment was based on site inspections with City staff during ` t .` s;" 1' - - which mechanical,structural,electrical,instrumentation,heating, t. ' !".1"...-_,!:::--,,,,,,..,,_ 1_I °��' nit�, '? ventilation and air-conditioning(HVAC)elements were examined as ^_ _ -Y_i=` ' __ `' • required. The condition assessment established a Probability ofr. - -_ _= -• - Failure(PoF)and a qualitative Consequence of Failure(CoF),which "_'' were subsequently cross-referenced to develop a prioritized list of _ __ r d ` " - Renewal and Replacement(R&R)projects. f The updated Master Plans were prepared based on readily available information,visual inspections,condition assessments,and on limited field data collection. While the master planning effort was considered adequate to identify CIP projects and priorities,it is noted that it also identified key areas of uncertainty and recommended the incorporation of contingencies in the City's capital budget,to allow for additional capital improvements resulting from unanticipated infrastructure failures/repairs. Ardurra Group Inc.(Ardurra)reviewed the City's most recent Master Plans for water and wastewater as well as the respective modeling reports to develop a more in-depth understanding of the current conditions of the water and wastewater systems and of the proposed improvements. Bid 2022-122-ND -174- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY , ARDURRA BACKGROUND The City of Miami Beach purchases treated potable water from Miami-Dade County Water and Sewer Department(MDWASD)and N resells it to its customers. There are multiple connections to the l 1 \ I A • MDWASD system. The City also collects wastewater from its V ;I - mipm. e 1, customers,including satellite cities,and conveys that water to , ; Aj 'S.?e11itV- MDWASD for treatment and final disposal. Satellite cities discharging i o li_ `: „'-, `? wastewater to the City includes the Village of Bal Harbour,the Town -; --4-- _, f of Bay Harbor Islands,the City of North Village,and the Town of 7 _ 1 c i 4, .Surfside. - A l , As a result,the City is one of MDWASD's single largest volume sewer or o /I1 fe r1 ' 11 customer.Pipelines and pump stations are the backbone of the City's ,y; 'te distribution and collection system and are in constant need of renewal l �. �.' 'tb? and upgrade.Because of its status as an attractive tourist and c a business destination,the City experiences substantial transient , a p Po population that increases demand on both its water and wastewater ID u '► systems/infrastructure. - )'li } Water System t i �=_ The City of Miami Beach water distribution system serves over 96,00o r 1 " - " ., ``A,` _----""ax, ;k i. residents,25,000 hotel guests,and a floating population of 7o,000 II i oz�`'. people. The water system is supplied with an average of 23 million £a t trt09 I. gallons per day(mgd)by the Miami Dade Water and Sewer City of Miami Beach Water System Department(MDWASD)via 5 water mains,ranging from zo to 36 A ._ inches in diameter. CITY OF MIAMI BEACH DISTRIBUTION SYSTEM Booster Pump Station 6 ea — ___, Storage Capacity 14 mg : Approximately 47%of the City's water Storage Tanks 4 ea _ mains are cast iron pipe(CIP),46% 184 miles ranging from ; ductile iron pipe(DIP),with the Water Mains ! remainin most) of vin I chloride 2 to 36-inches in diameter 9 Y P Y Y Fire Hydrants 1,300 (PVC)pipe. It is noted that an estimated Water Meters 4o%of the water mains are 5o or more (including irrigation meters) 13,500 years old. Water System Model—InfoWater The updated Master Plan upgraded the 1994 KYPIPE model of the water system to a dynamic InfoWater model. The InfoWater model was constructed based on the City's GIS database,as-built records,pump curves,SCADA for booster stations and storage tanks,customer billing records,and pressure field measurements. The model was calibrated against flows,pressures,and tank levels. Water System—Recommended Improvements The Master Plan evaluated the capacity of the water system using the InfoWater model under current and future conditions,analyzed fire flows,estimated water age in the distribution system,incorporated high and medium criticality assets and conducted an asset inventory analysis based on probability of failure and consequence of failure. Bid 2022-122—ND —175— DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 A/ Tab 3 —APPROACH & METHODOLOGY ARDURRA • Projects were recommended to maintain the City's water infrastructure over the next 25 years and categorized based on the —r7' i primary driver as either"Capacity Improvements",intended to �= increase capacity to meet demand,or"Renewal and Replacement", intended to address infrastructure that is nearing its useful life and/or needed to maintain reliability. Projects were also grouped as i either"Pumping and Storage Facility"or"Water Distribution". 1,.: Opinions of probable project costs reflect AACE International Class 5 level estimates with an expected accuracy range of+5o%and-3o%. The attached chart provides projected expenditures through the 25- I I I I I I I I I year planning period by category and grouping. t=� j Projected Expenditures Wastewater System �...R.., The Miami Beach sanitary sewer system collects and transmits sewage to MDWASD's Central District WWTP through a single 6o-inch connection for treatment and disposal. CITY OF MIAMI BEACH SANITARY SEWER SYSTEM Pump Station 23 service areas 'eO i. ✓ 4 e A 0, Booster,Stations 2 ea P �4"I 7 91 f 06 r Gravity Sewer Mains -13.7 miles _ ,� ?, Manholes 3,1.0o manholes F ' '/� • 26 miles ranging from -y I r r -• 6 inches to 6o inches in diameter / y ' '".na• 1ED , Force Main • Estimated 8o%range from 8 inches to cr is " I 3o inches '„�` `- 1 Approximately.35%of the City's force mains are CIP,17%are (.." I DIP,g%are High Density Polyethylene(HDPE)pipe,and 38% 5" . .{ j are unknown. Aboutc of the force mains are in the range of 1 •-1. In _ ��©� „a i 33% g i' � , 20 4o years old,with 52%unknown. _ ___ , �,_'; " .r i`A.if Wastewater System Model-InfoWorks =� . o An InfoWorks hydraulic transmission model was developed as part of the I ;< I- ' i,", _ " ' - Wastewater Master Plan to provide a tool to evaluate the capacity of the I I .► - ,_ e ''...• W system under current and future conditions,and to fulfill the 2013 EPA a& r �- �� Consent Decree requirements for Volume Sewer Customers. The model if o =; includes all hydraulic components from the pump station wet wells I` rrt0 r i through the force main network to the connection with the MDWASD 1. City of Miami Beach Wastewater System system. .-_. ,,.._: The gravity collection system is not generally included in the model with the exception of major gravity mains or gravity mains that convey flows being re-pumped. The model runs are based on fixed inflow hydrographs into each wet well,with the pumps running in accordance with on/off elevations provided by the City. The InfoWorks model was constructed based on the City's GIS database,as-built records,pump curves,field visits, field measurements of pressures,and on/off wet well settings. Difficulties were experienced in obtaining accurate data for pump station on/off levels as well as for flow calculations based on wet well stages. These difficulties were reflected in the calibration results when comparing measured and simulated pressures at the pump stations. Bid 2022-122-ND -176- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA Wastewater System—Recommended Improvements The Master Plan evaluated the capacity of the sewer transmission system using the InfoWorks model under current and future conditions,prioritizing gravity main lining based on theoretical Infiltration and Inflow(I&I)and estimating remaining useful life based on pipe age and material. It also incorporated high and medium criticality assets and conducted an asset inventory analysis based on probability of failure and consequence of failure. Projects were recommended to maintain the City's sewer infrastructure over the next 25 years. They were categorized based on a primary driver as either"Capacity Improvements",intended to * o increase capacity to meet demand,or"Renewal and Replacement", I. intended to address infrastructure that is nearing its useful life and/or ! needed to maintain reliability. Projects were also grouped as either "Gravity Mains","Force Mains",and"Pump Stations". Opinions of probable project costs reflect AACE International Class 5 level 111111111111111 ?; estimates with an expected accuracy range of+5o%and-3o%. l i 1 1 4 1 ii 1 a p e b 11 4 a t 11 11 1 1 a ii a a ' The attached chart provides projected expenditures through the 25-year planning period by category and grouping. Projected Expenditures SCOPE OF SERVICES APPROACH With the completion of the City's Water and Wastewater Master Plan,the City started the implementation of their capital improvement projects.Over the past five years,Ardurra has worked in close partnership with the City in the fast-track implementation of its CIP projects. We support the City's objective of advancing priority projects in an expeditious and cost-effective manner and remain committed to continue our successful collaboration in the continued implementation of the CIP. The first step in any project assignment is to understand the known factors that need to be considered in the development of the Scope of Services,which may include the following: 1. Identify the goals and objectives of the project through meetings and discussions with the City of Miami Beach and other project stakeholders 2. Attend local public meetings 3. Identify special constraints or requirements 4. Assemble and review any existing information 5. Conduct a field review for the project 6. Identify special permitting concerns Once the nature of the work and level of effort are clearly defined,Ardurra will prepare a well-defined Scope of Services,critical path schedule and budget for execution of the project. Emphasis will be on verifying that all efforts required to meet the City's needs are identified. The draft Scope,schedule and budget will be submitted to the City for review and feedback.We would then meet with City staff to finalize these documents to the City's satisfaction. Bid 2022-122-ND -177- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 // Tab 3—APPROACH & METHODOLOGY ARDURRA Project Management Plan KEY ELEMENTS OF PROJECT MANAGEMENT PLAN Once a service order is issued, Mr. Maristany, Project Manager,will establish a Project Management Plan,or PMP, ,/ Goals/Critical Success Factors that will serve as the project reference guide (see attached table). ✓ Scope of Services Task Breakdown Structure ✓ Critical Path Schedule Services will proceed in accordance with the approved plan. Any deviation from the approved schedule,assigned staff or ✓ Team Organization&Responsibilities budget would require approval of the City. ✓ Quality Control Process Progress Reports ✓ Communications Plan At Ardurra,we understand the City must remain informed about the current status of its projects on an ongoing basis. V Contingency/Risk Management Plan We will address this need throughout the life of our contract by providing periodic project status reports at least on a monthly basis.The status report will be maintained by the Ardurra's Task Lead and will be provided with our monthly invoices as backup and reference information. Each Progress Report will describe developments within the project during the reporting period.In addition,the project status report will specifically address the project schedule, the budget,and any corrective actions that need to be taken and by whom. The Project Status Report will also outline efforts anticipated during the coming reporting period,with emphasis on any upcoming deadlines or milestones.This report will also serve as an exception report to inform the City of any unexpected developments in the project and the manner in which these issues have been resolved by the project team.The Project Status Report will enhance coordination efforts with the team and the City. PROJECT PLANNING APPROACH At the City's discretion,Ardurra can perform planning,feasibility studies,modeling,and preliminary engineering covering key "The quality of work provided by issues related to the proposed project. Typical tasks related to Ardurra demonstrated an preliminary engineering and the development of the Basis of understanding for both the technical Design Report may include the following: and financial aspects. The quality of work was excellent,and the • Review of site and existing studies and drawings project completed below budget as a • Data collection and surveying result of project cost control by • Model development&calibration Ardurra." • Forecasting/demand.development • Defining land acquisition needs Regional Loop Phase lI-Peace River • Permitting requirements Manasota Regional Water Supply • Scenario analysis Authority • Corrosion/deterioration studies --PatrickJ.Lehman,PE,Executive • Alternatives development Directory • Cost evaluations • Identification of grant funding sources • Report and recommendations development Bid 2022-122-ND -178- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA yg s Hydraulic Modeling � .-•:-,.-. -�---, The Cityof Miami Beach recentlydeveloped its water and wastewater 'w r �,+�,=..,'� >' P C ` :anew models and Master Plans. Therefore,the extent of future modeling work rem.- ��:;, ,a' is expected to be more limited,primarily involving localized modeling in .a� y- - :' support of a detailed design. This type of work mayinclude the '_'�" PP 9 YP application of more discrete local models that rely on the larger model for boundary conditions. ' --- . z i Additionally,for larger pressure mains,it may be prudent to conduct .. v— `' ' '- '�"`"_ 1 _ transient analysis to identify potential risks with pipes and equipment, locate trouble spots,and identify appropriate surge control measures. MDWASD Infoworks sewer Model Screen Shot Inventory Data Forcamdlns Interpolation from Surroundings collea(lon- I At the direction of the City,Ardurra can Gravnysewers' • - Tabular%SpatialJolns expand or refine its models based on •Manholos 1 chambarss Previous Models D —" System 'Pumping stat(ons� •Manual'creation of Pumping , New additional data collection,expand the ' stations sewer model to incorporate the gravity Operational Data V' system,and apply the models or a portion umpcurios thereof to analyze specific projects that `si Soieaion or•Typicar;Day _I� _- q Stad'L nsei eves-. J _ T Proeessingof SCADA data U` may require more detailed capacity or MoffirGsitio-5,ete tto-. Discussions with Hydraulico performance evaluations. valve Rositiort's;oto. _ ' „Model -, / Load/Demand Data• 1, A review of the most recently developed hydraulic models suggests that the Cory Woathor Loads- tial Allocation of Loads InfoWater model calibrated fairly well. Wet Weatlierloads Developing Base flows,Enamel Patterns,etc, Initial Extraneous flow(Ifl)parameter estimates However,the I nfoWorks transmission - . model did not match observed data as well, t. suggesting that there may be opportunities Typical Infoworks Model Process 1t to refine the input data. Since models are as good as the data - - y: used in their construction,it may be " important to conduct a data gap Data Sources i' analysis to identify outliers in the data, ~Previous M i. and also to verify key information such 411, M del < i as pump curves,on/off elevations,wet , ` Biting As-built well dimensions,valve positions,pipe R scores ' connectivity,pipe dimensions,I&I,and SCADA Jperator others. ] Records - The Ardurra Team is fully prepared to I :n"�.5-M3 ' ' Catchments Data Pump Data , support the City on all of its modeling needs. Our experience in water and - `•ManhoIe'ID •Location •Location �ilL�+'it"i7t''itat�t:%t7 E s of Manhole wastewater modeling of utilities is PutnpGLrves .keti ll-TT'Wit, VI.-Coo dinatea •Area r.•J � comprehensive from the -Population •Pump Type .,-ZT.-,.rr iManho'edDiameter r •Star/Stop He-ads o`1.1-V RIM/Ground Level development of full scale utility _Wee Well Detas 0'K,;-L� Ihrvert1L'evel models to the application of more otkasors� localized models. We are well versed l in multiple models including Data Sources for a Typical Infoworks Model InfoWater and InfoWorks. P The attached graphics illustrate the data sources and model development process for a typical 1nfoWorks model. Bid 2022-122-ND -179- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Conceptual Design and Basis of Design Report Upon completion of planning phase activities and as directed by the City,Ardurra will proceed with the Conceptual and Basis of Design process,which is intended to be iterative and conducted with the City's input. Meetings will be held with City staff,stakeholders,and local regulators to firmly establish the design approach and regulatory constraints. In general,the evaluation may include the following elements: • Current and future flow and demand conditions • Adaptation to Sea Level Rise .4,, --T . - ; ■ Pipeline sizingand hydraulic analyses U—= L< t� �/ C `1 Z; rr= • P 7 y —+1..� �� � tr�,t��f� r :� r.i Water hammer analysis ""�; -gat .• • Proposed pumping facilities k�=+ ". i - ,` • , f - 7 r f,.i •'I • Required control devices,valves and other ,;:;1 . �R,, f. •' - components t Y � t • 4 „..' r,: ' • Fire hydrant coverage a .- • Required pressures ;. c' if 41 } r • Available rights-of-way and easements •'` s '� • Pipeline route alignment ',L....,� ;-".i �� i ' '' • Special crossings ..,., -•sir^ • Constructability/maintenance of traffic et a*•*wMoan•P +6131 ' :w • Regulatory/permitting issues _`,' -"D" • Maintenance&operation constraints • Public information Soils and geotechnical MDWASD Pump Station o677 ; considerations • Existing utilities Preliminary engineering deliverables will be presented to the City in a Basis of Design Memorandum/Report or in other City preferred format. On design projects,Ardurra can develop a number of alternatives and associated cost estimates for addressing the City's needs. The recommended alternative will be reviewed,discussed and agreed with the City,with the Basis of Design Report(BODR)finalized prior to proceeding into the preliminary design phase.The BODR will serve as a guide during the design phase and provide necessary documentation required for permitting. PROJECT IMPLEMENTATION APPROACH Project Kick-Off The first task in the project implementation phase involves a kickoff meeting with City staff and our team to review responsibilities,identify budgets,schedules,deliverable dates,technical reviews,communication requirements and QA/QC requirements. i; ICONSULTANT '' t' �. Ts. ARDURRA DEVELOPS ', DELIVERABLES ENGINEERING DRAFT WORK ORDER . i DRAWINGS& •Basis of Design Report : •survey . SPECIFICATIONS , = ;. CITY ASSIGNS -- - - ••`• •Geotechnical report '� U PROJECT - •Engineering Drawings at Q •Engineering Drawings and ` • Specifications Periodic Milestones Q CITY APPROVES •Cost Estimates 'Technical Specifications In CC WORK ORDER ' •Easement Documents Electronic and Hard Copy C. ` ' •Permitting ' U I I Lu 'i CONSTRUCTION FINAL SUBMITTALS , O CONSTRUCTION SERVICES CC CLOSE OUT&POST Engineering Drawings C- CONSTRUCTION •RFIProcessing �""' •Technical Specifrcations PERMITTING Estimate , • ASSISTANCE •CShangeop Orders ,,,eop• les o all Permits •Change Orders P f •Site Visits •Easements , Bid 2022-122-ND -i8o- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 A/ Tab 3—APPROACH & METHODOLOGY ARDURRA Preliminary Design Phase (3o% Design) The 3o%design phase is the first step in the detailed design and generally CITY OF MIAMI BEACH involves surveying,geotechnical investigations,contamination assessments FUBLICWOBICS MANUAL 000111 (if needed),ecological evaluations(if needed),utility coordination SWOON ° °"STANDARDS AND "" SN]ECM2 EEO=MMAAGEMBAEENUNNI /---: preliminary design(civil,structural,mechanical,electrical,instrumentation SECTION] RYpETOEWAY CCEETEUCTIONRECNYEML`BS and controls,etc.),pre-application meetings with permitting agencies to SECTION' MOAT 1111010ESANDUIVEWMENTSSECTI0N3 R12SCOI.WAY,LSWENTS,AND IMDUY YICw IICVAIICKS verify requirements,design report,plans,list of specifications,and ,E,_T�A EtoDD IESPONsE COAMYLWCATION EEDEISS ETETTRAW)preliminary cost estimates. SECTION2 eEOE/ORSREWRASRUCTURe PCUC1E5 A"D`I0.4E3 saaaON a wRVEYPa6:paaWN.MID DRAETNDEECEDEMdAl SFCTICNO [lOST01AARID SEDVAEMCONTIEX Ardurra's design will follow the latest version of the Miami Beach Public aC1ION 10 EAETMVOER AND ROAWAYeSECTION 11 EANDSOVE VpIC Works Manual which provides design standards and guidelines,addressing EEAW the full design cycle for numerous disciplines. SECOMI] CON E MOTION IA WARE DISTCEUDCYI SYSTEM sEcTI6N 11 SAWA..SE.IVIR CIAVIIY CCEEKTDN SYSTEM Other reference documents supporting the design of facilities in Miami SECTION la UNCAP,SEW1J1 rOgC2 1AN,ANDNA,sA s Beach include the following: MCTIOEI12 STOWAWAIEROGRUGE AND GERM CCU,COWIMTA E' SECTION IS STORMWATER,okce AWNS AND POMP STADON3 SECT•JPE T9 STORMWATER WE1LS 1 • Road Elevation Strategy and Recommended Sea Level ,Y CnoNE0 129,GA1CN MIENS Rise/Tidal Adaptation Projects SE`CON21 STEM COMING SYSTEM . • Blue-Green Stormwater Infrastructure Concept Plan I -- _ • Street Functional Classifications I • Traffic Calming Manual • Standard Details - -` - '1.- 1U The following are typical list of activities associated with pipeline ti .I 1'y ., 'r and pump station design projects. I - 1�,,i. J.. Pipeline/Utility Work _ E1 • Pipeline alignments :f - / '•per , • Existing utilities I • Maintenance of Traffic J/ ■ Land availability and easements f • Pipe Materials and Pressure Class ,+tip-',. • Open trench ortrenchless construction . .x - ■ Pavement restoration/resurfacing requirements Clearwater,FL ' • Points of connection Memorial Causeway . ■ Required metering and control devices,valves and other Subaqueous Redundant Main components I • Current and future flow and demand conditions -in rq ".-4 • Pipeline sizing and hydraulic analyses ti r ` A :" 4 • Water hammer analysis „ _'.' - - A -_-�- , ■ Proposed pumping facilities _ tr ,., ' - ... ..,.. , ■ Fire hydrant coverage -�' 4rf f ��• A_ • Required pressures ...Ac . I ,1 j? , • Special crossings ,'� , :,r3, . • Regulatory/permitting issues i • Maintenance -'"' • Soils and geotechnical considerations • - . - ■ Existing utilities City of Dunedin,FL Water& '' Force Main Replacement " i Bid 2022-122-ND -181- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Booster Stations/Pump Stations/Storage • Design parameters _ - I ■ Engineering constraints and limitations oG ■ Facility sizing �' +xG ■ Subsurface evaluation ri � Ts - r - ■ Alternatives ' `7 " - ■ Flows and required capacity 8� I ` /n.�=3. , • Demands and pressure requirements ?' fl_. ";r�= ~ -�. t--- ■ Equipment/process performance record under local conditions U ili �'`,1 y '0- . :� ' i.R.._ v La �r ■ Maximizing beneficial use of existing equipment •'' • City of Miami Beach's preference and past experience with, •.: ,'`"-. equipment • Hydraulic profile limitations MDWASD Pump Station#500 • Evaluation of pumping/storage options - - - ■ Backup/standby power requirements iI • Site constraints r .r ' 14 , ',_�t • Traffic requirements tl,L 4. °/��` �,,, ■ Adaptability to future expansion ;,'i: +1-�• I I • Operational constraints and flexibility `" �---"a. ;, -_i- !' • Instrumentation and controls requirements t , ' •-00-y ;j'- ■ Construction cost . F,- -- _ • Operation and Maintenance costs "sa -�:- 4• , • Impacts on adjacent property owners r j, • Geological considerations i' • Regulatory constraints MDWASD Pump Station#26 k, • General assessment of existing/proposed permits Pump Station Elevation including Elevated ■ Project schedule Slab,Risers and Generator 4' • Staging plan for Resiliency/Mitigation )' • Funding sources All Projects ¢' . i llrc f ' ■ Operational needs y -, , ¢' `, ". $' i, • Sea Level Rise/Resiliency P,) ,i • Public Information '�-� ■ Funding availability and/or grant constraints .� - ' Of Special Note.... : -i � Ti -a._ f • FDOT roadway improvements projects often present - tiq. I - - I opportunities for utility owners to expand and improve - '6 " - ' their systems at a cost savings,since surface impacts, Ulmerton Road Utility Relocations I. maintenance of traffic(MOT),mobilization,etc.are paid by performed with FDOT Road Widening ;. the State. Ardurra has worked with FDOT and roadway designers on several previous projects to adjust FDOT's proposed MOT,sheet piling,resurfacing,etc.to add value to our client's proposed work. Additionally,many utilities are not accessible except during major roadway improvements.Prior to beginning a conceptual design that involves relocations,we will consult with the City regarding other improvements that can be implemented jointly with the project.We will also work with the FDOT's design engineer in order to revise the FDOT design where possible and reduce both the impact and cost to the City. Bid 2022-122-ND -182- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ^ / \/ Tab 3 —APPROACH & METHODOLOGY ARDURRA ■ Our Subject Matter Experts on Sea Level Rise and Envision Sustainability Professionals(ENVSPs)will work during project scoping,design and implementation. Our team subscribes to the broader goals of the City with respect to social and economic resiliency,as follows:, opts • Sustainability and Resiliency of City Facilities i,; J +.• . s • Safety:Reducing flood risk and avoiding damage • • Aging Infrastructure:water and sewer,roads,lighting . iii . :�- ` % , Y- • Blue-Green Infrastructure ,} 1' \ .t . . _ •,'( ,.f' ., a" • Aesthetics 4 ,.si + "ct • Urban Tree Canopy • Water Quality,Sustainability and Environmental Resources ! ti \ ,�. • Mobility-more pedestrian and bike friendly I' i-."z-;"'4;, . ,,- 1 -- - -- -- - • Historic Preservation • Private Property Adaptation Agustin Maristany,PE at 48"pipeline P Y P microtunnel S Our Team is familiar with the Miami Beach Sea Level Rise Adaptation criteria,the Road Elevation Strategy and Recommended Sea Level Rise/Tidal Adaptation Projects; and with the recent 2019 update of the Unified Sea Level Rise Projections adopted by the City Commission on July 24, 2020. Miami Beach: Adapting Infrastructure Elevations to SLR Projections Source:SE Ft Climate Change Compact Unified SLR Projections(2019) ..... .NOAA2017 9.0 Extreme i Critical Infrastructure(min)8.44 ft ---- - I NOAA 2017 8.0 -- - - - Nigh I ..,.,.City Freeboard(mini 7.44 i 7.0 -..Gty Base Flood Elevation(min)6.44 ft- - NOAA 2017 i > 6.0 - --'- -_- _-= Intermediate I 2 Top ofSeaWen(min)5.7ft - - .;-� High f. 5.0 . .SFR iot Grade(min)5.0 ft i _ "COP Emergency +�Roads(min)4.B ft. —'ice NOAA 2017 4.0 ,.=fiopLaal/MajorRoads(min)3.9ft• -.;- - ___.. X-�-'�'.-,.a .••••. Intermediate r Updated Road ;.. (IPCCMedian) Elevations •—♦ 3.0 of Road Base(min)2.9 ft•- - �- ...•---_H.I�Sept.10,20172_8ft f ......• • s�•" .• King Tide Event(Sept.2615)2.1ft y .�� ' . ,..• High Astronomical Tide 1.2 ft 1.0 _.--re Ittit":4" ------- -- --- -- -` - - --- - 2020MHHW:0.6 ft i 0.0 t I 2020 2030 2040 2050 2060 2070 2080 2090 2100 •Minimum design elevations for roads per Draft 2020 City Road Policy,varies 6y road dassification. Advanced Design Phase (6o%and go%) „ =t t i °--°^t _ '� - Following the 30%submittal,design services will incorporate 3 �; u e�F` 3/ t - ;j _ comments and additional technical content to advance the 11 - -. --1 ? —As) ( 4� project deliverables into 60%and go%phases. The following I1"„ .�t,- = ";? y ; activities will be performed: ; - ;,i' ` " 'i��'. -'' `. 11II� 4 1.1 ��.t/I i.1.l v i__ laid. .,, • Detailed design calculations i-.--"r-'"-4---`--= =_ -- -- - _ ■ Equipment and material final selection i s—= • Drawing and specification development including: Design and Limited Engineering Construction ` Structural Concepts Services for Fire How Projects Package 1 I' Bid 2022-122-ND -i83- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA -Piping&Instrumentation Diagrams(P&ID) Permitting-Mechanical l Arpre-rangements meetings — — —— • Potential Permitting Agencies for ' • Land acquisition process(if required) : - _ City Projects 1 • Utility Coordination City of Miami Beach • The 3o%Engineer's opinion of probable cost will be FDEP/RER updated Miami-Dade County r', Project schedule Florida Department of Health At approximately the 9o%complete level,permit applications' FDOT will be submitted to the appropriate agencies. Timing of the Florida Wildlife Commission(FWC) application submittals will be such that permits can be U.S.Fish and Wildlife System(USFWS) obtained,or comments from the agencies can be incorporated SFWMD/RER into the documents,prior the construction bidding process. For USACOE/RER typical City projects,permits or agreements may be required from the agencies listed in the attached table. Ardurra has been working with these agencies for years and is very familiar with their requirements,staff and preferences. Our existing relationships will result in the timely issuance of permits. What's more,we will work with these agencies to avoid the City being burdened with onerous and unnecessary permit conditions. Final Design Phase (i00% Complete) All comments from City of Miami Beach as well as internal review comments developed during the 9o%phase will be addressed and incorporated as applicable. The construction cost estimate will be finalized. Ardurra will provide responses to requests for information from permitting agencies to the City for final action and resolution and make all required changes to the bid documents. Upon completion of work for the t00%design phase,a submittal package will be made to City of Miami Beach for final review and approval. Technical Specifications&Contract Documents. After receiving the City's input on the s00%documents Ardurra will develop the final Bid Documents. At this stage,it is anticipated that minimal change will be made to the design other than finalizing details and incorporating any remaining City's and permitting agencies'comments. Signed and sealed Bid Documents and other final submittal documents required by our contract will be provided to the City for use in advertising the project for construction. Bid and Award Phase During this phase,Ardurra will attend the pre-bid meeting and respond to contractors'technical questions adequately and thoroughly through Addenda. Our experience has demonstrated that contractors will provide more accurate bids for the project if they have a thorough understanding of the plans and specifications. Following bid receipt,Ardurra will review the bids for completeness and accuracy. At the City's request,or if the contractor is not prequalified for this type of work with the City,we will obtain and contact references for the apparent low bidder. We will then make recommendation of award to the City. Bid 2o22-122-ND -184- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 A/ Tab 3 —APPROACH & METHODOLOGY ARDURRA Construction Administration Phase The best design can become an unsuccessful project if the construction effort is not carefully monitored. The Ardurra team will utilize the same design team individuals for construction administration services. This maximizes compliance with the design intent and minimizes review times. Upon award of a construction contract,Ardurra will provide construction consultation phase services.These services will typically include the following tasks and activities. • Attendance to the Pre-construction meeting,as scheduled by the City t•V, ' J ,'e' • Submittal,Construction Schedule and Schedule of Values review Ji Eq. • Response to technical questions during the meeting,review and comment n 1, • ` • on the agenda,presentation and meeting notes • Provide construction observation to oversee technical compliance with t_ ,_- ' contract documents • Witness testing • rr,& ;A- - • Review and response to technical requests for information(RFIs)from the 1 )lh 1 � 3 .' , contractor Ricardo Maristany,PE at • Assist with startup,training and O&M manuals MDWASD Pump Station 26 k, • Develop Record Drawings and final certifications ■ As-Built Certification • Punch List,Close-out and Final Project Certification to all permits from regulatory agencies • As requested by the City,provide technical support services in the areas of proposed design changes,review of proposed complex construction methods,value engineering,cost estimating,and review of submittals Construction Management and Inspection Phase Our team offers a full suite of services including qualified construction managers and inspectors that will support the City with the goal of meeting scope,schedule,budget and quality requirements for the project. Our field staff can support in a wide gamut of services such as: • Advising then City on laboratory,shop,and mill test of material and equipment for compliance with specifications; • Evaluating contractor's construction work plan for effectiveness and efficiency in terms of approaches and resources allocations; • Requesting compliance,monitoring and keeping the City informed of the existence and implementation by contractor of construction safety program and } their compliance with all applicable safety rules and regulations; :j�t " ,-^ - ■ Requesting compliance and monitoring that all activities performed during the '"" construction phase are in compliance with current or revised City policies,rules, — �,fwv rF f procedures,and standards and project specifications; r ' lks -�-'— ■ Reviewing the quality assurance programs,processes and procedures developed --- - M:. by contractors and monitoring adherence thereof; ;' : • Administering construction contracts including review and recommendation of approval of contractors'invoices,reviewing and validating contractor's price rogw ;; breakdown and contractor's request and prices of changes orders; I' .)'- •4 0 • Supporting construction contractor negotiations,including with respect to progress accomplished(percent completions),change orders(including design City of Dunedin,FL changes),claims and counterclaims; Causeway WM Replacements • Performing construction inspection services required during the construction phase for Quality Assurance,and for compliance with contract documents; Bid 2022-122-ND -185- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA • Assisting in equipment testing; • Evaluate actual progress and compliance with milestones deliverables. Identify actions necessary for completion of the project within budget and schedule; • Prepare overall project status report. Provide data and graphical material and text to formal project presentations,if requested by the City; • Support the coordination of the filing for and receipt of operational permits; • Provide support to the City and monitor contractor's efforts in complying with safety regulations,activities and best safety practice for construction activities; • Maintain documentations of safety visits to construction project,letters,training activities or applicable and related documents. Prepare monthly report of safety activities; • Provide Health and Safety(H&S)statistics; • Provide advance notice to the City regarding general contractors not complying with contract requirements. • Provide information of OSHA visits to construction projects; • Request,monitor and keep the City informed that adequate emergency procedures are developed and implemented by contractor,and provide recommendation or advice regarding preventive actions in case of potential emergency situations; • Maintain Contractor-provided CPM schedules for each project providing necessary analyses for claims and change order issues; • Making final inspection and report; • Provide contract interpretations when requested. Maintain consistency in responses across the entire project construction; • Assist in the certification of payment applications associated with specific contractor activities or equipment deliveries;and • Support construction activities by interfacing with other agencies as needed or required. SCHEDULE & BUDGET COMPLIANCE We will implement a number of management tools that will assist in keeping the City's projects on track. Controls that will be utilized to maintain both schedule and budget for the City's projects include a Project Specific Management Plan;Critical Path Schedule;Earned Value Analysis(EVA)for tracking cost vs.budget;and our in- house Deltek Vision Project Management system to track personnel timesheet entries and project expenses on a real-time basis. The backbone of our successful execution of assignments is our Project Management Plan(PMP)approach. Our Project Manager and/or Project Lead(s)will develop a project-specific detailed PMP for every assignment under this contract to serve a reference guide for Ardurra,subconsultants,and the City of Miami Beach for guiding the project and maintaining schedule and budget. aThe City will know exactly what Ardurra's responsibilities are and what can be expected.We are known for being clear,concise,and candid with our clients. Key elements of the PMP include: • Identification of project goals and success factors • Preparing a work breakdown structure based on the scope of services for use in developing a schedule and budget with milestones for 3o%,6o%,9o%and Final Construction Documents • Identification of each team members'responsibilities • Developing a Communications Plan to maintain open and constant communication • Definition of deliverables • Continual planning ahead,monitoring and adapting through Ardurra's QA/QC process. Bid 2022-122-ND -186- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3 —APPROACH & METHODOLOGY ARDURRA PROJECT MANAGEMENT PLAN DEFINE PROJECT SCOPE MONITOR SCOPE AGREEMENT FOR ACTIONS& PROJECT SETUP PROJECT SERVICES CONTROL COMPLETION ANALYSIS SCHEDULE •Scope •Scope Change •Scope Changes •Progress Reports •Follow up vuth Client • DEFINE PROJECT •Responsibilities MONITOR •Schedule Revisions to Ensure Satisfaction SCOPE&SERVICES •Schedule SCHEDULE •Change Adverse •Review Project Trends Team Member SETUP PROJECT •Documentation to Performance BUDGET PREPARE QUALITY Files PLAN 'QA/QC MONITOR BUDGET IDENTIFY PROJECT TEAM COMMUNICATION •Regular Meetings with Action Meetings •Circulate Correspondence •Telephone Conversation Records •Talk to Team with Regular Frequency •Talk to Client with Regular Frequency o Proper implementation and monitoring of the PMP results in forward thinking so that upcoming o milestones are anticipated,and potential problems are addressed before they surface. In addition to our standard Project Management Plan described above,Ardurra uses the following controls to maintain both schedule and budget for the City of Miami Beach's projects. Continuous Schedule Monitoring Each project's critical path schedule will be reviewed on a weekly basis and updated as activities are completed (monthly at a minimum)to anticipate upcoming tasks and evaluate"who should be doing what"and when they should be doing it. Using CPM-based scheduling provides the insight required to avoid having one task affect the overall project completion. QNtPKVot&•1 Optim N.A....i• 7• Project Management Software 4. h Sanitary Sear r Expansion(Phase III Each Task Order's fees and task start,and end dates will be entered into our Deltek Vision Project Management software.This software provides m T- - real-time project data and produces reports that can be formatted as necessary to evaluate the project budget and schedule status. Hours and �` r _ - expenses can be sorted to produce a budgeted/utilized cost accounting for a specific task or for an entire project at any point in time. . -- • Earned Value Analysis _ Deltek Vision Project Management Earned Value Analysis will be used to routinely assess the schedule and budget for each project. Actual expenditures and actual percent complete(Earned Value)are compared with a projection of how the project fees should be expended over time to determine if the project is ahead or behind schedule and below or under budget. This allows for corrections early in the process and avoids surprises. Bid 2022-122-ND -i87- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Weekly and Monthly Project Review Meetings Each week internal meetings are held by Ardurra to discuss project status.These meetings include subconsultants at critical project stages. Ardurra will also hold monthly review meetings with the appropriate City staff. An updated project schedule and budget will be addressed in the monthly status reports provided with the monthly invoicing. Open and Constant Communication Open and constant communication between team members and the City of Miami `` is Beach will be maintained in order to keep all team members and project stakeholders ARDURRA apprised of projects'status,to discuss project developments and approaching QUICK START milestones and to produce an environment of collaboration between the City and the I' design team. To facilitate this,a Communications Plan detailing means,and lines of CLIENT CARE communication will be developed as part of the Project Management Plan. In PROGRAM We return phone calls addition to typical phone calls and emails,we will be communicating with the City of and respond to emails Miami Beach through workshops,regular status meetings,teleconferencing,virtual within 4 hours and have 1. meetings and utilization of FTP or SharePoint sites. staff availability to meet with our clients within 24 c Quick Responsiveness We are right around the corner! hours of a reauest. r_ Just as important as who and how the project information is exchanged is the timeliness of the exchange. Our "Quick Start"Client Care Program dictates that we return phone calls and respond to emails within 4 working hours and have staff available to meet with clients within 24 hours of a request. With our office only 26 minutes from the City of Miami Beach it is easy and cost-effective to meet with the City whenever it seems appropriate. Construction Project Controls.Through our past project experience,our team has developed a diverse number of tools that are visually able to present the project status to a specific audience in addition to tracking project progress. We can support the City with services such as: • Metrics and dashboards,showing graphics and using other visual tools to document construction It is our philosophy that all team progress,deviations,change orders or recovery members are responsible for theop efforts by the contractor; quality of the work products • Budget Management,including reports detailing being produced.As such,we budget,actual vs.expected costs,and forecast to foster an atmosphere of complete;and continual quality control. • Schedule Management,to be performed based on a variety of processes such as S-curve review,resource loading review,and Time Impact Analysis(TIA)in the case of change order claims or schedule delay claims. QUALITY MANAGEMENT Ardurra has a corporate QA/QC plan that is implemented on all projects.This plan not only involves reviews at various project design milestones,but also review of construction documentation. After all,a design's real value relies not only on successful implementation but also on proper document management to later address post-construction questions. Ardurra subscribes to a strong project management approach with all lines of communication running through the Project Lead,thus making one person answerable to the City at all times. Further,Ardurra's QA/QC policy requires each subconsultant to conform to our own quality control requirements. We review our subconsultants'work and deliverables as if they were our own. Bid 2o22-322-ND -i88- DocuSign Envelope ID:59D12E6F-6507-4CFB-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA Key aspects of our QA/QC Plan for projects include: ✓ A conceptual review by the assigned Technical Advisory Committee to take :QUALITY CONTROL advantage of our senior staff's vast expertise,our national experience,and our APPROACH team's knowledge of the City,to identify the best way to accomplish project goals. ✓ A preliminary review of schedules,budget,calculations,inter-discipline DEVELOP QC PLAN. coordination,and regulatory compliance. ✓ Technical review of data,calculations,specifications,and drawings performed throughout the project design and prior to milestone submittals by our Technical Advisors to confirm that the approach to the project and design assumptions are sound. -Establish QCReviews. ✓ A permitting review will be performed to verify that applicable regulatory -Identify,.QC Review Milestones' requirements and permit conditions are addressed. -Set'Review"Schedule&Budget ✓ A constructability review will be provided by an individual familiar with the construction aspects of similar projects,to verify sound construction approach for the project. V A standards review will be conducted by a Production Manager to confirm that the proper AutoCAD and City standards are being used in survey and drawing PERFORM QC REVIEWS development. ✓ Final review of the overall project and of all deliverables is provided by the Project Lead,Principal-in-Charge,and the Quality Control Officer,who are all Florida- Registered Professional Engineers and/or Surveyors. ✓ Proof of each review is evidenced in a project specific quality control checklist, Receive&Document Comments which is dated and signed off by the Project Lead. Document How Comments Are All review submittals and permit application packages will be reviewed by the Project .Addressed. Lead and the QA/QC Officer prior to submittal to the City or to agencies. Once comments are received from the City,the design team,including subconsultants,will address each comment and provide a written response with the next review submittal. Once in construction,specific items to be reviewed for completeness and accuracy UPDATE DOCUMENTS TO include submittal reviews,RFI responses,Test Reports and Inspection Field Reports INCORPORATE COMMENTS and As-Built Surveys. Our focus will be on documenting"before"and"after"Conditions,and that the work411111 was completed in accordance with the Contract Documents. In parallel,appropriate document management will continuously be implemented with the goal of providing enough information to adequately address post-construction questions. -Meet with QC Reviewers to Discuss/Resolve Comments CHANGE MANAGEMENT -Inform QC Reviewers Ho To prepare for potential changes,the Project Lead will utilize a standard Change Comments Were Addressed Management Form to communicate and approve changes to the project. The Change Management Form will identify the proposed change,provide a summary of the impact to the scope,schedule,budget or other element of the project;include a place where team members can approve the change;and submit to the City for review and SUBMIT TO CLIENT discussion. In this way,change can be smoothly incorporated into the overall project. E, Ae The project team will strive to identify changes in advance so that they can be processed(including contractual requirements)and approved by all parties in a timely manner and without causing an impact to project delivery. As project stewards,it is Ardurra's philosophy to work with our Clients on contract changes so that delivery momentum is maintained throughout the implementation period. Bid 2022-122-ND -189- DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 Tab 3—APPROACH & METHODOLOGY ARDURRA PROJECT COMMUNICATION AND PUBLIC OUTREACH When project services or project construction has the possibility to impact the community,Ardurra has served as liaison between the property owner,contractor,and the project owner,so that each project is completed with a • successful outcome. Ardurra has already served in this capacity for a number of water main replacement programs, septic-to-sewer expansions,pump stations,and sanitary sewer surveys within residential neighborhoods. Our public outreach programs included development of communication strategies including tools,techniques and outreach activities,development of an outreach plan and implementation schedule. Public engagement and information can be provided through multiple sources such as public meetings,social media,websites and mobile applications including GIS database tracking,and 24/7 hotlines. We have also included in-person door—to—door communication and delivery of printed materials such as notifications,flyers,door hangers,among others. Ardurra's Public Outreach capabilities are fortified by our subconsultant,Media Relations Group,Inc.(MRG). Together we will be able to provide a comprehensive approach to the City of Miami Beach's water and wastewater projects. The following is our Project Communications and Public Outreach Plan. Design and Pre-Construction "" ` ( - 4 • . The project team,including City stakeholders,will develop a plan tailored to the area in which the project is taking place and decide how the community will be informed throughout the life of the project.A Public Involvement n Plan(PIP)will be drafted immediately and will serve as a living document. ,n `4r ' , The PIP initially begins with the effort of fully identifying all stakeholders, A impacts and other affected groups discussed during PIP process.The community will be notified of the project with a fact sheet at the beginning + of the design phase.It is crucial to not only notify residents of the project, but to define the project for them.This will leave little room for MRG,Alicia Gonzalez,holding miscommunication and give them a full understanding of the project. Public Meeting It is vitally important to capture all comments,concerns,and desires of interested parties that can potentially be worked into the design plans for a project.Data will be collected and recorded,making this information a permanent record for use during the construction phase. If the City desires a comprehensive database,compiled with stakeholder contact information.This can be achieved by reaching out to the neighborhood associations and individual residents through grass roots efforts. Public meetings are always a great way to further introduce the project,obtain stakeholder comments and gain their support.These meetings can be done virtually.Even post Covid-iy this method has proven to be more cost effective and to have a higher stakeholder attendance rate. Construction Project Information Residents and business owners can be affected at the very onset of a project by several types of construction impacts. MRG/Ardurra,in conjunction with the contractor,will ensure that those most directly impacted will receive timely notifications,early and often. MRG has worked with various contractors on numerous projects in Miami Beach,creating and maintaining great working relationships and open lines of communication highly necessary on construction projects. As a part of the City's public information team,MRG has provided construction advisories in a timely manner,and very often with little advance notice.The MRG team realizes this is the nature of the job and is prepared to meet this need in the future and is always ready to respond to any and all changes in work and/or project conditions. Bid zozz-lzz-ND sgo DocuSign Envelope ID:59D12E6F-6507-4CF8-863B-7C23828F15A2 ^ / \/ Tab 3 —APPROACH & METHODOLOGY ARDURRA Through the use of door-to-door distributions,email correspondence,social media,as well as coordination with other City departments,elected officials'staff,chambers of commerce and HOA representatives,information can be delivered at a minimum of a 24-hour notice,if not sooner. In the event there is a need to issue emergency communication,social media messaging and construction advisories have served to be very useful and provide stakeholders with important project information.MRG will accompany the contractor to any one-on-one resident or business owner meetings that may be necessary to help mitigate impacts. Event coordination is also critical during construction.There is increased pedestrian and vehicular traffic during many of the City's•festivals and events that typically take place each year,including the Boat Show,Miami Beach Pride, Miami Swim Week,Art Basel,Winter Music Conference,the South Beach Food and Wine Festival and Art Deco • Weekend.If existing construction activities are expected to impact any of these projects,MRG will reach out to those groups and event organizers well in advance to communicate approved construction details and schedules. Just as in the design phase,public meetings are always a great way to further introduce the project,obtain stakeholder comments and gain their support. • Post-Construction Communications Project-close out information is sent to stakeholders when construction has been completed.Depending on the type of project,the public information liaison may assist the City in planning either a community event to thank residents for their cooperation during the construction period,or if the project was at a park or other facility,a ribbon cutting ceremony. Why Select Ardurra? 4Local Team,Local Office,Local Experience. The Ardurra Team has provided similar services to numerous utility clients in south Florida for over 35 years. Our team knows the local environment, _ conditions,permitting agencies,and construction methods.Our office is only minutes away from the City and can readily respond to project requirements or emergencies. Positive Performance and Proven Commitment to Miami Beach. Our team has supported the r' engineering and construction projects for the City of Miami Beach for the past 5 years during which time, — �% we have demonstrated our commitment and stewardship to successfully complete your projects. Ample Production Capacity. The Ardurra Team has the capacity to run multiple projects simultaneously v/ { to increase productivity and complete numerous projects on an expedited schedule. We have a talented lstaff of 66 in the Miami area,300+in Florida and 800+staff nationally,many of whom specialize in providing water and wastewater services. We are a Perfect Match.Our in-house technical skills are best suited for the type of projects to be V , implemented by the City under this contract. These skills encompass both the design and construction management arenas;and as a result,a full-suite of services is available including specialties like coastal engineering and resiliency. i Expertise in Resiliency and Infrastructure Hardening. Our team has witnessed first-hand the destruction V from natural disasters and has extensive expertise in evaluating the susceptibility of infrastructure to J natural disasters. We have worked closely with many coastal clients in the planning,design,and • construction of rehabilitation projects to harden and protect infrastructure against natural disasters. Bid 2022-122-ND -191-