Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R26-044
RESOLUTION NO. R26-044 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, AWARDING REQUEST FOR QUALIFICATIONS NO. 3 PWE25-009Q FOR SAN CASTLE INFRASTRUCTURE MITIGATION 4 PROJECT- ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW 5 SERVICES (CDBG-MIT FUNDED) TO WADE TRIM, INC., AND 6 APPROVING AN AGREEMENT BETWEEN THE CITY AND WADE TRIM, 7 INC., BASED ON FLORIDA STATUTES 287.055 IN AN AMOUNT NOT TO 8 EXCEED $1,952,027.26, WHICH INCLUDES A $100,000 CONTINGENCY; 9 AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, on January 9, 2025, the City advertised its solicitation for Request for 12 Qualification ("RFQ") No. PWE25-009 of the City's desire to hire a firm to deliver complete and 13 permitted design documents for the Engineering Design and Environmental Review Services—San 14 Castle - Grant Funded, and provide all other professional services that may be deemed necessary 15 for the satisfactory design and completion of the project; and 16 WHEREAS, on May 5, 2025, the qualification packages were opened at City Hall by the 17 Procurement Services Division; and 18 WHEREAS, on August 12, 2025, the City's evaluation committee met in a publicly noticed 19 open to the public meeting where they discussed and scored the proposals and, per the 20 requirements of the Florida Consultants' Competitive Negotiation Act ("CCNA"), section 287.055, 21 Florida Statutes, shortlisted the top three proposers to view presentations; and 22 WHEREAS, on September 5, 2025, the City's evaluation committee witnessed 23 presentations from the three highest-ranking proposers per section 287.055, Florida Statutes, and, 24 after presentations, met in a publicly noticed open to the public meeting where they provided 25 final scoring and collectively decided that Wade Trim, Inc., ("Consultant") is the most 26 advantageous solution for the City to provide the professional services and selected the 27 Consultant as the most highly qualified to perform the required services in accordance with the 28 Consultant's Competitive Negotiation Act, section 287.055, Florida Statutes; and 29 WHEREAS, on October 21, 2025, the City Commission accepted the evaluation 30 committee's recommendation on the proposal with the Consultant and authorized the proper City 31 officials to negotiate and enter into this Agreement with the Consultant through Resolution No. 32 R25-281 to govern the services; and RESOLUTION NO. R26-044 33 WHEREAS, on November 3, 2025, November 7, 2025, November 21, 2025, and December 34 17, 2025, the City held negotiations with the Consultant based on the proposal and scoring from 35 the evaluation committee; and 36 WHEREAS, at the final negotiation meeting on December 17, 2025, City Staff felt that the 37 final scope of work and fee proposal were deemed fair, competitive, and reasonable; and 38 WHEREAS, negotiations regarding the services required herein were undertaken in 39 accordance with the CCNA, section 287.055, Florida Statutes, and this Agreement incorporates 40 the results of such negotiations; and 41 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 42 best interests of the City's citizens and residents to award RFQ No. PWE25-009Q for San Castle 43 Infrastructure Mitigation Project- Engineering Design and Environmental Review Services (CDBG- 44 MIT Funded) to Wade Trim, Inc., and approve an Agreement between the City and Wade Trim, 45 Inc., based on section 287.055, Florida Statutes, in an amount not to exceed $1,952,027.26, which 46 includes a $100,000 contingency. 47 48 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 49 BEACH, FLORIDA, THAT: 50 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 51 being true and correct and are hereby made a specific part of this Resolution upon adoption. 52 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 53 award RFQ No. PWE25-009Q for San Castle Infrastructure Mitigation Project- Engineering Design 54 and Environmental Review Services (CDBG-MIT Funded) to Wade Trim, Inc. 55 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 56 approve an Agreement between Wade Trim, Inc., and the City for RFQ No. PWE25-009Q for San 57 Castle Infrastructure Mitigation Project- Engineering Design and Environmental Review Services 58 (CDBG-MIT Funded) in the amount not to exceed $1,952,027.26, which includes a $100,000 59 contingency (the "Agreement"), in form and substance similar to that attached as Exhibit A. 60 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby RESOLUTION NO. R26-044 61 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 62 ancillary documents required under the Agreement or necessary to accomplish the purposes of 63 the Agreement, including any term extensions as provided in the Agreement, provided such 64 documents do not modify the financial terms or material terms. 65 SECTION 5. The City Clerk shall retain the fully executed Agreement as a public record 66 of the City. A copy of the fully executed Agreement shall be provided to Andrew Rozwadowski to 67 forward to the Consultant. 68 SECTION 6. This Resolution shall take effect in accordance with the law. 69 [SIGNATURES ON THE FOLLOWING PAGE] 70 RESOLUTION NO. R26-044 71 PASSED AND ADOPTED this a day of 'C' TC�� 2026. 72 CITY OF BOYNTON BEACH, FLORIDA 73 YES NO 74 Mayor- Rebecca Shelton 75 76 Commissioner- Mack McCray 77 78 Commissioner-Angela Cruz ✓ 79 �:G 80 Commizioncr Commizioncr -Thomas Turkin ✓ 81 82 Commissioner-Aimee Kelley ✓ 83 84 VOTE 5 c 85 ATTEST: 86 / ,,--_nn 87 //i�iii' .`'• 88 Tammy Stan lone, CM ReElecca Shelton 89 Deputy City Clerk Mayor 90 , AAON6'r ,;. , 91 ;<0.QOgAT •'•:y` APPROVED AS TO FORM: 92 (Corporate Seal) 104-1(5)-,,e, Y p 94 I�j 0;•• dC�2 r' 95 �*y •''•••....• :;` Shawna G. Lamb 96 ` FLS City Attorney CONTRACT AGREEMENT PROFESSIONAL SERVICES TERM CONTRACT COMPETITIVE CONSULTANT NEGOTIATION ACT (CCNA), FLORIDA STATUTE 287.055 (CONSULTANT) Y O � +G` _ _ _ __ 4 ___ _____ - - . _ ________ __ _ NMX O _ () 40, --. 4.1r 0 N '' RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED CONTRACT AGREEMENT PROFESSIONAL SERVICES TERM CONTRACT - COMPETITIVE CONSULTANT NEGOTIATION ACT (CCNA), FLORIDA STATUTE 287.055 (CONSULTANT) - ENGINEERING/DESIGN SERVICES - FEDERAL GRANT PROJECT THIS AGREEMENT ("Agreement"), dated , is entered into by and between: THE CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida with a business address of 100 E Ocean Ave, BOYNTON BEACH, Florida 33435 (hereinafter referred to as the "CITY"), and WADE TRIM, INC., a Florida Profit Corporation as listed with the Florida Division of Corporations, with a principal address 201 N Franklin St Ste 1350 Tampa. FL 33602 (hereinafter referred to as the "CONSULTANT"). CITY and CONSULTANT may hereinafter be referred to collectively as the "Parties." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 - PREAMBLE In order to establish the background, context, and form of reference for this Agreement and to generally express the objectives and intentions of the respective Parties herein, the following statements, representations, and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow, and may be relied upon by the Parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On January 9. 2025, the CITY advertised its solicitation for Request for Qualification of the CITY's desire to hire a firm to deliver complete and permitted design documents for the ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE -GRANT FUNDED, and provide all other professional services that may be deemed necessary for the satisfactory design and completion of the project, as more particularly described in Exhibit "A" attached hereto and by this reference made a part hereof, for the said RFQ entitled: # PWE25-009 - ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES — SAN CASTLE - GRANT FUNDED 1.2 On May 5. 2025, the qualification packages were opened at City Hall by the Procurement Services Division. 1.3 On August 12. 2025,the CITY's evaluation committee met in a publicly noticed open to the public meeting where they discussed and scored the proposals and, per the requirements of ("CCNA"), §287.055, Florida Statutes shortlisted the top three proposers to view presentations. 1.4 On September 5, 2025, the CITY's evaluation committee witnessed presentations from the three highest-ranking proposers per Florida Statue 287.055 and, after presentations, met in a publicly noticed open to the public meeting where they provided final scoring and collectively decided that RFC)PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 1 WADE TRIM. INC is the most advantageous solution for the CITY to provide the professional services as described in Exhibit "A" and selected CONSULTANT as the most highly qualified to perform the required services in accordance with the Consultant's Competitive Negotiation Act ("CCNA"), §287.055, Florida Statutes. 1.5 On October 21.2025, the CITY Commission accepted the results of the evaluation committee the proposal with CONSULTANT, and authorized the proper CITY officials to negotiate and enter into this Agreement with CONSULTANT through RESOLUTION#R25-281 to govern the services more particularly described herein below. 1.6 On November 3. 2025, November 7. 2025, November 21. 2025, and December 17. 2025. CITY held negotiations with CONSULTANT based on the proposal and scoring from the evaluation committee. 1.7 At the final negotiation meeting on December 17, 2025, CITY Staff felt that the final scope of work and fee proposal were deemed fair, competitive, and reasonable. 1.8 Negotiations regarding the services required herein were undertaken in accordance with the CCNA, §287.055, Florida Statutes, and this Agreement incorporates the results of such negotiations. 1.9 The services provided by CONSULTANT pursuant to this Agreement shall comply with the definition of "professional services" as provided for in Section 287.055(2)(a), Florida Statutes, as may be amended from time to time. ARTICLE 2 - SERVICES AND RESPONSIBILITIES 2.1 CONSULTANT hereby agrees to deliver complete and permitted design documents for RFQ # PWE25-009, more particularly located at ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES- SAN CASTLE - GRANT FUNDED ("Property")as outlined in Exhibit "A." 2.2 Consultant further agrees to perform all other professional services deemed necessary for the satisfactory engineering/design and completion of the project, as more particularly described in, and in accordance with the specifications attached hereto and made a part hereof as Exhibit "A," CONSULTANT's response thereto, attached hereto and made a part hereof as Exhibit "B," and the final scope of work and fee proposal proposed by CONSULTANT attached hereto and made a part hereof as Exhibit"C." CONSULTANT agrees to perform all services required pursuant to this Agreement, the Sealed Proposal Package, Addenda to this Agreement, and Commission award complete with the proposal form. 2.3 CONSULTANT shall furnish all services, labor, equipment, and materials necessary and as may be required in the performance of this Agreement, and all services performed under this Agreement shall be performed with the degree of skill and care ordinarily used by members of CONSULTANT's profession practicing under similar circumstances at the same and time and in the same locality. 2.4 CONSULTANT hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONSULTANT, that CONSULTANT has the professional expertise, experience, and manpower to perform the services to be provided by CONSULTANT pursuant to the terms of this Agreement. 2.5 CONSULTANT assumes professional and technical responsibility for the performance of its services to be provided hereunder in accordance with recognized professional and ethical guidelines established by their profession. If within one year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONSULTANT thereof in writing, CONSULTANT agrees to re-perform such deficient services without charge to the CITY, provided, however, the deficient services have been proven to be in violation of the requirements under the Agreement. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 2 2.6 CONSULTANT shall schedule regular meetings with the CITY's representatives at least once a month to discuss the progress of the services required to deliver complete and permitted design documents for the design services, as more specifically described in Exhibit"A"and Exhibit"C". 2.7 The relationship between CITY and CONSULTANT created hereunder and the services to be provided by CONSULTANT pursuant to this Agreement are non-exclusive. CITY shall be free to pursue and engage similar relationships with other Consultants to perform the same or similar services performed by CONSULTANT hereunder, so long as no other consultant shall be engaged to perform the specific project assigned to CONSULTANT while CONSULTANT is so engaged without first terminating such assignment. CONSULTANT shall be free to pursue relationships with other parties to perform the same or similar services, whether or not such relationships are for services to be performed within the City of BOYNTON BEACH, so long as no such relationship shall result in a conflict of interest, ethical or otherwise, with the CITY's interests in the services provided by CONSULTANT hereunder. 2.8 CONSULTANT shall not utilize the services of any sub-consultant without the prior written approval of CITY,which shall not be unreasonably withheld. CONSULTANT shall comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances and shall require that all sub- consultants comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances, as is applicable to CONSULTANT and sub-consultant's services under the Agreement. ARTICLE 3 - TIME FOR PERFORMANCE AND TERMINATION 3.1 CONSULTANT shall perform the design and engineering services tasks 1 through 5 more particularly described in Exhibit"C", within ONE YEAR AND FOUR MONTHS upon the issuance of the notice to proceed. 3.2 Upon competition and design and engineering provided by the consultant pursuant to the terms herein, the City shall procure the construction and engineering of this project through an invitation to bid (ITB) design-bid-build. 3.3 Minor adjustments to the timetable for completion approved by CITY in advance, in writing,will not constitute non-performance by CONSULTANT.The CITY shall define the time for performance and authorize the commencement of later phases in writing,which may be memorialized by work orders or written amendments hereto. 3.4 Financial Conseauences for Nonperformance: The City reserves the right to withhold payment for disputed portions of the work where the Consultant has failed to perform/comply with the provisions of this agreement. For each task deliverable not received by the City at one hundred percent(100%)completion and by the specified due date listed in the Grant Funding Agreement's most recent Project Timeline as the City will reduce the relevant Task compensation Amount(s)paid to the Consultant in proportion to the percentage of the deliverable(s) not fully completed and/or submitted to the City in a timely manner. 3.5 Time is of the essence for this Agreement. It is acknowledged and agreed by the Parties that time is of the essence in the performance of this Agreement. CONSULTANT shall perform the services as expeditiously as is consistent with professional skill and care, and the orderly progress of the project.Notwithstanding anything to the contrary herein,CONSULTANT shall not be deemed in default of this Agreement to the extent that any delay or failure in the performance of its obligations results for any cause beyond its reasonable control and without its negligence. 3.6 Post-Contractual Obliaations. Intentionally omitted. 3.7 All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. RFC)PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 3 3.8 Termination for Convenience. This Agreement may be terminated by the CITY for convenience upon providing thirty (30) business days of written notice to the CONSULTANT, in which event CONSULTANT shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. 3.9 Default by CONSULTANT. In addition to all other remedies available to CITY, this Agreement shall be subject to cancellation by CITY for cause, should CONSULTANT neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. If the City fails to comply with any covenant or obligation imposed by this Agreement, then Consultant may furnish written notice to the City identifying the breach and applicable provisions of this Agreement violated. If the City fails to cure the breach within thirty(30) days, Consultant may then terminate this Agreement without further written notice to the City. 3.10 In the event of termination for cause or convenience, all finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY immediately. CONSULTANT shall not be responsible for and is hereby released for CITY's use of any such unfinished documents, data, studies, plans, surveys, and reports, including the CITY's use for anything other than the intended use for the Project. ARTICLE 4 - PROFESSIONAL SERVICES FEE & EXPENSES 4.1 Compensation. The CITY shall pay compensation to CONSULTANT pursuant to this Agreement for the scope of work and fee proposal particularly described in Exhibit "C" in an amount of ONE MILLION EIGHT HUNDRED FIFTY-TWO THOUSAND TWENTY-SEVEN DOLLARS AND TWENTY-SIX CENTS ($1.852.027.261, which was deemed fair, competitive, and reasonable, for the design and construction management services of ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES — SAN CASTLE - GRANT FUNDED PROJECT, plus an allowance of ONE HUNDRED THOUSAND DOLLARS ($100,000.00) for permit fees and additional tasks that may be authorized by the City Manager in the City Manager's sole discretion, for a total amount of ONE MILLIONNINE HUNDRED FIFTY-TWO THOUSAND TWENTY-SEVEN DOLLARS AND TWENTY-SIX CENTS ($1.952.027.26). The compensation may be adjusted, if necessary, by a written amendment, duly approved and executed by CONSULTANT and City, provided the City's budget includes, or is adjusted to include, the entire Fee. 4.2 Fee Schedule. A detailed Fee Schedule, tied to the deliverables shall be attached as Exhibit B. The Fee Schedule shall detail the hourly rates, number of hours and a payment schedule that shall not be front-loaded. 4.2.1 Rates. CONSULTANT's hourly rates for every position or level of profession or staff for whom time will be invoiced under this Agreement shall be included in the Fee Schedule attached as Exhibit C and incorporated into this Agreement. All such rates shall be effective for the term of this Agreement. The fixed hourly costs for all positions will be applicable to both in-house professional engineering services and professional engineering services at the CONSULTANT firm's place of business. 4.2.2 Expenses. The Fee Schedule shall include all administrative out-of-pocket expenses to be reimbursed under this Agreement. 4.2.3 Supporting Documents. CONSULTANT shall maintain complete and orderly documentation underlying all of its invoiced out of pocket expenses, including copies of paid receipts, invoices, or other documentation acceptable to the City. Such documentation shall be sufficient to establish that the expenses were actually incurred and necessary in the performance of the Professional Services. 4.2.4 Mark-Up.Any out-of-pocket costs shall not be marked up more than three percent (3%). RFC)PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 4 4.2.5 Travel Expenses.Any agreed travel, per diem, mileage, meals, or lodging expenses, the cost of which are subject to the City's prior written approval, shall be paid in accordance with the rates and conditions established by the City's Travel Policy, a copy of which has been provided to CONSULTANT, or the applicable law or ordinance. 4.3 Subcontracts. CONSULTANT may invoice for Professional Services related to the sub-contractual services at the established hourly rates in the Fee Schedule. 4.4 The CITY agrees to compensate CONSULTANT for all services and tasks performed in accordance with this Agreement pursuant to the rates more particularly described in Exhibit "C", attached hereto and by this reference made a part hereof. 4.5 CONSULTANT shall be entitled to invoice CITY on a monthly basis for services performed. The invoice shall include information such as, but not be limited to, the date of service, staff classification, the amount of time spent, a description of the service, and any other information reasonably required by CITY. 4.6 CITY will make its best efforts to pay CONSULTANT within thirty (30) days of receipt of proper invoice the total shown to be due on such invoice. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. Payment will be made to CONSULTANT at: 4.7 Truth-In-Negotiation Certificate. Signature of this Agreement by CONSULTANT shall act as the execution of a Truth-in-Negotiation Certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums, by which the CITY determines that contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. 4.8 Contingency or Allowance. Any contingency or allowance amount provided for by the CITY authorizes the CITY to execute change orders up to the amount of the contingency or allowance without the need to obtain additional Commission approval. In addition, CITY shall utilize the contingency or allowance to reimburse CONSULTANT for the related permit, license, impact or inspection fees. Payments will be made to CONSULTANT based on the actual cost of permits upon submission of paid permit receipts. It is hereby understood and agreed that the CONSULTANT shall not expend any dollars in connection with the contingency or allowance without the expressed prior written approval of the CITY's authorized representative. Any contingency or allowance funds that have not been utilized at the end of the project will remain with the CITY, the CONSULTANT shall only be paid for the proposed project cost as approved by the City Commission along with any contingency or allowance expenses that were approved by the CITY's authorized representative. If the permit fees exceed the contingency or allowance CITY will reimburse the CONSULTANT the actual amount of the permit fees required for project completion. ARTICLE 5 - CHANGES TO SCOPE AND ADDITIONAL SERVICES 5.1 CITY or CONSULTANT may from time to time request changes that would increase, decrease, or otherwise modify the scope of services, as described in Exhibit "C", to be provided under this Agreement subject to the requirements set forth in §287.055, Florida Statutes. Such changes or additional work must be in accordance with the provisions of the CITY's Code of Ordinances, and must be contained in a written amendment, executed by the Parties hereto, with the same formality, equality and dignity herewith prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. 5.2 CONSULTANT shall continue to render services while seeking a change order unless such services have not been authorized herein, by written amendment,or change order. Services to be performed while a seeking change order which have not been described herein or in a separate written RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 5 amendment or change order shall be performed at the CONSULTANT'S own risk. In no event will the CONSULTANT be compensated for any services which have not been described either herein or in a separate written amendment or change order. 5.3 Notwithstanding anything to the contrary herein, to the extent CONSULTANT performs additional work in response to a request and/or other influence by the City prior to the execution of a change order, CONSULTANT shall provide written notice and documentation of any such additional work, including an estimate of cost, schedule implications, and a detailed description of such work, which shall be considered in the resulting change order. ARTICLE 6 - INDEMNIFICATION 6.1 The Consultant shall indemnify and hold harmless the City, and its officers and employees, 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 design professional and other persons employed or utilized by the design professional in the performance of the contract. PURSUANT TO F.S. SEC. 558.0035, AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD LIABLE FOR NEGLIGENCE. The CONSULTANT shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorneys'fees which may issue thereon. 6.2 CONSULTANT agrees that the covenants and representations relating to indemnification shall survive the term of this Agreement and continue in full force and effect as to the Party's responsibility to indemnify. 6.3 Nothing contained here is intended nor shall be construed to waive CITY's rights and immunities under the common law or Section 768.28, Florida Statutes, as may be amended from time to time. ARTICLE 7 - INSURANCE 7.1 The CONSULTANT expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONSULTANT shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents, and instrumentalities as herein provided. 7.2 CONSULTANT shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and such insurance has been approved by the Risk Manager of the CITY nor shall the CONSULTANT allow any sub-consultant to commence work on any subcontract until all similar such insurance required of the sub-consultant has been obtained and similarly approved, the approval of any insurance which shall not be unreasonably withheld. a. During the performance of the services under this Agreement, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies to CITY's Director of Risk Management.All policies shall be written by an insurance company authorized to do business in Florida. CONSULTANT shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and limited Contractual Liability. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE.GRANT FUNDED 6 general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty(30)days prior written notice to the CITY. iii. Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of$1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. iv. Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement in the minimum amount of $1,000,000 per claim. v. Umbrella/Excess Liability Insurance: in the amount of $1,000,000.00 each occurrence. Coverage must follow the form of the General Liability,Auto Liability and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three(3)years after the delivery of goods/services or final payment pursuant to the Agreement. vi. Right to Revise or Reject: City reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies that fail to meet the criteria stated herein. Additionally, City reserves the right, but not the obligation,to review and reject any insurer providing coverage due of its poor financial condition or failure to operating legally. ARTICLE 8 - NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT 8.1 During the performance of the Agreement, neither the CONSULTANT nor any sub- consultants shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. CONSULTANT will take affirmative action to ensure that employees are treated during employment,without regard to their race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. 8.2 Such actions must include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. CONSULTANT shall agree to post in conspicuous places available to employees and applicants for employment notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 8.3 CONSULTANT further agrees that CONSULTANT will ensure that sub-consultants, if any, will be made aware of and will comply with this nondiscrimination clause. ARTICLE 9 - INDEPENDENT CONSULTANT 9.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers' Compensation Act, and the State unemployment insurance law. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 7 9.2 The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out CONSULTANT's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of CONSULTANT, which policies of CONSULTANT shall not conflict with CITY, State, or United States policies, rules or regulations relating to the use of CONSULTANT'S funds provided for herein. 9.3 The CONSULTANT agrees that it is a separate and independent enterprise from the CITY, that it has full opportunity to find other business, that it has made its own investment in its business, and that it will utilize the standard of care to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 - AGREEMENT SUBJECT TO FUNDING 10.1 This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of BOYNTON BEACH in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 11 - UNCONTROLLABLE FORCES 11.1 Neither CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing Party could not avoid. 11.2 The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a Party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming Party. It includes, but is not limited to: fire, flood, earthquakes, storms, lightning, epidemic, pandemic, acts of God, war, riot, civil disturbance, sabotage, and governmental actions. 11.3 Neither Party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming Party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. 11.4 The nonperforming Party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other Party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 12 - GOVERNING LAW AND VENUE 12.1 This Agreement shall be governed by and construed in accordance with the laws of the State of Florida as now and hereafter in force. The venue for any and all claims or actions arising out of or related to this Agreement shall be in Palm Beach County, Florida. CONSULTANT agrees to waive all defenses to any suit filed in Florida based upon improper venue or forum nonconveniens. 12.2 THE CITY AND CONSULTANT HEREBY MUTUALLY KNOWINGLY, WILLINGLY, AND VOLUNTARILY WAIVE THE RIGHT TO TRIAL BY JURY, AND NO PARTY NOR ANY ASSIGNEE, SUCCESSOR, OR LEGAL REPRESENTATIVE OF THE PARTIES SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, PROCEEDING, COUNTERCLAIM OR ANY OTHER LITIGATION PROCEEDING BASED UPON OR ARISING OUT OF THIS AGREEMENT, OR ANY COURSE OF ACTION, COURSE OF DEALING, STATEMENTS (WHETHER VERBAL OR WRITTEN) OR ACTIONS RELATING TO THIS AGREEMENT. THE PARTIES ALSO WAIVE ANY RIGHT TO CONSOLIDATE ANY ACTION IN WHICH A JURY TRIAL HAS BEEN WAIVED, WITH ANY OTHER ACTION IN WHICH A JURY TRIAL HAS NOT BEEN WAIVED. THE PROVISIONS OF THIS PARAGRAPH HAVE BEEN FULLY NEGOTIATED BY THE RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 8 PARTIES. THE WAIVER CONTAINED HEREIN IS IRREVOCABLE, CONSTITUTES A KNOWING AND VOLUNTARY WAIVER,AND SHALL BE SUBJECT TO NO EXCEPTION. NEITHER THE CITY NOR THE CONSULTANT HAS IN ANY WAY AGREED WITH OR REPRESENTED TO THE OTHER OR ANY OTHER PARTY THAT THE PROVISIONS OF THIS PARAGRAPH WILL NOT BE FULLY ENFORCED IN ALL INSTANCES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. ARTICLE 13 - SIGNATORY AUTHORITY 13.1 CONSULTANT shall provide CITY with copies of the requisite documentation evidencing that the signatory for CONSULTANT has the authority to enter into this Agreement. ARTICLE 14 - DEFAULT OF CONTRACT & REMEDIES 14.1 Damages. CITY reserves the right to recover any ascertainable actual damages incurred as a result of the failure of CONSULTANT to perform in accordance with the requirements of this Agreement, or for losses sustained by CITY resultant from CONSULTANT's failure to perform in accordance with the requirements of this Agreement. 14.2 Correction of Services. If, in the reasonable judgment of CITY, the services provided by CONSULTANT do not conform to the requirements of this Agreement, CITY may request that CONSULTANT correct all deficiencies in the services to bring the services into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement. 14.3 Default of Contract. The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by CONSULTANT for which CITY may terminate for cause: 14.3.1 The abandonment, unnecessary delay, refusal of, or failure to comply with any of the terms of this Agreement or neglect, or refusal to comply with the instructions of the City Manager or individual relative thereto. 14.3.2 The failure by CONSULTANT to observe or perform any of the terms, covenants, or conditions of this Agreement to be observed or performed by CONSULTANT, where such failure shall continue for a period of thirty (30) days after written notice thereof by CITY to CONSULTANT; provided, however, that if the nature of CONSULTANT 's default is such that more than thirty (30) days are reasonably required for its cure, then CONSULTANT shall not be deemed to be in default if CONSULTANT commences such cure within said thirty (30) day period and thereafter diligently prosecutes such cure to completion. 14.3.3 The assignment and/or transfer of this Agreement or execution or attachment thereon by CONSULTANT or any other Party in a manner not expressly permitted hereunder. 14.3.4 The making by CONSULTANT of any general assignment or general arrangement for the benefit of creditors, or the filing by or against CONSULTANT of a petition to have CONSULTANT adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against CONSULTANT, the same is dismissed within sixty (60) days); or the appointment of a trustee or a receiver to take possession of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where possession is not restored to CONSULTANT within thirty (30) days; for attachment, execution or other judicial seizure of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where such seizure is not discharged within thirty (30)days. ARTICLE 15 - BANKRUPTCY 15.1 It is agreed that if CONSULTANT is adjudged bankrupt, either voluntarily or involuntarily, then this Agreement shall terminate effective on the date and at the time the bankruptcy petition is filed. ARTICLES 16 - DISPUTE RESOLUTION 16.1 In the event that a dispute, if any, arises between CITY and CONSULTANT relating to this Agreement, performance or compensation hereunder, CONSULTANT shall continue to render service in full compliance with all terms and conditions of this Agreement as interpreted by CITY regardless of such RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 9 dispute. CONSULTANT expressly agrees, in consideration for the execution of this Agreement, that in the event of such a dispute, if any, it will not seek injunctive relief in any court, but will negotiate with CITY for an adjustment on the matter or matters in dispute and, upon failure of said negotiations to resolve the dispute, may present the matter to a court of competent jurisdiction in an appropriate suit therefore instituted by it or by CITY. ARTICLE 17 - PUBLIC RECORDS 17.1 The City of BOYNTON BEACH is a public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: 17.1.1 Keep and maintain public records required by the CITY to perform the service; 17.1.2 Upon request from the CITY's custodian of public records, provide the 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; 17.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and, following completion of the Agreement, CONSULTANT shall destroy all copies of such confidential and exempt records remaining in its possession after the CONSULTANT transfers the records in its possession to the CITY; and 17.1.4 Upon completion of the Agreement, CONSULTANT shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT's possession. All records stored electronically by the CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. 17.2 The failure of CONSULTANT to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement, for which, the CITY may terminate the Agreement in accordance with the terms herein. 17.3 The CONSULTANT shall provide the right of access to all records for the CITY and Federal Grant Agency and keep all records pertaining to this project for SIX (6) years after the CITY has closed out the grant award. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6060 CityClerkcc bbfl.us ARTICLE 18 — PERFORMANCE EVALUATIONS 18.1 CONSULTANT will be evaluated on a project-by-project basis utilizing the form attached hereto as Attachment B. The evaluations provide information about compliance with budget, schedule, and other key performance indicators and are a factor in future procurement evaluations. Evaluations are submitted to the CONSULTANTS as part of the project closeout process. RFC)PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 10 ARTICLE 19 - REGULATORY CAPACITY 19.1 Notwithstanding the fact that CITY is a municipal corporation with certain regulatory authority, CITY's performance under this Agreement is as a Party to this Agreement and not in its regulatory capacity. If CITY exercises its regulatory authority, the exercise of such authority and the enforcement of applicable law shall have occurred pursuant to the CITY's regulatory authority as a governmental body separate and apart from this Agreement and shall not be attributable in any manner to CITY as a Party to this Agreement. ARTICLE 20 - EMPLOYMENT ELIGIBILITY 20.1 E-Verifv. CONSULTANT represents that it has not been placed on the "discriminatory vendor list" as provided in Section 287.134, Florida Statutes, and that it is not a "scrutinized company" pursuant to Sections 215.473 or 215.4725, Florida Statutes. CONSULTANT represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with CITY on any of the grounds stated in Section 287.135, Florida Statutes. CONSULTANT represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. ARTICLE 21 - MISCELLANEOUS 21.1 Ownership of Documents. All plans, drawings, calculations, construction documents, technical specifications, sketches, photographs, videos, illustrations, tracings, PowerPoint presentations, specifications, maps, computer files, and/or studies or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, regardless of form or format, will be considered works made for hire and, upon payment by the CITY of the Fee for same, will become the exclusive property of the CITY without restriction or limitation on their use and will be made available, upon request, to the CITY upon request and/or upon completion or termination of this Agreement. CITY shall not be required to pay any additional charges for the CITY's documents and records. Documents can be provided to the CITY electronically. Upon delivery to the CITY of said document(s), the CITY will become the custodian thereof in accordance with Chapter 119, Florida Statutes. CONSULTANT will not copyright any material and products or patent any invention developed under this Agreement. CONSULTANT specifically waives and releases all rights that CONSULTANT may have in the materials, products, or inventions pursuant to 17 U.S.C. §106A and 113(d). CONSULTANT acknowledges and affirms that pursuant to 17 U.S.C. §106A(e), such waiver and release shall be effective as to any and all uses foreseeable and unforeseeable for which such materials, products, or invention might be subject. CONSULTANT waives and assigns to CITY all copyrights under 17 U.S.C.§101, et seq., and all other rights in the materials, products, invention, and any work produced. Any reuse of CONSULTANT's prepared documents by the CITY, except for the specific purpose intended under this Agreement, will be at CITY's sole risk and without liability or legal exposure to CONSULTANT or its sub-consultants. 21.2 Legal Representation. It is acknowledged that each Party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement, and accordingly, the rule that a contract shall be interpreted strictly against the Party preparing same shall not apply herein due to the joint contributions of both Parties. 21.3 Records. CONSULTANT shall keep such records and accounts and require any and all subcontractors to keep records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of SIX(6).years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries.All records shall be maintained and available for disclosure, as appropriate, in accordance with Chapter 119, Florida Statutes. 21.4 Standard of Care. The standard of care for all Services performed or furnished by CONSULTANT REO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 11 under this Agreement will be the care and skill ordinarily used by members of CONSULTANT's profession practicing under similar circumstances. 21.5 Standard of Conduct. The implied covenant of good faith and fair dealing under Florida law is expressly adopted. 21.6 Compliance with Laws. In the conduct of Services under this Agreement, CONSULTANT shall comply in all material respects with all applicable federal and state laws and regulations and all applicable County and City ordinances and regulations. 21.7 Assignments: Amendments. This Agreement, and any interests herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the benefit of CITY and its successors and assigns. It is further agreed that no modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 21.8 No Contingent Fees. 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 provision, CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 21.9 Waiver. Any waiver by either Party of any one or more of the covenants, conditions, or provisions of this Agreement shall not be construed to be a waiver of any subsequent or other breach of the same or any covenant, condition, or provision of this Agreement. Nothing in this Agreement shall be interpreted to constitute a release of the responsibility and liability of CONSULTANT, its employees, sub-contractors, agents, and sub-consultants for the accuracy and competency of their designs, working drawings, construction documents, technical specifications or other documents and works, nor shall any approval by the CITY be deemed to be an assumption of such responsibility by the CITY for a defect or omission in designs, construction documents, technical specifications or other documents prepared by CONSULTANT, its employees, agents or subcontractors. 21.10 Notice.Whenever any Party desires to give notice unto any other Party, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the Party for whom it is intended and the remaining Party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, CONSULTANT and CITY designate the following as the respective places for giving of notice: CITY: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Telephone No. (561) 742-6000 CONSULTANT: WADE TRIM. INC 201 N Franklin St Ste 1350 Tampa, FL 33602 21.11 Binding Authority. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute this Agreement on behalf of the Party for RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 12 whom he or she is signing, and to bind and obligate such Party with respect to all provisions contained in this Agreement. 21.12 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 21.13 Exhibits. Each exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 21.14 Severability. If any provision of this Agreement or application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 21.15 Extent of Aareement: Conflicts. This Agreement represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. In the event of any conflict or ambiguity by and between this Agreement, Exhibit "A", Exhibit "B", and Exhibit "C", this Agreement shall govern and prevail, followed by Exhibit "C", Exhibit "A", and Exhibit "B". 21.16 Attorneys'Fees. In the event that either Party brings suit for enforcement of this Agreement, each Party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. 21.17 Counterparts and Execution. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, valid and effective upon delivery of the executed documents to the other Party through facsimile transmission, email, or other electronic delivery. 21.18 No Third Party Beneficiaries. The services to be performed by the CONSULTANT are intended solely for the benefit of the CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on the CONSULTANT's performance of its services hereunder, and no right to assert a claim against the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third Party as a result of this Agreement or the performance of the CONSULTANT's services hereunder. 21.19 Design Professional. A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCURING WITHIN THE COURSE AND SCOPE OF THIS AGREEMENT, PURSUANT TO §558.0035, FLORIDA STATUTES, AS MAY BE AMENDED FROM TIME TO TIME. 21.20 STATE OF FLORIDA Commerce - CDBG-MIT GRANT REQUIREMENTS. By execution of this Agreement, CONSULTANT certifies that CONSULTANT has familiarized themselves with all regulations and requirements of 2 C. F.R. part 200 — Uniform Administrative Requirements and Audit Requirements for Federal Awards, Appendix 1 1 to Part 200, included herein as Exhibit B along with all applicable provisions of the Housing and Community Development Act of 1974, as amended, and the regulations at 24 CFR part 570, as modified by the Federal Register notices that govern the use of CDBG-MIT funds available under this grant, as referenced in the Bid document. These Federal Register notices include, but are not limited to, Federal Register Guidance Vol.83, No. 28/Friday, February 9,201 8/Notices and Vol. 83 , No. 1 57/Tuesday,August 1 4, 201 8/Notices in order to submit a bid for this project. RFQ PWE25-W9-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 13 21.21 Discriminatory Vendor and Scrutinized Companies Lists: Countries of Concern. CONSULTANT represents that it has not been placed on the"discriminatory vendor list"as provided in Section 287.134, Florida Statutes, and that it is not a "scrutinized company" pursuant to Sections 215.473 or 215.4725, Florida Statutes. CONSULTANT represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with CITY on any of the grounds stated in Section 287.135, Florida Statutes. CONSULTANT represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. 21.22 Public Entity Crime Act. CONSULTANT represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. CONSULTANT further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONSULTANT has been placed on the convicted vendor list. 21.23 Limitation of Liability. Notwithstanding any provision of the Agreement to which it is applicable, CITY shall not be liable or responsible to CONSULTANT beyond the amount remaining due to CONSULTANT under this Agreement, regardless of whether said liability be based in tort, contract, indemnity, or otherwise; and in no event shall CITY be liable to CONSULTANT for punitive or exemplary damages or lost profits or consequential damages. ARTICLE 22 - FEDERAL REQUIREMENTS Notwithstanding anything to the contrary set forth herein, CONSULTANT shall comply with the applicable federal required standard provisions, as set forth in 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200. In the event of any conflicts, the provisions of 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200 shall prevail. Any reference made to CONSULTANT in this section shall also apply to any subcontractor under the terms of this Contract. The prime CONSULTANT shall be responsible for the compliance by any subcontractor or lower-tier subcontractor with all of these contract clauses: In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. 22.1 Equal Employment Opportunity. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of `federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of this contract, CONSULTANT agrees as follows: 22.1.1 CONSULTANT will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. CONSULTANT will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 14 compensation; and selection for training, including apprenticeship. CONSULTANT agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 22.1.2 CONSULTANT will, in all solicitations or advertisements for employees placed by or on behalf of CONSULTANT, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 22.1.3 CONSULTANT will not discharge or in any other manner discriminate 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 information of other employees or applicants as a part 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 or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with CONSULTANT's legal duty to furnish information. 22.1.4 CONSULTANT will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of CONSULTANT's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 22.1.5 CONSULTANT will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 22.1.6 CONSULTANT will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 22.1.7 In the event of CONSULTANT's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this Agreement may be canceled, terminated or suspended in whole or in part and CONSULTANT may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and 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. 22.1.8 CONSULTANT will include the provisions of paragraphs (21.1.1 through (21.1.7) 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 will be binding upon each subcontractor or vendor. CONSULTANT will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event CONSULTANT becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. 22.2 Davis-Bacon Act. (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess 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"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 15 must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. CONSULTANT shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor Regulations (29 CFR Part 5). In accordance with the statute, CONSULTANT must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, CONSULTANT must be required to pay wages not less than once a week. 22.3 Copeland "Anti-Kickback"Act. (E) The contracts must also include a provision for compliance with the Copeland "Anti- Kickback"Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. CONSULTANT shall comply with the Copeland "Anti-Kickback"Act, (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). CONSULTANT must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. City must report all suspected or reported violations to the Federal awarding agency. 22.4 Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-37081. (F) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Where applicable, pursuant to 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5) CONSULTANT must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. 22.4.1 Overtime requirements. No CONSULTANT or subconsultant contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 16 22.4.2 Violation: liability for unpaid wages: liquidated damages. In the event of any violation of the clause set forth in this section, paragraph (i), the CONSULTANT and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such CONSULTANT and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (i) of this section, in the sum of $10 for each calendar day on 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 by the clause set forth in paragraph (i) of this section. 22.4.3 Withholding for unpaid wages and liquidated damages. City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by CONSULTANT or subcontractor under any such contract or any other Federal contract with the same prime CONSULTANT, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime CONSULTANT, such sums as may be determined to be necessary to satisfy any liabilities of such CONSULTANT or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (ii) of this section. 22.4.4 Subcontracts. CONSULTANT or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (22.4.1)through (24.4.4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONSULTANT shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (22.4.4)through (22.4.4) of this section. 22.5 CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251- 1387). City will report violations to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 22.5.1 Clean Air Act. CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. CONSULTANT agrees to report each violation to City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 22.5.2 Federal Water Pollution Control Act. CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. CONSULTANT 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 State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 22.6 Suspension and Debarment. (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220)must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 17 contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000, as such CONSULTANT is required to verify that none of the CONSULTANT's agents, principals (defined at 2 C.F.R. § 180.995), or 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). CONSULTANT 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. This certification is a material representation of fact relied upon by City. If it is later determined that CONSULTANT 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 State and City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer 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 bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 22.7 Byrd Anti-Lobbvina Amendment. as amended (31 U.S.C. & 13521. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must 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 must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. CONSULTANT shall file the required certification pursuant to 31 U.S.C. 1352. 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 place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 22.8 Compliance with State Enerav Policy and Conservation Act. CONSULTANT shall comply with all mandatory standards and policies relating to energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 22.9 Procurement of Recovered Materials. The City and CONSULTANT must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22.10 Reporting. Pursuant to 44 CFR 13.36(i)(7), CONSULTANT shall comply with federal requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41, if applicable. Furthermore, both parties shall provide the Florida Commerce and HUD Administrator, the Comptroller General of the United States, or any of their authorized representative access to any books, documents, papers, and records of CONSULTANT which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. Also, both Parties agree to provide Florida Commerce and HUD Administrator or his authorized representative access to construction or RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 18 other work sites pertaining to the work being completed under the Agreement. 22.11 No Obligation by the Federal Government. 22.11.1 Absent the express written consent by the Federal Government,the Federal Government is not a party to the Agreement and shall not be subject to any obligations or liabilities to the City, CONSULTANT, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Agreement. 22.11.2 CONSULTANT agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 22.12 Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that federal financial assistance will be used to fund the Agreement only. CONSULTANT will comply with all applicable federal law, regulations, executive orders, policies, procedures, and directives. 22.13 Fraudulent Statements. CONSULTANT acknowledges that 31 U.S.C. Chap. 38 applies to CONSULTANT's actions pertaining to this Agreement. 22.14 Rights to Inventions. (G) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. CONSULTANT agrees that if this Agreement results in any copyrightable materials or inventions, the Federal Government reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use the copyright of said materials or inventions for Federal Government purposes. 22.15 Prohibition on Contracting for Covered Telecommunications Equipment or Services. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in Florida Commerce and HUD Policy 405-143-1, Prohibitions on Expending Florida Commerce and HUD Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause. 22.15.1 Prohibitions. Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. §200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. Unless an exception described below applies, the CONSULTANT and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: 22.15.1.1 (Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; 22.15.1.2 Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; 22.15.1.3 Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part RFC)PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE•GRANT FUNDED 19 of any system; or 22.15.1.4 Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 22.15.2 Exceptions. 22.15.2.1 This clause does not prohibit CONSULTANT from providing: (i)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. 22.15.2.2 By necessary implication and regulation, the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that: a.Are not used as a substantial or essential component of any system; and b.Are not used as critical technology of any system. (ii) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. 22.15.3 Reporting Requirement. In the event CONSULTANT identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the CONSULTANT is notified of such by a subcontractor at any tier or by any other source, the CONSULTANT shall report the following information to City: (i)Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within ten (10) business days of submitting the information to City CONSULTANT shall report:Any further available information about mitigation actions undertaken or recommended. In addition, the CONSULTANT shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. The CONSULTANT shall insert the substance of this clause, including this in all subcontracts and other contractual instruments. 22.16 Domestic Preference for Procurements. As appropriate, and to the extent consistent with law, the CONSULTANT should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 22.17 Affirmative Socioeconomic Steps. If subcontracts are to be let, CONSULTANT is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses. a. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; b. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; RFO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 20 c. 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; d. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; e. 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. 22.17.1 Upon request the, un-certified MWBE entity will be referred to the SBA, DMS, and/or Minority Business Development Agency for certification by the CITY. 22.18 License and Delivery of Works Subject to Copyright and Data Rights. If applicable, the CONSULTANT grants to City, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, CONSULTANT will identify such data and grant to the City or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, CONSULTANT will deliver to the CONSULTANT data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by CONSULTANT. 22.19 § 200.323 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22.20 § 200.322 Domestic preferences for procurements. (a)As appropriate and to the extent consistent with law, the non-Federal entity should,to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 22.21 § 200.216 Prohibition on certain telecommunications and video surveillance services or equipment. (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 21 substantial or essential component of any system, or as critical technology as part of any system.As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. (d) See also § 200.471. 22.22 Section 3 of the Housing and Urban Development Act of 1968 This regulation must be followed when projects assisted with housing and community development financial assistance exceed $200,000 for the following construction activities: housing rehabilitation, housing construction, and other public construction (e.g., public facilities and improvements) projects assisted with housing and community development financial assistance. 22.22.1 Section 3 of the Housing and Urban Development Act of 1968 The purpose of Section 3 is to ensure that economic opportunities, most importantly employment, generated by certain HUD financial assistance shall be directed to low- and very low-income persons, particularly those who are recipients of government assistance for housing or residents of the community in which the Federal assistance is spent. a. Low-Income Person Definition A low-income person, as this term is defined in Section 3 (b)(2)of the 1937 Act (42 U.S.C. 1437a(b)(2)). Section 3(b)(2) of the 1937 Act defines this term to mean families (including single persons)whose incomes do not exceed 80 per centum of the median income for the area, as determined by the Secretary, with adjustments for smaller and larger families, except that the Secretary may establish income ceilings higher and or lower than 80 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of prevailing levels of construction costs or unusually high or low—income families; or a very low-income person, as this term is defined in Section 3(b)(2) of the 1937 Act (42 U.S.C. 1437 a(b)(2)). Section 3(b)(2) of the 1937 Act (42 U.S.C. 1437a(b)(2)) defines this term to mean families (including single persons) whose incomes do not exceed 50 per centum of the median family income for the area, as determined by the Secretary with adjustments for smaller and larger families, except that the Secretary may establish income ceilings higher or lower than 50 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of unusually high or low family incomes. b. Compliance Subrecipient shall comply with the provisions of Section 3 of the Housing Urban Development Act of 1968, as amended, 12 USC 1701u, and implementing its implementing regulations at 24 CFR part 75 (formerly 24 CFR part 135). Compliance with Section 3 shall be achieved, to the greatest extent feasible, consistent with existing Federal, state and RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE•GRANT FUNDED 22 local laws and regulations. Accordingly, a subrecipient of Section 3-covered assistance is required to develop strategies for meeting both the regulatory requirements at 24 CFR part 75 and any other applicable statutes or regulations. Subrecipient and any of its contractors and subcontractors shall include the following "Section 3 clause" in every "Section 3- covered contract": i. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. ii. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 75, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 75 regulations. iii. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. iv. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 75, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 75. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 75. v. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 75 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 75. vi. Noncompliance with HUD's regulations in 24 CFR part 75 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. vii. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible preference and opportunities for training and employment shall be given to Indians, and preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). c.. c. Section 3 Benchmarks and Reporting i. Benchmarks. Contracts with CDBG awards over $200,000 trigger Section 3 Benchmark requirements. When triggered, best efforts must be made to extend RFC/PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 23 Section 3 opportunities to verified Section 3 workers and business concerns to meet these minimum numeric goals: 1. Twenty-five percent (25%) of the total hours on a Section 3 project must be worked by Section 3 workers; and 2. Five percent(5%)of the total hours on a Section 3 project must be worked by Targeted Section 3 workers. ii. Reporting. If the subrecipient's reporting indicates that the subrecipient has not met the Section 3 benchmarks described in 24 CFR § 75.23, pursuant to 24 CFR § 75.25(b), the subrecipient must report in a form prescribed by HUD on the qualitative nature of its activities and those its contractors and subcontractors pursued. Recipient will comply with any Section 3 Project Implementation Plan documents provided by HUD or the State of Hawaii which may be amended from time to time for HUD reporting purposes. 23.0 24 CFR 570.609 Use of debarred, suspended or ineligible contractors or subrecipients. The requirements set forth in 24 CFR part 5 apply to this contract. SIGNATURE PAGE FOLLOWS RFO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 24 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. DATED this a3 day of t�tr Lr, , 20 L . CITY OF BOYNTON BEACH WADE TRIM, INC Rebecca Shelton, Mayor (Authorized Official Name), (CONSULTANT) Nita Sharma Print Name of Authorized Official Vice President Title (Corporate Seal) Attest enticatedQ Witn nni5 PVD Print Name Approved to Form: G?fl7 Shawna G. Lamb, Office of the City Attorney Attest/Authenticated: Ariz daA2- WAIF • City Clerk 'S =‘,w1 REO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 25 CORPORATE ACKNOWLEDGEMENT STATE OF `F\OC'((C�. ) COUNTY OF Tk‘ \*AN- 70(p ) / The foregoing instrument was acknowledged before me by means of /physical presence or o online notarization, this 3``` day of rkaCVI , 20Z(q by N1hG il1fr10. ., on behalf of kActC1c cn. "ANG . a Florida Corporation. He/she is personally known to me or has produced as identification. � 1 i /iffirt,-/I _ _ _ _ _ _______ . / �Nq�'ARYPUBW 4 Notary Public State of Florida _ Katherine Kirby AakhellNQ Y111 h•—/ My Commission 1111 Exp.4I74 8 (Name of Notary Typed, Printeli or Stamped) (Wire i minii*aho1 Title or Rank \ 2So81 U Serial number, if any RFC/PWE25 009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 26 EXHIBIT A RFO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 27 REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED RFQ No. PWE25-009 PUBLISH DATE: ALL QUESTIONS DUE: January 30, 2025 February 17, 2025 by 5:00 PM NON-MANDATORY PRE- PROPOSAL DUE AND OPENING QUALIFICATION DATE: CONFERENCE: February 11, 2025 at 10:00 AM March 11, 2025 at 3:30 PM Location: Where to Deliver Proposal CITY OF BOYNTON BEACH Boynton-beach.bidsandtenders.net ROOM 115 100 E. OCEAN AVENUE BOYNTON BEACH, FL 33435 Bids&tenders Online Submission Only s v ♦ v City of Boynton Beach �r�"°� Procurement Division REQUEST FOR QUALIFICATIONS ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED Table of Contents NOTICE TO OFFERORS 7 SECTION I— INSTRUCTION TO OFFERORS —SUBMISSION REQUIREMENTS 9 1.0 DEFINITIONS 9 "Addenda" 9 "Agreement" 9 "Application for Payment" 9 "City" or "Owner" 9 "Contract Administrator" 8 "Contract Documents" 8 "Consultant " 8 "Defective" 8 "Contract Manager" 8 "Effective Date of the Agreement" 8 "Evaluation/Selection Committee" 8 "End User (EU)" 8 "Qualification Package" 8 "Interested parties" 8 "Notice to Proceed (NTP)" 8 "Online e-procurement system" or "e-procurement system" 8 "Procurement Services" 8 "Offeror/Offeror/Responder" 8 "Request for Qualifications (RFQ)" 8 "Sub-Consultant" 8 "Responsible Offeror or Firm" 8 "Responsive Offeror or Firm" 8 "Written Amendment" 8 Work Order, Project, Services, or Program" 8 1.1 DEPARTMENTS WITHIN THE CITY OF BOYNTON BEACH 10 1.2 TYPES OF SOLICITATIONS PROVIDED BY THE CITY 10 1.3 PROCUREMENT DEFINITION FOR SOLICITATION 10 1.4 ONLINE E-PROCUREMENT SYSTEM—(bids&tenders) 10 1.5 EXAMINATION OF CONTRACT DOCUMENTS 11 1.6 ELIGIBILITY OF OFFEROR 11 1.7 QUALIFICATIONS OF OFFERORS 11 1.8 PRE-QUALIFICATION CONFERENCE 11 1.9 QUESTIONS AND ADDENDA ON THIS SOLICITATION 11 City of Boynton Beach Procurement Division 1.10 MISTAKES WITHIN RFQ 12 1.11 SUBMISSION OF THE PROPOSAL 12 1.12 RFQ FORMS 13 1.13 EXECUTION OF SOLICITATION DOCUMENTS 13 1.14 CAUSES FOR REJECTION 13 1.15 REJECTION OF PROPOSALS 14 1.16 WITHDRAW OF PROPOSALS 14 1.17 NO SUBMITTAL 14 1.18 SOLICITATION DEADLINE 14 1.19 RIGHTS OF THE CITY 14 1.20 PROTEST PROCEDURE 15 1.21 MINIMUM STANDARDS REQUIRED BY THE CITY 15 1.22 DISQUALIFICATION OF OFFEROR 15 1.23 INFORMATION AND DESCRIPTIVE LITERATURE 15 1.24 INTERPRETATIONS 15 1.25 CERTIFICATIONS, LICENSE, AND PERMITS 16 1.26 SUB-CONSULTING 16 1.27 ESCALATOR CLAUSE 16 1.28 EXCEPTIONS BY OFFEROR 16 1.29 TRADE SECRET 16 1.30 ANTI-KICKBACK AFFIDAVIT 17 1.31 CONFLICT OF INTEREST/GIFT POLICY 17 1.32 GIFT POLICY 17 1.33 CONFIRMATION OF MINORITY-OWNED BUSINESS 17 1.34 AWARD OF CONTRACT• 18 1.35 SIGNING OF CONTRACT: 18 SECTION II - SCOPE OF WORK (SERVICES)- PROJECT AGREEMENT -CONSULTANT 19 2.1 BACKGROUND 19 2.2 SCOPE OF SERVICES /GOAL 19 2.3 TERM OF PROJECT SCHEDULE/TIMELINE 20 2.4 SERVICES TO BE PERFORMED: 21 2.5 LICENSES AND CERTIFICATIONS 21 2.6 EXISTING CONDITIONS 21 2.7 BUDGET FOR PROJECT: 21 2.8 AWARD of RFQ/SELECTION PROCESS: 21 2.9 RESPONSIBILITIES OF CONSULTANT: 21 2.8 PROHIBITION AGAINST CONTINGENT FEES 22 2.9 GENERAL 22 2.10 TIME SCHEDULE AND TIME FRAMES 22 SECTION III - SUBMISSION OF QUALIFICATION PACKAGE 23 City of Boynton Beach 'o" Procurement Division 3.1 GENERAL REQUIREMENTS 23 3.2 CERTIFICATION AND LICENSES 23 3.3 DETAILED QUALIFICATION PACKAGE 23 1. Letter of Interest 23 2. Standard Form 330 (Parts I and II)- Firms Qualifications 23 3. Certified Minority Business Enterprise 23 4. Offeror's Qualifications 24 5. Willingness to meet budget and timeline requirements: 24 6. Location 25 7. Financial Information 25 8. Current and Projected Workload of the Offeror (by office local, if applicable) 25 9. References- Past Performance 25 10. Submittal of General Information and Procurement Forms and Documents 26 SECTION IV- EVALUATION OF QUALIFICATION PACKAGE 27 4.1 EVALUATION METHOD AND CRITERIA 27 4.2 QUALITATIVE GUIDELINES FOR ASSIGNING AWARD POINTS TO EVALUATION CRITERIA: 28 4.3 CITY'S RIGHT TO USE BEST-VALUE RANKING: 28 4.4 ADDITIONAL CLARIFICATION: 28 4.5 SELECTION PROCESS: 28 SECTION V-STANDARD GENERAL TERMS AND PROVISIONS 30 5.1 FAMILIARITY AND COMPLIANCE WITH LAWS, CODES AND REGULATIONS• 30 5.2 NON-COLLUSION 30 5.3 LEGAL CONDITIONS 30 5.4 CONFLICT OF INTEREST 30 5.5 ADDITIONAL HOURS QUANTITIES 30 5.6 DISPUTES 30 5.7 LEGAL REQUIREMENTS: 30 5.8 ON PUBLIC ENTITY CRIMES 30 5.9 FEDERAL AND STATE TAX. 30 5.10 PURCHASE ORDER REQUIRED: 30 5.11 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: 31 5.12 PALM BEACH COUNTY INSPECTOR GENERAL. 31 5.13 OTHER AGENCIES 31 5.14 VENUE AND GOVERNING LAW: 31 5.15 NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT 31 5.16 INDEPENDENT CONSULTANT RELATIONSHIP: 31 5.17 OMISSION OF DETAILS 32 5.18 LOBBYING -CONE OF SILENCE: 32 5.19 LEGAL EXPENSES: 32 (c,(. i J City of Boynton Beach Procurement Division 5.20 NO THIRD-PARTY BENEFICIARIES: 32 5.21 DIRECT OWNER PURCHASES: 32 5.22 SCRUTINIZED COMPANIES• 32 5.23 DISCRIMINATORY VENDOR LIST 32 5.24 NON-EXCLUSIVE 32 5.25 BUSINESS INFORMATION 33 5.26 AGREEMENT/CONTRACT 33 5.27 ENDORSEMENTS 33 5.28 DRUG-FREE WORKPLACE 33 5.29 PROHIBITED TELECOMMUNICATIONS EQUIPMENT 33 5.30 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING 33 5.31 RIGHTS IN DATA 33 5.32 DOCUMENTATION OF COSTS 33 5.33 PUBLIC RECORDS 33 SECTION VI- SPECIAL CONDITIONS 35 6.1 ASSIGNMENT: 35 6.2 PERFORMANCE DURING EMERGENCY: 35 6.3 AGREEMENT EXTENSION 35 6.4 INDEMNIFICATION 35 6.5 CHANGES IN THE WORK/CONTRACT PRICE 36 A. ALLOWANCE 36 B. CONTRACT PRICE 36 C. CHANGE ORDER 36 6.6 CHANGES IN CONTRACT TIME 36 A. CHANGE ORDER 36 B. NOTICE 36 C. BASIS FOR EXTENSION 36 6.7 TERMINATION 37 A. DEFAULT AND TERMINATION FOR CAUSE: 37 B. TERMINATION FOR CONVENIENCE OF CITY 37 C. REMEDIES: 37 D. FUNDING OUT 37 6.8 PERFORMANCE OF CONSULTANT 38 6.9 INSURANCE REQUIREMENTS 38 6.10 FORCE MAJEURE 38 6.11 IF A WORK AUTHORIZATION OR TASK ORDER IS PERMITTED TO CONTINUE BEYOND THE TERM 38 6.12 INSPECTION AND ACCEPTANCE OF WORK PRODUCED 39 6.13 CONTINGENCY FEE 39 6.14 TRUTH IN NEGOTIATION REPRESENTATION 39 0 „,„ P City of Boynton Beach ro- Procurement Division 6.15 PERFORMANCE REVIEW EVALUATION: 39 6.16 ANTI-HUMAN TRAFFICKING 40 6.17 VERIFICATION OF EMPLOYMENT ELIGIBILITY— E-VERITY 40 6.18 ENTITIES OF FOREIGN CONCERN 40 6.19 SUCCESSORS AND ASSIGNS 40 6.20 ENUMERATION OF PRECEDENCE OF CONTRACT DOCUMENTS 40 SECTION IV— FEDERAL GRANT REQUIREMENTS 41 Appendix II to Part 200-Contract Provisions for Non-Federal Entity—Contracts Under Federal Awards48 DRAFT - CONTRACT AGREEMENT PROFESSIONAL SERVICES TERM CONTRACT (CONSTRUCTION) 52 ATTACHMENT "A” 3 ATTACHMENT "B" 4 �c City of Boynton Beach F�rON° Procurement Division Procurement Services 100 E. Ocean Avenue The City of Boynton Beach Boynton Beach,FL 33435 P.0. Box 310 Boynton Beach, Florida 33425-0310 Telephone:(561)742-6310 NOTICE TO OFFERORS REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED RFQ. No. PWE25-009 Electronic Re uests for Qualification (RFQs)shall be received by the e-procurement system up until March 33-2025. No Later Than 3:00 P.M. (Local Time): unless specified otherwise and may not be withdrawn within ONE HUNDRED TWENTY DAYS (120) days after such date and time. All RFQs received will be publicly opened and acknowledged of receipt by the City's e-procurement system electronically. The e-procurement system does not permit RFQs received after the assigned date and time. For the above reasons, it is recommended that the Offeror(s) allow sufficient time to complete your online Submission and to resolve any issues that may arise. ATTENTION, ALL INTERESTED RESPONDENTS: To obtain documents online, please visit Bovnton-beach.bidsandtenders.net. Documents are not provided in any other manner. SCOPE OF SERVICES: The City of Boynton Beach is seeking qualification packages to secure the services of a qualified and experienced Consultant to Design, Engineer, and Perform Management and Administrative Services for the roadway, drainage, and Utility improvements of the San Castle Neighborhood Project, as well as to perform a Level 2 Environmental Review. The Consultant will provide the Engineering Design and complete the Environmental Review process for this San Castle Project in accordance with the Community Development Block Grant funds from the Florida Department of Commerce(FCOM)[Florida Commerce, F.K.A. Florida Department of Economic Opportunity (FDEO)] grant to upgrade drainage, Utilities, and Roadway Improvements for the neighborhood known as "San Castle". The San Castle Neighborhood is located in the area north of NE 26th Avenue, West of Grove Road/Orchid Road, South of Mentone Road, and East of N. Seacrest Boulevard. The Offeror(s) shall act as an independent Consultant and not as an employee of the City. Questions related to the RFQ are to be submitted to the Purchasing representative through the e- procurement system only by clicking on the "Submit a Question" button for this specific Solicitation. PRE-QUALIFICATION CONFERENCE: RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 7 6 � City of Boynton Beach 4~*°H e�P Procurement Division A NON-MANDATORY Pre-Qualification Conference is scheduled for Fthigami5, at 10:00 A.M. to be held at City of Boynton Beach City Hall Room 115, 100 East Ocean Avenue, Boynton Beach, Florida 33435. The purpose of this meeting is to provide a forum for all concerned parties to discuss the proposed project, answer questions on the solicitation document, review the qualifications requested, provide instructions for submitting qualification packages, and discuss other relevant issues. In the event that any discussions or questions at the pre-qualification meeting require, in the City's opinion, official additions, deletions, or clarifications of the solicitation or any other document, the City will issue an addendum to this Request for Proposals, as the City determines is appropriate. No oral representation or discussion taking place at the pre-proposal meeting will be binding or may be relied upon by any person or entity.All questions prior to the pre-proposal meeting should be submitted in writing through the City's e-procurement system by the deadline for questions. LOBBYING/CONE OF SILENCE: Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal, bid, or other response and shall remain in effect until the City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process.While the cone of silence is in effect, no Offeror or its agent shall directly or indirectly communicate with any member of the City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the Offeror. Further, any contract that violates the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences,oral presentations before Selection Committees,contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation.Additionally,the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. PUBLIC RECORDS DISCLOSURE: Pursuant to Florida Statutes§119.07, sealed Bids, Proposal or Responses received by the City in response to a Request for Qualification or Invitation to Bid are exempt from public records disclosure requirements until thirty (30) days after the opening of the Proposals/Bids unless the City announces intent to award sooner. If the City rejects all Responses submitted in accordance with a Request for Proposal/Qualification or Invitation to Bid, and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected Responses remain exempt from public disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A Bid, Proposal, Response,or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all Bids, Proposals, or replies. CITY OF BOYNTON BEACH RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 8 Y Oc A = U City of Boynton Beach o}4'ro"0w Procurement Division ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED SECTION I - INSTRUCTION TO OFFERORS - SUBMISSION REQUIREMENTS PROCUREMENT DIVISION strive to fulfill our commitments with unwavering Our Mission Statement: We are unwavering in dedication. our commitment to promoting integrity, transparency, and fairness in every step of Community Impact: Our local, state, and the procurement process. This dedication is nationwide vendors are essential partners in our the cornerstone of our mission. purpose and mission. We are dedicated to collaborating with qualified, competitive vendors We strive to maximize value for our who share our commitment to quality, efficiency, community by fostering competitive teamwork, and exceptional customer service. opportunities for local businesses, ensuring compliance with regulations, and delivering A Message to our Vendors: exceptional service to our stakeholders. Through collaboration, planning, and Your work as a vendor is not just about delivering innovation, we aim to support the city's goals products and services. It's about enhancing the while enhancing the economic vitality of our overall value of our services to our residents. We region. expect high-quality products and efficient services, delivered on time and as specified, to Our Purpose: The City of Boynton Beach's make a real difference in our community. procurement division is dedicated to Additionally, we anticipate that our vendors will fostering equitable and fair competition in our collaborate with us as a team and maintain the solicitations through a transparent highest standards of integrity in all interactions procurement process.We actively collaborate with the city's offices and departments. These are with local vendors to ensure that every expectations and standards we hold all our participant has an equal opportunity to secure vendors to. government contracts. Our commitment to fairness and transparency is unwavering. Diligence in fulfilling the requirements of this solicitation will significantly enhance the overall Key Goals: As guardians of the public trust, our quality of services delivered to our community. procurement division is deeply committed to its The City seeks a firm that embodies these purpose and mission. Upholding the values of principles in its work, and the successful vision, integrity, efficiency, and quality service, we candidates will be evaluated against the performance standards detailed in this solicitation. 1.0 DEFINITIONS Whenever the following terms appear in the Proposal, the intent and meaning shall be interpreted as follows: "Addenda" "Application for Payment" Written or graphic instruments issued before opening The form acceptable to the Contract Administrator is Solicitations that clarify, correct, or change the used by the Consultant during the work in requesting solicitation requirements or the contract document. progress or final payments and is accompanied by "Agreement" such supporting documentation as is required by the The written agreement between the City and the Contract Documents. Consultant covering the scope of work to be "City" or"Owner" performed, including other Contract Documents The City of Boynton Beach, Florida, a municipal attached to the Agreement and made a part thereof. corporation of the State of Florida The words "Agreement" and "Contract" are used interchangeably. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 9 of _ °'- 1 �P City of Boynton Beach �'ON Procurement Division "Contract Administrator" "Procurement Services" The Department's Director or some other employee The Procurement Division - Department of Finance of expressly designated as Contract Administrator in the City of Boynton Beach. writing by the Director,who is the representative of the "Offeror/Offeror/Responder" City concerning the Contract Documents. Any individual, firm, or corporation submitting a "Contract Documents" proposal for this project, acting directly or through a The contract documents consist of this Agreement, duly authorized representative. For the purpose of this conditions of the contract (General, Supplementary, solicitation, the terms "Offeror" and "Proposer" are and other Conditions), drawings, specifications of this used interchangeably and have the same meaning. Solicitation, all addenda issued prior to, all "Request for Qualifications (RFQV" modifications issued after execution of this Agreement, Is a method of procurement permitting discussions with Notice of Award, Notice to Proceed, Certificate(s) of responsible offerors and revisions to proposals prior to Insurance, Bonds and any additional modifications and the award of a contract. The consultant's qualifications supplements, Change Orders and Work directive such as expertise,skills,experience,and other project- changes issued on or after the effective date of the specific factors. Requests for Qualifications shall be in Contract. These contract documents form the compliance with the State of Florida Competitive Agreement,and all are as fully a part of the Agreement Consultants Negotiations Act, (CCNA) FS Chapter if attached to this Agreement or repeated therein. 287.055. Pricing is not submitted as a part of this "Consultant" evaluation process for submitted qualification The individual or firm who successfully receives the proposals.. award for work to be completed as defined by this "Sub-Consultant" solicitation. Also referred to as Successful Offeror. Any person,firm, entity, or organization,other than the "Defective" employees of the Consultant, who contracts with the An adjective which,when modifying the Work, refers to Consultant to furnish labor, or labor and materials, in Work that is unsatisfactory, faulty, or deficient, or does connection with the work or services to the City, not conform to the Contract Documents, or does not whether directly or indirectly, on behalf of the meet the requirements of any inspection, reference Consultant. standard, test, or approval referred to in the Contract "Responsible Offeror or Firm" Documents. This means a person or firm capable of fully performing "Contract Manager" the requirements in the RFQ and agreement and The City's authorized Contract representative. having the tenacity, perseverance, experience, "Effective Date of the Agreement" integrity, reliability, capacity, facilities, equipment, and The date indicated in the Agreement on which it credit to ensure good faith performance. becomes effective, but if no such date is indicated, it "Responsive Offeror or Firm" means the date on which the Agreement is signed and This means a Person or firm who has submitted a delivered by the last of the two parties to sign and Proposal that conforms in all material respects to the deliver. requirements outlined in this RFQ. "Evaluation/Selection Committee" "Written Amendment" City Staff and/or outside consultants or subject matter A written amendment of the Contract Documents, experts who are assigned to evaluate the submitted signed by the CITY and the Consultant on or after the proposals. Agreement's Effective Date typically deals with non- "End User(EUV" technical aspects rather than strictly work-related An internal member of the city staff has requested a aspects of the Contract Documents. procurement service. Also known as a Stakeholder Work Order. Proiect. Services, or Proaram" (SH) All matters that will be required to be done by the "Qualification Package" Consultant in accordance with the Scope of Work, Submission from the Offeror or Firm for this request for Terms and Conditions, and Special Provisions of this qualification. RFQ. "Interested parties" Firms or offerors interested in the solicitation plan to eventually create and submit a qualification package. "Notice to Proceed(NTPV" A written notice given by the City to the Consultant fixing the date on which the Contract Time will commence to run and on which the Consultant shall start to perform the Consultant's obligations under the Contract Documents. Such Notice is to be issued by the project Contract Administrator. "Online e-procurement system"or"e-procurement system" The City of Boynton Beach's solicitation management system is"bids&tenders." RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 8 Y pc Z p City of Boynton Beach xti TpH 047. Procurement Division The following instructions are given to guide Offerors in inadequately preparing their responses. These directions have equal force and weight with the specifications, and strict compliance is required with all provisions. 1.1 DEPARTMENTS WITHIN THE CITY OF BOYNTON BEACH Anytime the City releases a new solicitation, it will contain a prefix of one of the following types: AC = Arts and Culture HR = Human Resources BD = Building Department LIB = Library CC = City Clerk PLDEV = Planning and Development CW= Citywide PUBA = Public Affairs CS = Community Standards PW= Public Works DS = Development Services PWE = Public Works Engineering FIN = Financial Services PD = Police Department FR = Fire Rescue RP = Recreations and Parks GO = Golf UTL= Utilities This prefix will denote the department responsible for initiating the solicitation request. 1.2 TYPES OF SOLICITATIONS PROVIDED BY THE CITY Anytime the City releases a new solicitation, it will contain a suffix of one of the following types: B = Invitation for Bid (ITB) R= Request for Proposal (RFP) L = Letter of Interest (LOI) Q = Request for Qualifications (RFQ) This suffix will determine what type of solicitation the City will be procuring. The City reserves the right to add any additional solicitation types at any time. 1.3 PROCUREMENT DEFINITION FOR SOLICITATION A Request for Qualification (RFQ) is a method of procurement permitting discussions with responsible offerors and revisions to proposals prior to the award of a contract. The consultant's qualifications such as expertise, skills, experience, and other project-specific factors. Requests for Qualifications shall be in compliance with the State of Florida Competitive Consultants Negotiations Act (CCNA) FS Chapter 287.055. Pricing is not submitted as a part of this evaluation process for submitted aualification proposals. Fair and reasonable fees are negotiated with the top-ranked firm for an agreed-upon scope of services. Proposals will be evaluated by an evaluation committee based on the criteria set forth in SECTION IV— EVALUATION OF QUALIFICATION PACKAGES. 1.4 ONLINE E-PROCUREMENT SYSTEM —(bids&tenders) A. The City of Boynton Beach utilizes an electronic online e-procurement system service to notify and distribute its solicitation documents; please visit Boynton- beach.bidsandtenders.net. B. To obtain documents online, please visit Bovnton-beach.bidsandtenders.net. C. Before registering for the opportunity, you may preview the solicitation documents with a Preview Watermark. Documents are not provided in any other manner. D. Offerors are cautioned that the timing of their Submittal submission is based on when the Submittal is RECEIVED by the e-procurement System, not when a Submittal is submitted, as the Submittal transmission can be delayed due to file transfer size, transmission speed, etc. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 10 44.01 m s O � } 4r City of Boynton Beach TO"° Procurement Division E. For the above reasons, sufficient time is recommended to complete your RFQ Submission and resolve any issues that may arise. The online e-procurement system's web clock shall determine the closing time and date. F. Offerors should contact bids&tenders support listed below at least twenty-four (24) hours prior to the closing time and date if they encounter any problems. G. The e-procurement system will send a confirmation email to the Offeror advising that their submittal was submitted successfully. If you do not receive a confirmation email, contact bids&tenders support at support(a�bidsandtenders.net. 1.5 EXAMINATION OF CONTRACT DOCUMENTS A. Before submitting a Qualification Package, each Offeror must visit the site (if applicable to the project) to become familiar with the facilities and equipment that may in any manner affect cost or performance of the work; must consider federal, state, grant requirements (if Applicable)and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offeror's observations made during site visits or in review of applicable laws with the Qualification Package Documents; and must promptly notify the Procurement Officer of all conflicts, errors and discrepancies, if any, in the Qualification Package Documents. B. The Offeror, by and through the submission of a Proposal, agrees that it shall be held responsible for having examined the facilities and equipment(if applicable), is familiar with the nature and extent of the work and any local conditions that may affect it, and is familiar with the equipment, materials, parts, and labor required to perform the work successfully. 1.6 ELIGIBILITY OF OFFEROR To be eligible to respond to participate in this RFQ, the proposing firm or principals must demonstrate that they, or the principals assigned to the contract, have successfully provided services similar magnitude as those specified in SECTION II. SCOPE OF WORK (SERVICES) of this solicitation to at least one city similar in size and complexity to the City of Boynton Beach or can demonstrate they have the experience with large-scale private sector clients and the managerial and financial ability to perform the services successfully. 1.7 QUALIFICATIONS OF OFFERORS A. No e-submission will be accepted from, nor will any contract be awarded to, any person who is in arrears to the City of Boynton Beach upon any debt or contract or who has defaulted, as surety or otherwise, upon any obligations to the City, or who has been deemed irresponsible or unreliable to the City. B. The City plans to review this RFQ in accordance with Florida Statute 287.055 and any CCNA requirements. C. Awards will be based on past performance and quality of work in addition to the Consultant's RFQ response. D. If selected for a contract, all Consultants must perform to the satisfaction of the City before being considered for award of additional contracts. E. Consultants whose performance is unsatisfactory shall be subject to debarment or suspension. 1.8 PRE-QUALIFICATION CONFERENCE The city may hold a pre-qualification conference for this project. The information regarding such a meeting will be noted on the 1St page of this document. 1.9 QUESTIONS AND ADDENDA ON THIS SOLICITATION From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to Offerors through the City's e- Procurement system Bovnton-beach.bidsandtenders.net, it is the responsibility of each Offeror to have received ALL addenda issued. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 11 City of Boynton Beach Procurement Division Offerors should check online at Bovnton-beach.bidsandtenders.net before submitting their proposal and until the proposal closing time and date in the event, to ensure no additional addenda are issued. If a Offeror submits their proposal before the BID closing time and date and an addendum has been issued, the e-procurement system shall WITHDRAW the proposal. The submittal status will change to an INCOMPLETE STATUS, and the Proposal will be withdrawn. The Offeror can view this status change in the "MY BIDS" section of the e-procurement system. A. The Offeror is solely responsible for creating any required adjustments to their Bid/Proposal, acknowledging the addenda, and ensuring the re-submitted Bid/Proposal is RECEIVED by the e-procurement System no later than the stated Bid/Proposal closing time and date. B. The Offeror is responsible for submitting written questions or requesting clarification for items included in this solicitation through bids&tenders. C. Any and all responses to questions or inquiries, interpretations, and supplemental instructions will be in the form of a written addenda, which, if issued, will be posted through bids and tenders. D. No verbal interpretations may be relied upon. E. Failure of any Offeror to receive any such addenda or interpretation shall not relieve any Offeror from any obligation under a response as submitted. All addenda so issued shall become a part of the solicitation document. F. Offeror shall acknowledge receipt of any addenda through the e-procurement system by checking a box for each addenda and any applicable attachment. G. It is the Offeror's responsibility to have received all issued addenda. Offerors should check online at Boynton-beach.bidsandtenders.net prior to submitting their Submittal and up until the BID closing time and date in the event additional addenda are issued. H. Interested parties may preview the solicitation documents with a Preview Watermark before registering for the opportunity. Documents are not provided in any other manner. I. If any interested parties have received this RFQ packet from a source other than bids&tenders directly and the Interested Party is not registered with bids&tenders, they must register with bids&tenders. J. No negotiations, decisions, or actions shall be initiated by the Offeror as a result of any discussions with a City employee. K. Only those communications in writing from the Purchasing Division may be considered a duly authorized expression. Also, only communications from Offerors submitted through bids&tenders in writing will be recognized by the City as duly authorized expressions on behalf of the Offeror. L. Late Submittal Responses are not permitted by the e-procurement system. M. To ensure receipt of the latest information and updates via email regarding this solicitation, or if a Offeror has obtained this Solicitation from a third party, the responsibility is on the Offeror to create an e-procurement system vendor account and register as a plan taker for the solicitation with bids&tenders. N. All expenses for making SUBMITTAL responses to the City are to be borne by the Offeror. 1.10 MISTAKES WITHIN RFQ Offerors are cautioned to examine all terms, conditions, specifications, Scope of Work, exhibits, addenda, delivery instructions, and special conditions pertaining to the solicitation. Failure to examine all pertinent documents shall not entitle the Offeror to any relief from the conditions imposed in the contract and may lead to the rejection of a proposal. 1.11 SUBMISSION OF THE PROPOSAL A. The City's e-procurement solicitation system shall receive ELECTRONIC BID SUBMISSIONS ONLY. B. Hardcopy submissions are not permitted. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 12 ra/Y pn 6 \ r Cityof Boynton Beach �M1O"'gw Y Procurement Division C. Electronic Request for Qualifications/Request for Proposals/Invitation to Bid Proposals for this solicitation shall be received by the City's e-procurement system no later than the time outlined on page#1 of this solicitation. D. Late responses are not permitted by the e-procurement system. It shall be the sole responsibility of the Offeror to have their Request for Qualifications/Request for Proposals/Invitation to Bid submittal submitted online. E. All qualification packages shall be submitted in English. 1.12 RFQ FORMS A. The Offeror will submit a response to the solicitation (RFQ) on the proposal submission forms provided. All proposal submissions prices, amounts, and descriptive information must be entered into the e-procurement system bids&tenders. B. The Offeror must state the price and the time of delivery for which they propose to deliver the equipment or service requested. C. The Offeror must be licensed to do business as an individual, partnership, or corporation in the State of Florida. D. All qualification package forms should be executed and submitted for easy identification. Responses not submitted on proposal submission forms may be rejected. E. All qualification package submissions are subject to the conditions specified in this solicitation document. Submittals that do not comply with these conditions may be rejected. F. THE FOLLOWING FILLABLE DIGITAL FORMS HAVE BEEN CREATED AND MUST BE SUBMITTED /ACKNOWLEDGED WITH EACH BID: Certification ii Vendor Drug-Free Workplace iii Qualification Statement iv References v Scrutinized Companies List vi E-Verify Compliance vii Sub-Consultant Form viii Firm's Primary Ownership G. FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION Document Upload 1: Complete Qualification Package as described in SECTION III — Detailed Qualification Package ii Document Upload 2: Non-Collusive Affidavit &Acknowledgement iii Document Upload 3: Scrutinized Companies Affidavit iv Document Upload 4: Foreign Entity Ownership Affidavit v Document Upload 5: Anti-Human Trafficking Affidavit vi Document Upload 6: Proof of State Certified or County Competency vii Document Upload 7: Certificate of Insurance — Proof of Requirements viii Document Upload 8: Internal Revenue Service Form W-9 ix Document Upload 9: Anti Kick Back Affidavit x Document Upload 10: EXHIBITS A to F - Federal Grant Provision - Notarization Required 1.13 EXECUTION OF SOLICITATION DOCUMENTS Proposal submissions to this solicitation must contain a manual signature of an authorized representative in the space provided on all affidavits and proposal sheets. 1.14 CAUSES FOR REJECTION No response will be canvassed, considered, or accepted which, in the opinion of the City's RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 13 01..Y U City of Boynton Beach °,. Procurement Division evaluation committee, is incomplete, informal, or unbalanced or contains inadequate documentation as required herein. Any alteration, erasure, interlineations, or failure to specify a response for all items called for in the schedule may render the proposal invalid. 1.15 REJECTION OF PROPOSALS A. The City reserves the right to reject any proposal if the evidence submitted by the Offeror, or if the investigation of such Offeror, fails to satisfy the City that such Offeror is appropriately qualified to carry out the obligations and to complete the work contemplated. B. Any or all proposals will be rejected if there is reason to believe that collusion exists among Offerors. A proposal shall be considered irregular and may be rejected if it indicates serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. C. The City reserves the right to reject any or all proposals,waive such technical errors,waive informalities or irregularities in any response received, re-advertise, or take any other actions as may be deemed best for the interests of the City. 1.16 WITHDRAW OF PROPOSALS Any responder may, without prejudice to themself, withdraw his response at any time prior to the expiration of the time during which responses may be submitted. Such withdrawal request must be in writing and signed in the same manner and by the same person who signed the response through bids&tenders. After the expiration period for receiving responses, no proposal can be withdrawn. 1.17 NO SUBMITTAL A NO SUBMITTAL response can be submitted online through bids&tenders the e-procurement system. 1.18 SOLICITATION DEADLINE The Offeror is responsible for ensuring that the proposal is submitted electronically by or at the proper time and date before the solicitation deadline. The e-procurement solicitation system does not permit late submission responses. 1.19 RIGHTS OF THE CITY The City reserves the right to the following: A. Reject any or all proposals. B. Reject or cancel any or all RFP, RFQ, or BID during the procurement process. C. Reissue a solicitation, including a Request for Proposals (RFP), Request for Qualifications (RFQ), or Invitation to Bid (ITB). D. Extend the RFP, RFQ, or BID deadline time and date. E. Procure any item by other means. F. Increase or decrease the quantity specified in the Request for Proposals (RFP), Request for Qualifications (RFQ), or Invitation to Bid (ITB). G. Consider and accept an alternate RFP/RFQ/ITB as provided herein when most advantageous to the City. H. Waive any defect, irregularity, or informality in any RFQ procedure. Waive as an informality technical error, minor deviations from specifications, defect, or accept a portion of any proposal deemed to be the most responsive, responsible Offeror(s) representing the most advantageous submission to the City. J. Consideration may be given but is not necessarily limited to conformity to the specifications, including timely delivery; product warranty; a Offeror's proposed service; ability to supply and provide service; delivery to required schedules and past performances in other agreements/contracts with the City or other government entities. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 14 m s O U City of Boynton Beach liras° Procurement Division 1.20 PROTEST PROCEDURE Protest procedures are provided in the City of Boynton Beach Purchasing Policy. Protests shall be submitted in writing and addressed to the Purchasing Director via hand delivery or mail, along with a protest cash bond in an amount equal to 5% of the bid or$5,000, whichever is less. The bond will be refunded to a protester if the protest is upheld. The protest must identify the solicitation, specify the basis for the protest, and be received by the Purchasing Division within the deadlines as follows: A. If the protest relates to an Invitation to Bid, Request for Proposal, or Request for Qualifications, it must be received before the bid submittal deadline date. B. if the protest relates to any other matter relating to the bid, including, but not limited to, the award of an agreement/contract, the protest must be received no later than THREE (31 regular business days after the date of notification of intent to award by a member of the purchasing staff. Failure to file a protest as outlined in the City of Boynton Beach's Purchasing Policy shall constitute a waiver of proceedings. 1.21 MINIMUM STANDARDS REQUIRED BY THE CITY Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective Offeror has the following: A. The appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all agreement/contractual requirements. B. A satisfactory record of performance. C. A satisfactory record of integrity. D. Qualified legally to Agreement/contract within the State of Florida and the City of Boynton Beach. E. Supplied all necessary information in connection with the inquiry concerning responsibility. 1.22 DISQUALIFICATION OF OFFEROR More than one Proposal from an individual, firm, partnership, corporation, or association under the same or different names shall not be considered. All proposals shall be rejected if there is reason to believe collusion exists between Offerors. Automatic disqualifiers are as follows: A. Not being licensed to perform the required work by the Consultant. B. Not being eligible to submit a proposal due to violations listed under"Public Entity Crimes." 1.23 INFORMATION AND DESCRIPTIVE LITERATURE The Offeror must furnish all information requested in the spaces provided on the proposal submission form. Further, as may be specified elsewhere, each Offeror may need to submit cuts, sketches, descriptive literature, and technical specifications covering the products offered for proposal evaluation. Reference to literature submitted with a previous bid or on file with the buyer will not satisfy this provision. 1.24 INTERPRETATIONS To ensure fair consideration for all Offerors, the City prohibits communication to or with any department, officer, or employee during the solicitation process as described in the Cone of Silence except as otherwise specified. If the Offeror should be in doubt as to the meaning of any of the solicitation documents or believes that the plans and/or specifications contain errors, contradictions, or reflect omissions, the Offeror shall direct questions to the Purchasing representative through the e-procurement solicitation system only by clicking on the "Submit a Question" button for this Bid, no later than ten (10) days prior to the solicitation deadline. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 15 ID I ID U City of Boynton Beach }~*oH Procurement Division 1.25 CERTIFICATIONS, LICENSE, AND PERMITS A. Unless otherwise directed by the City, the Offeror should provide a copy of all applicable certificates of Competency or Licenses issued by the State of Florida or the Palm Beach County Licensing Board in the name of the Offeror. B. If applicable, the Offeror shall also maintain a current Local Business Tax Receipt (Occupational License) for the County and all permits required to complete the agreement/contractual service at no additional cost to the City. C. A County Local Business Tax Receipt (Occupational License) is required unless specifically exempted by law. It shall be the responsibility of the Consultant to obtain all certifications, licenses, and permits, if required, to complete the services at no additional cost to the City. D. It is the responsibility of the Offeror to ensure all required certifications, licenses, and permits are maintained and are current throughout the term of the contract, inclusive of any renewals. E. Licenses and permits shall be readily available for review by the Purchasing Agent and City Inspectors. F. Failure to meet this requirement shall be considered a default of the contract 1.26 SUB-CONSULTING A. If a Offeror utilizes sub-consultants for any portion of a Contract for any reason,the Offeror should state the name and address of the sub-consultant and the name of the person to be contacted on the online form within the e-procurement system under"Schedule of Sub- consultant." B. The City of Boynton Beach reserves the right to accept or reject any or all proposals wherein a sub-consultant is named and to make the award to the Consultant, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. C. The City also reserves the right to reject a submission of any Offeror if the solicitation names a sub-consultant who has previously failed to perform an award properly or failed to deliver on-time Contracts of a similar nature or who cannot perform correctly under this award. D . The City reserves the right to inspect all facilities of any sub-consultant to determine the foregoing. E. The sub-consultant will be equally responsible for meeting all requirements specified in this Request for Qualifications (RFQ). F. Offerors are encouraged to seek participation from minority and women-owned business enterprises in subcontracting opportunities. The City reserves all rights to determine the foregoing. 1.27 ESCALATOR CLAUSE Any proposal that is submitted subject to an escalator clause will be rejected. 1.28 EXCEPTIONS BY OFFEROR Incorporation in a proposal of exceptions to any portion(s), of the Contract documents may invalidate the proposal. Exceptions to the Scope of Work and/or Special Provisions shall be clearly and specifically noted in the submitted proposal on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS," which shall be attached to the proposal. The use of the Offeror's standard forms or the inclusion of the manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. 1.29 TRADE SECRET Any language contained in the Offeror's proposal purporting to require confidentiality of any portion of the Proposal, except to the extent that certain information is, in the City's opinion, a Trade Secret pursuant to Florida law, shall be void. If a Offeror submits any documents or other information to the City that the Offeror claims are Trade Secret information and exempt from Florida Statutes Chapter 119.07 (Public Records Laws), the Offeror shall clearly designate that it is a Trade Secret RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 16 �oF, O � 47 City of Boynton Beach STD' ° Procurement Division and that it is asserting that the document or information is exempt. The Offeror must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Offeror's proposal constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the Offeror agrees to defend, indemnify, and hold harmless the City its officers, employees, volunteers, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. Proposals purporting to be subject to copyright protection in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW. DO NOT MARK YOUR PROPOSAL AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR PROPOSAL OR ANY PART THEREOF AS COPYRIGHTED. 1.30 ANTI-KICKBACK AFFIDAVIT Each Offeror shall complete the Anti-Kickback Affidavit Form and shall submit this form with their Proposal. The City considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 1.31 CONFLICT OF INTEREST I GIFT POLICY The Offeror represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in a manner with the performance of services required hereunder, as provided for in Chapter 112, Part III, Florida Statutes. All Offerors shall disclose the name of any City employee or relative of a City employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Offeror's firm or any of its branches. A. CONFLICT OF INTEREST: No employee, officer, or agent of the City may participate in the selection, award, or administration of a contract supported by a federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee,officer, agent, any member of his or her immediate family, his or her partner, or an organization that employs or is about to employ any of the parties indicated herein, has a financial or other interest in or may receive a tangible personal benefit from a Offeror considered for a City contract. In addition, the Offeror shall disclose to City in writing all federal criminal law violations involving fraud, bribery,or gratuity that potentially affect the award of this solicitation Failure to make the required disclosures can result in withheld payments, award termination, suspension, or debarment of the Offeror. B. ORGANIZATIONAL CONFLICT OF INTEREST: The Offeror shall not have activities or relationships (a) causing the Offeror to be unable, or potentially unable, to render impartial assistance or advice to the City; (b) impairing the Offeror's objectivity in performing the contract work; or(c) resulting in an unfair competitive advantage. 1.32 GIFT POLICY No Offeror who is a party to, or receives a benefit from,this agreement/contract shall offer a gratuity, favor, or anything of monetary value to any officer, employee, or agent of the City. Further, no officer,employee,or agent of the City shall solicit or accept a gratuity,favor,or anything of monetary value from a Offeror who is a party to, or receives a benefit from, this agreement/contract. 1.33 CONFIRMATION OF MINORITY-OWNED BUSINESS It is the desire of the City of Boynton Beach to increase the participation of minority-owned businesses in its contracting and procurement programs. While the City does not have any RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 17 City of Boynton Beach ON Procurement Division preference or set-aside programs in place, it is committed to a policy of equitable participation for these firms. Therefore, each Offeror shall complete the Confirmation of Minority-Owned Business Form and shall submit the form with its submission. 1.34 AWARD OF CONTRACT: A. Contracts or purchase orders will be awarded by the City to the most qualified, responsive, responsible Offeror whose submission represents the most advantageous proposal to the City, the price of the proposal, and other factors considered. B. Proposals will be evaluated based on the evaluation factors and standards set forth herein. The City reserves the right to reject all proposals and waive technical errors as set forth herein. C. In the event of a court challenge to an award by any Offeror, damages, if any, resulting from an award shall be limited to actual bid or proposal preparation costs incurred by the challenging Offeror. D. In no case will the award be made until all necessary investigations have been made into the Offeror's responsibility and the City is satisfied that the most qualified, responsive, responsible Offeror is qualified to do the work and has the necessary organization, licenses, permits, capital, and equipment to carry out the required work within the time specified. 1.35 SIGNING OF CONTRACT: An Award Letter will be presented to the Consultant. Within ten (10) calendar days after the award letter is issued, the Consultant should sign and deliver the Contract to the city with the required bonds(if applicable)and insurance certificates. After receiving and approving such documents, the Contract would be executed within thirty (30) calendar days. The City intends to deliver a fully signed and executed Contract to the Consultant. At times, a purchase order will be issued in lieu of a contract agreement. THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 18 °p A I O Y `C City of Boynton Beach O,n° Procurement Division ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE -GRANT FUNDED RFQ No. PWE25-009 SECTION II - SCOPE OF WORK (SERVICES) - PROJECT AGREEMENT -CONSULTANT The City of Boynton Beach seeks to engage qualified engineering-led teams to submit qualifications for investigation, evaluation, design, and construction administration services. The Engineering Services required will consist of the environmental review, design, permitting, bidding, and construction phase services as a Consultant to the City of Boynton Beach. This project will be procured in accordance with 287.055 CCNA guidelines. 2.1 BACKGROUND The City of Boynton Beach received Community Development Block Grant funds from the Florida Department of Commerce (FCOM) [Florida Commerce, F.K.A. Florida Department of Economic Opportunity(FDEO)]for mitigation efforts to upgrade drainage, utilities, and roadway improvements for a neighborhood known as "San Castle". This is an acknowledgment that any subsequent contract executed as a result of this Request for Qualifications (RFQ) may be funded, in whole or in part, through the Florida Department of Commerce, US. Department of Housing and Urban Development(HUD)Community Development Block Grant — Mitigation (CDBG-MIT) allocation as described in Public Law 115-123, or other Federal agencies. The Offeror shall perform all work in compliance with all applicable federal laws, regulations, executive orders, HUD CDBG-MIT grant policies, procedures, and directives in order to maximize recovery of reimbursable expenses. This shall include the provision of audit quality documentation as required by and acceptable to HUD for all work accomplished. The San Castle project area is located East of 1-95, South of Hypoluxo Road. The Federally-funded project consists of performing critical upgrades to the neighborhood's infrastructure to benefit an underserved population by giving them the ability to move freely in and out of the neighborhood, having a reliable source of drinking water, and knowing that stormwater will properly drain following a major rain event. The purpose of this work is to implement mitigation activities to increase resilience to disasters; reduce or eliminate the long-term risk of loss of life; injury; damage to and loss of property; suffering; hardship in Housing and Urban Development (HUD) designated Most Impacted and Distressed Areas (MID), and to ensure the safety and quality of life for the Low-to- Moderate Income community throughout regular day-to-day activities, and severe weather events. The City of Boynton Beach is seeking an Engineering Consulting Firm (Consultant), or other legal entity to provide the Engineering Design and to complete the Environmental Review process for this project.The awarded Consultant/Vendor shall exercise creativity and due diligence to complete the project in accordance with the City's General Standards; and the requirements and deadlines of the Grant Agencies. 2.2 SCOPE OF SERVICES/GOAL In order to ensure objective Consultant performance and eliminate unfair competitive advantage, consultants that develop or draft specifications, requirements, statements of work, invitations for bids or requests for proposals shall be excluded from competing for such procurements. The purpose of this Request for Qualification (RFQ) is to secure the services of a qualified Consultant/Vendor. The awarded Consultant/Vendor will be responsible for the completion of all aspects of the Scope of Services/Work, Design, and Environmental Review items, including but not limited to the following: RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 19 iv L l TON 0f City of Boynton Beach Procurement Division • Level 2 Environmental Review • Stormwater modeling to determine drainage improvements. • Set of Engineering plans (Paving, Grading, Drainage Plans, Water & Sewer Plans, Pavement Marking & Signage Plans, Erosion Control/Stormwater Pollution Prevention Plan, [PGD, WS, PMS, EC/SWPPP], and applicable detail sheets), at 30%, 60%, 90%, and 100% documents (PDF and CAD) c Drainage, utilities, and roadway improvements. • Kick-off meetings, site visits, and attendance at up to three public meetings and preparations of multi-color display foam boards illustrating the design features of the project. • Statement of Probable Construction Cost. • Survey(s) and Geotechnical services (borings) o Survey to include all existing facilities and utilities (perform Subsurface Utility Engineering (SUE)within the project limits. o Identify platted rights-of-way, lot numbers, house addresses, ownership lines, block numbers, and dedicated easements, location of visible fixed improvements (including physical objects, roadway pavement, railway tracks, canals, curbs, trees, signs, fences, power poles, buildings, and other encumbrances), location of all known above and below ground existing utilities (FPL, Bellsouth, cable TV, natural gas, water, fire hydrants, meters, reclaimed water, force mains, sanitary sewer, storm, and all other accessible structures, including rim and invert elevations). • The project shall be designed to meet all applicable code requirements and applicable City Standards, and any other applicable regulating agency. • Permitting Assistance • Complete per applications and submit along with drawings for permit review and approval, respond to all applicable permitting agencies' comments, and revisions to documents as necessary. • Project Schedule • Bidding assistance • Provide bidding package (signed/sealed drawings and specifications, for distribution to prospective bidders. • As-builts drawings, after the construction of the project has been completed. • Construction Engineering Inspection The City has submitted the Environmental Review Exemption Certification and received an Exempt Activities approval. The next step will be to submit the Level 2 Environmental Review itself, to be reviewed either under Categorically Excluded Subject to [58.35(a)] (CEST) or Environmental Assessment [58.36] (EA), which the City requests the Consultant to complete. The Consultant will coordinate with the FCOM Environmental Review team and respond to any requests for information (RFI) or requests for additional information (RAI) as part of the process. The Offeror shall include all sub-consultants and services deemed necessary to complete the Environmental Review. The Community Development Block Grant funds from the Florida Department of Commerce (FCOM) [Florida Commerce, F.K.A. Florida Department of Economic Opportunity (FDEO)] Executed Grant Agreement is provided for reference as Exhibit A-1. The Exempt/CENST Activities Review Form that was submitted has been included for reference, along with the Letter from FCOM confirming the Exemption Approval as Exhibit A-2. 2.3 TERM OF PROJECT SCHEDULE/TIMELINE The City intends to award a contract for a thirty-six (36) month term based upon the stipulations of the Grant Award or when funding is made available. The executed contract will include an option to automatically extend no more than (180) calendar days to complete the project by mutual agreement and by filing a written notice signed by the vendor to the City's Purchasing Department RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 20 �F 5 r O ♦h row 0`v City of Boynton Beach Procurement Division without further City Commission action. At no time shall this extended transitional period extend more than (180) calendar days beyond the expiration date of the existing Contract. This extension is contingent upon satisfactory performance and determination that it's in the best interest of the City. 2.4 SERVICES TO BE PERFORMED: A Task Order, Purchase Order and a detailed statement of work and project schedule shall be issued by the City based upon the stipulations of the Grant Award or when funding is made available. The (San Castle) Project Manager shall then provide a detailed level of effort, project, and staffing schedule that conforms to the specific project and schedule requirements.A firm fixed price will be based on the price proposal included in the contract at the time of contract execution. Payment in all cases will be subject to the completion of designated project milestones, the successful completion of tasks, and City's acceptance of deliverables. No work is authorized until such time as an executed Contract is fully executed by all Parties and the issuance of a Purchase Order. Any work provided under a revision, amendment, or change order to the purchase order is not authorized until the amendment is fully executed by all Parties. Throughout the project duration, the City's Project Manager will conduct performance evaluations that will be documented and shared with the chosen Engineering/Environmental firm. The City will keep a record of the project performance of this firm, which will play a significant role in the consideration for future contracts. 2.5 LICENSES AND CERTIFICATIONS To be eligible for award of this contract, all Design Engineering firms must submit and possess at time of RFQ closing, all applicable state and/or county license(s) as may be required to perform the scope as determined by state and/or county licensing agency. This is the design of a pump station and pump house. State: Florida Board of Professional Engineers (FBPE): Certificate Authorized under the provision of Section 471.023 Florida Business Statues, to offer engineering services to the public through a Professional Engineer duly licensed under Chapter 471, Florida Statues. The occupational license must be in effect as required by Florida Statute §205.065. 2.6 EXISTING CONDITIONS The Offeror(s) shall be responsible for verifying existing conditions, including researching all existing city records and other information. 2.7 BUDGET FOR PROJECT: The City of Boynton Beach's budget for this project is $19,765,302.00. 2.8 AWARD of RFQ/SELECTION PROCESS: Selection of the ConsultantNendor(s) shall be a qualification-based selection in accordance with Florida Statutes§287.055, "Consultants Competitive Negotiation Act".The scoring criteria included in SECTION IV herein will be used in the evaluation and ranking of the Proposal based on the response within this RFQ by the Evaluation/Selection Committee. 2.9 RESPONSIBILITIES OF CONSULTANT: Any firms submitting a qualification package for this RFQ shall understand that this project is funded through a Federal CDBG-MIT grant. The Engineering/Design Team shall be responsible for verification of existing conditions, including research of all existing CITY records and other information. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 21 o s O � 4M1 r �P City of Boynton Beach °N° Procurement Division The Engineering Team shall have the responsibility of maintaining regular communication with City's Project Manager to keep him fully appraised of Project developments, for correspondence, assigned tasks, and other matters that transpire on the site. These may include but are not limited to: Contracts, Contract Exhibits, Contract Amendments, Drawing Issuances, Addenda, Bulletins, Permits, Insurance & Bonds, Safety Program Procedures, Safety Notices, Accident Reports, Personnel Injury Reports, Schedules, Site Logistics, Progress Reports, Daily Logs, Non- Conformance Notices, Quality Control Notices, Punch Lists, Meeting Minutes, Requests for Information, Submittal Packages, Substitution Requests, Monthly Payment Request Applications, Supplemental Instructions, Change Order Requests, Change Orders, and the like. All supporting data, including but not limited to shop drawings, product data sheets, manufacturer data sheets and instructions, method statements, safety MSDS sheets, Substitution Requests, and the like, will be submitted in digital format. 2.8 PROHIBITION AGAINST CONTINGENT FEES In accordance with Florida Statute 287.055(5) "Competitive Negotiation": A. The City's Administrative Staff shall negotiate a contract with the most qualified firm for professional services at compensation which the agency determines is fair, competitive and reasonable. In making such a determination, the City's Administrative Staff shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. For any lump-sum or cost-plus-a- fixed-fee professional service contract over $195,000 (the threshold amount provided in s. 287.017 for CATEGORY FOUR), the City shall require the firm receiving the award to execute a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Any professional service contract under which such a certificate is required must contain a provision that the original contract price and any additions thereto will be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made within 1 year following the end of the contract. B. Should the City's Administrative Staff be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the City's Administrative Staff determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The City's Administrative Staff shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the City's Administrative Staff must terminate negotiations. The City's Administrative Staff shall then undertake negotiations with the third most qualified firm. C. Should the City's Administrative Staff be unable to negotiate a satisfactory contract with any of the selected firms, the City's Administrative Staff shall select additional firms in the order of their competence and qualification and continue negotiations in accordance with this subsection until an agreement is reached. 2.9 GENERAL The Consultant(s) shall furnish all tools, materials, equipment, sub-consultants, labor, supervision, etc., as necessary for the Offeror to maintain and complete the assigned as outlined in the agreed- upon scope of work/services provided within this Request for Proposals.All mileage and travel time to and from the job site is not reimbursable. The City reserves the right to negotiate the contract's final terms, conditions, and pricing structure as may be in the City's best interest. 2.10 TIME SCHEDULE AND TIME FRAMES Schedules shall be included in detailed work orders issued under the Contract and shall be based on the number of continuous calendar days following the work order execution date to complete specific tasks of the project. If the City reviews and comments are necessary to proceed with a task, then a specified City review time shall be included in the schedule. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 22 Y OR O T °a. `P City of Boynton Beach ti*or.° Procurement Division ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED RFQ No. PWE25-009 SECTION III - SUBMISSION OF QUALIFICATION PACKAGE 3.1 GENERAL REQUIREMENTS The Technical Proposal aims to demonstrate the qualifications, competence, and capacity of the Firms seeking to undertake the requirements of this REQUEST FOR QUALIFICATIONS (RFQ). As such, the substance of the Firms Qualification Package will carry more weight than its length, form, or manner of presentation. The Technical Proposal should demonstrate the qualifications of the Offeror and the particular staff to be assigned to his engagement. It should also specify an approach that will meet or exceed the RFQ requirements. The selected Consultant(s) shall provide sufficient organization, personnel, and management to carry out the requirements of this RFQ expeditiously and economically, consistent with the city's needs. Additionally, the consultant will be required to demonstrate recent experience successfully completing services similar to those specified in this RFQ. 3.2 CERTIFICATION AND LICENSES Offerors must include copies of all applicable certificates and licensing, or business permits related to the Work specified herein with their proposals. 3.3 DETAILED QUALIFICATION PACKAGE Prospective Offerors interested in responding to this solicitation are requested to provide all of the information listed in this section. Submittals that do not respond completely to all of the requirements specified herein may be considered non-responsive and eliminated from the process. Brevity and clarity are encouraged. Each of the NINE (9) sections listed below shall be completed online through the e-procurement system and uploaded into DOCUMENT 1.. THE QUALIFICATION PACKAGE IS TO BE COMPLETED ONLINE 1. Letter of Interest The Letter of Interest shall summarize the Offeror's primary qualifications and a firm commitment to provide the proposed services. The Letter of Interest shall be signed by the Offeror or person authorized to bind the Offeror to the submitted RFQ. 2. Standard Form 330 (Parts I and II) – Firms Qualifications The Standard Form 330 Architect/Engineer Qualifications for previous projects must be included as part of the RFQ response. Firms shall complete both Part I and II of the Standard Form 330 for projects completed within the past ten (10) years so that the City can obtain adequate information for this RFQ. 3. Certified Minority Business Enterprise Please identify if you are a Certified Minority Business Enterprise as defined by the Florida Small and Minority Business Assistance Act. If the Prime Consultant meets this definition, they will receive 10 points with a 5% weight. Any sub-consultants used by the Prime Consultant to meet this definition will allow the prime consultant to receive 5 points with a 5% weight as described in SECTION IV— RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 23 5 1 O � City of Boynton Beach }~r°" Procurement Division EVALUATION OF QUALIFICATION PACKAGE. The firm shall receive no more than 10 points with a 5% weight for this criteria. ' A, •, a • • •, Note: Pursuant to the Consultants' Competitive Negotiation Act ("CCNA"), a certified minority business enterprise is defined in accordance with the Florida Small and Minority Business Assistance Act. Pursuant to the Florida Small and Minority Business Assistance Act,a certified minority business enterprise is an entity that has been certified by the Florida Department of Management Services, Office of Supplier Diversity ("OSD"). If you are a Certified Minority Business Enterprise, please provide proof of your certification by the Florida Department of Management Services, Office of Supplier Diversity ("OSD") 4. Offeror's Qualifications a. Proof of authorization (SUNBIZ) from the Florida Secretary of State to transact business in the State from prime and supporting firms. b. Provide a narrative statement demonstrating an understanding of the overall intent of this solicitation, as well as the methods used to complete assigned tasks. c. Please clearly describe all aspects of the project proposed. d. Include details of your approach and work plans. e. Identify any issues or concerns of significance that may be appropriate. f. Identify any sub-consultants you propose to utilize to supplement your Firm's staff. g. If the Principal Place of Business is different from the location specified in the Offeror's Qualification Statement, then the Offeror shall specify the office location where each project will be managed and produced. 5. Willingness to meet budget and timeline requirements: Please advise if your firm is willing to meet the following time and budget requirements. a. Budget: The Budget for this project is as follows: $19,765,302.00 b. Funding Sources: $3,265,302—City Fund ii $16,500.00 - Federal Department of Economic Opportunity (CDBG-MIT) Please note that during this portion of the process, the City is NOT asking for the firms to submit pricing. After the evaluation committee has selected the firms in order of preference, the City shall negotiate a contract with the most qualified firm for professional services at compensation, which the agency determines is fair, competitive, and reasonable. Should the agency be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated.The agency shall then undertake negotiations with the next most qualified firm. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 24 OA, s City of Boynton Beach tie°^. Procurement Division 2 PROJECT DESCRIPTION: The City of Boynton Beach has been awarded Sixteen Million Five Hundred Thousand Dollars and Zero Cents($16,500,000.00)in CDBG-MIT(Community Development Block Gram- Mitigation) funding for mitigation efforts to upgrade drainage,utilities,and roadway improvements in a neighborhood known as"San Castle."San Castle is looted east of 1-95. south of Hypoluxo Road. CDBG- MIT GIP grant program will result in the provision of critical upgrades to the infrastructure for an underserved population by giving them the ability to move freely in and out of the neighborhood, having a reliable source of drinking water, and knowing that stormwater will properly drain following a major rain event will improve the quality of life of these residents.The area selected for the improvements under the grant is made up of two Block Groups as defined by the U.S.Dcputment of Housing and Urban Development(HUD).Together,these Block Groups exceed 74%LMI,demonstrating that this is an underserved community.The Guy of Boynton Beach is leveraging$3,265,302.00 with the total project costing$19,765,302.00. 6. Location Please provide the address and the primary location on where work will be performed by your firm for this project. If services will be performed by different offices (such as a joint venture) provide a location for each firm. 7. Financial Information a. Financial Stability: The Firm shall demonstrate financial stability. Firm shall provide a statement of its financial stability, including information as to current or prior bankruptcy proceedings. Qualification Packages shall include a copy of the most recent annual financial report/annual audit/10K and the most recent 10Q, if appropriate. Financial reports provided shall include, at a minimum, a balance sheet, an income statement, and a statement of cash flows. b. Financial Statement: The Firm shall include a copy of its latest audited financial statements. If the Firm is a corporation, it shall submit a copy of the corporation's latest audited financial statements. In the event the Firm does not have audited financial statements, it may substitute non-audited financial statements and complete federal tax returns for the last two (2)years. 8. Current and Projected Workload of the Offeror (by office local, if applicable) a. Provide quantitative data that clearly indicates the ability of the Offeror to devote the necessary time and resources to successfully complete the service and projects promptly. Current and projected workload data shall be provided for each key proiect member as follows: Current project work listing and remaining labor commitments. ii Historically, describe the typical number of projects handled by the Offeror's key project managers at any given time. iii Projected workload of project management activities as defined in the scope of services. iv Identify any sub-consultant firms providing significant services that may be assigned more than five (5%) of the work. 9. References — Past Performance Provide at least three (3) reference projects of a similar size, scope, and complexity that have been completed by your firm within the last ten (10) years, which demonstrate the experience of the firm and the key members that will be assigned to provide the services as required by this Project. A project"similar in scope" is defined as a project that includes some or all of the following components: design of a new stormwater conveyance system, stormwater pump station, force mains, road restoration, and other related restoration work. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 25 ovo, CI City of Boynton Beach t�'on e� Procurement Division A project "similar in size" is defined as a project completed under the Design-Bid-Build method, which was at least $10,000,000 in cost (design and construction). For each reference project, provide the following information: a. Client Name/Owner's Representative name, address, phone number, and email address. b. Name and location of the project. Description of the Scope of Work. c. Role your company provided. d. Date project was completed or is anticipated to be completed. e. Saving is achieved through value engineering or other innovative design approaches. f. The total amount of approved Change Orders. g. Present status of the project. The City is interested in learning about other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email or call each reference up to three (3)times. If there is no answer after the third attempt, the City may apply no points for that project experience. 10. Submittal of General Information and Procurement Forms and Documents Procurement forms must be completed, signed, and notarized when required and submitted. In addition,all other requests and supporting documentation should be included. See SECTION I — INSTRUCTIONS TO OFFERORS -1.12 RFQ FORMS. In addition to the standard required forms. The Offeror shall complete the following for this federally funded grant project. EXHIBITS A to F - Federal Grant Provision - Notarization Required THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 26 m T ° U } `P City of Boynton Beach O"'° Procurement Division RFQ No. PWE25-009 ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED SECTION IV - EVALUATION OF QUALIFICATION PACKAGE 4.1 EVALUATION METHOD AND CRITERIA A preliminary evaluation of each Proposal will be conducted by the City's Purchasing Division through the City's electronic e-procurement bidding system Bovnton-beach.bidsandtenders.net. This evaluation determines if the Proposal is responsive to the submission requirements as outlined in this solicitation based on the information provided about your firm. A responsive Proposal follows the solicitation requirements, includes all documentation, is submitted in the format outlined in this solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non-responsive. The City will assemble an Evaluation Committee or (EC), comprised of City staff and, if applicable, outside consultant(s). The Evaluation Committee may utilize the City's e-procurement system to electronically evaluate all submittals based on the information provided and criteria as set forth in this solicitation. The City's Evaluation Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection. The selection of the most qualified Respondent(s) will be based on their responsibility and responsiveness, meaning the firm must submit a proposal that fully conforms to the material requirements outlined in this RFQ. The weighted criteria provided below are intended to guide the Offeror in prioritizing their time and efforts during the submission process. These criteria serve as the evaluation framework used by the Evaluation Committee during both the scoring and, if applicable, the shortlisting process. The City shall evaluate professional services, including capabilities, adequacy of personnel, past record, experience, whether the firm is a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act, and other factors determined by the City be applicable to its particular requirements. # Evaluation Criteria Point Rating Weight Range N/A Compliance with Request for Qualification Requirements (Mandatory) (Responsiveness) Adequacy of Personal -Firms Qualifications, Qualifications of 1 Project Manager Team/Individual (key contract members), and 0— 10 40% Availability of Specialty Resources Experience - Approach, Demonstrated Skill Set, and Innovative o 2 Ideas to Address the Scope of Work 0— 10 30/o 3 Past Record - References of Past Performance I 0— 10 10% Overall Competency — Willingness to meet time and budget, 4 current and projected workloads, and location 0— 10 15% 5 Certified Minority Business Enterprise (Prime 10 points or 0 or 5 or 50/0 Subs -5 points of the 5%) MUST ATTACH CERTIFICATE 10 TOTAL POINTS I 0—50 I 100% 6* Interviews and Presentations I 0—100 I 25% RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 27 1 City of Boynton Beach Procurement Division *Criteria 6 will be reviewed separately from the standard evaluation process, if applicable, allowing the Offeror the opportunity to earn additional points 4.2 QUALITATIVE GUIDELINES FOR ASSIGNING AWARD POINTS TO EVALUATION CRITERIA: Each Evaluation Committee Member shall award a rating of 1 to 10 for each category based upon each member's assessment of the Offeror's response to the criteria. The following qualitative guidelines: • 10 — Outstanding Response: Highly comprehensive, excellent reply that meets all the requirements of the areas within that category. In addition, the response covers areas not originally addressed within the RFQ category and includes additional information and recommendations that would prove both valuable and beneficial to the agency. This response is considered to be an excellent standard, demonstrating the Offerors authoritative knowledge and understanding of the project. • 9-8 Excellent Response: Provides useful information, while showing experience and knowledge within the category.The proposal is well thought out and addresses all requirements set forth in the RFQ. The Offeror provides insight into experience, knowledge, and understanding of the subject. • 7-6 Good Response: Meets all the requirements and has demonstrated in a clear and concise manner a thorough knowledge and understanding of the subject matter. This response demonstrates an above-average performance with no apparent deficiencies. • 5-4 Fair Response: Meets the requirements in an adequate manner. This response demonstrates an ability to comply with guidelines, parameters, and requirements with no additional information put forth. • 3-1 Inadequate Response: Minimally meets the requirements for the Evaluation Criteria as set forth in the • 0-Failed Response/ No Response (no points awarded): Does not meet the requirements for the Evaluation Criteria set forth in the RFQ. 4.3 CITY'S RIGHT TO USE BEST-VALUE RANKING: The Evaluation Committee also retains the discretion to employ a ranking system as an alternative to the weighted criteria. Upon request, the committee may rank the responses from 1St place, 2nd place 3rd place etc., based on the total number of submissions under review. 4.4 ADDITIONAL CLARIFICATION: The Evaluation Committee also retains the discretion to request additional information from any firms who submit proposal packages during the evaluation process. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions. 4.5 SELECTION PROCESS: A. An Evaluation Committee consisting of the City's staff members, and may include outside consultants as deemed necessary, will review each written submission to ascertain whether the provider is qualified to render the required services according to State regulations and the requirements of this RFQ. B. This weighted criterion is the evaluation framework the EC uses during the shortlist and scoring process. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 28 u O a City of Boynton Beach " Procurement Division C. The Evaluation Committee review of proposals meeting will be scheduled and publicly noticed and is open to anyone who wants to attend. All EC member's scores may be electronically opened and read aloud for discussion among the Evaluation Committee members. D. The Evaluation Committee may, at its sole discretion, request discussions or interviews or require presentations, additional information, or clarification of any information submitted by Respondent(s). E. The Evaluation Committee may establish equal time limits for all firms as necessary to facilitate its evaluation. If conducted and after the completion of the discussions, interviews, or presentations, the Committee will utilize the presentation points outlined above. F. After the final ranking is completed, the Evaluation Committee will make a motion for a recommendation for an award,which will be submitted to the City Commission for approval. G. After approval by the City Commission, the City Representative authorized to execute contracts will execute an Agreement(s) based on the attached draft contract developed from this Request for Qualifications (RFQ). H. The City reserves the right to include additional provisions if the inclusion is in the City's best interest, as determined solely by the City. I. The Selection of Architects and Engineers statute requires the public announcement of requirements for A-E-S services and the selection of at least three (31 of the most highly qualified firms based on demonstrated competence and professional qualifications according to specific criteria published in the announcement.The Act then requires negotiating a contract at a fair and reasonable price, starting first with the most highly qualified firm. J. CONTACT WITH ANY PERSONNEL OF THE CITY OF BOYNTON BEACH OTHER THAN THE PROCUREMENT REPRESENTATIVE DURING THE SOLICITATION, EVALUATION, AND AWARD PROCESS REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 29 m s City of Boynton Beach ON g�v Procurement Division ENGINEERING DESIGN AND with the provisions of the laws of the State of Florida and the Charter and the ordinances of the City of ENVIRONMENTAL REVIEW Boynton Beach. SERVICES - SAN CASTLE - 5.4 CONFLICT OF INTEREST GRANT FUNDED The award is subject to all conflict-of-interest provisions of the City of Boynton Beach, Palm RFQ No. PWE25-009 Beach County,of the State of Florida. 5.5 ADDITIONAL HOURS QUANTITIES The City reserves the right to acquire additional SECTION V - STANDARD hours or quantities of the requested proposal services at the prices bid/proposal in this GENERAL TERMS AND solicitation. PROVISIONS If additional quantities are not acceptable, the bid sheets must be noted: "PROPOSAL IS FOR SPECIFIED QUANTITY ONLY". Unless otherwise agreed to by the City of Boynton Beach ("City"), the following Standard 5.6 DISPUTES Terms and Conditions are applicable to this In case of any doubt or difference of opinion as to solicitation and the resulting the items to be furnished hereunder,the decision of agreement/contract. The term "vendor," as the City Manager shall be final and binding on both parties. used below, may collectively apply to vendors, bidders, Offerors, consultants, contractors, 5.7 LEGAL REQUIREMENTS: subcontractors, and sub-consultants. Federal, State, County, and City laws, ordinances, rules,and regulations that in any manner affect the items covered herein apply. Lack of knowledge by 5.1 FAMILIARITY AND COMPLIANCE WITH LAWS, the Offeror will in no way be a cause for relief from CODES AND REGULATIONS: responsibility. Before submitting a proposal to this RFQ, Offerors 5.8 ON PUBLIC ENTITY CRIMES shall comply with all federal, state, and local laws, ordinances, and regulations applicable to the All Request for Proposals, Request for services contemplated herein, including those Qualifications, Invitations to Bid as defined by applicable to conflict of interest and collusion. Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Offerors must familiarize themselves with all Florida Statutes, and any contract document federal, state, and local laws, ordinances, codes, described by Section 287.058, Florida Statutes, and regulations that may in any way affect the shall contain a statement informing persons of the goods/services offered and any other applicable provisions of paragraph (2)(a)of Section 287.133, federal requirements now in effect or imposed in the Florida Statutes,which reads as follows: future. Lack of knowledge by the Offeror shall not be a cause for relief from responsibility, "A person or affiliate who has been placed on the convicted vendor list following a conviction for 5.2 NON-COLLUSION public entity crime may not submit a bid on a contract or provide any goods or services to a public Offeror shall not collude, conspire, connive, or entity, may not submit a bid on a contract with a agree, directly or indirectly, with any other Offeror, public entity for the construction or repair of a public firm, or person to submit a collusive or sham building or public work, may not submit bids on response in connection with the work for which the leases of real property to a public entity,may not be response has been submitted; or to refrain from awarded or perform work as a contractor, supplier, responding in connection with such work or have in subcontractor, vendor, or consultant under a any manner,directly or indirectly,sought by person contract with any public entity,and may not transact to fix the price or prices in the proposal submission business with any public entity in excess of the form or of any other Offeror, or to fix any overhead threshold amount provided in Section 287.017, for profit, or cost elements of the proposal price or the CATEGORY TWO for a period of 36 months from bid price of any other responder, or to secure the date of being placed on the convicted vendor through any collusion, conspiracy, connivance, or list". unlawful agreement any advantage against any other Offeror, or any person interested in the 5.9 FEDERAL AND STATE TAX: proposed work. The Offeror certifies there has The City of Boynton Beach is exempt from Federal been no collusion with any other firm or employees from any other firm who will be submitting a and state taxes. proposal on the same project. 5.10 PURCHASE ORDER REQUIRED: 5.3 LEGAL CONDITIONS The City will not accept any goods delivered or Offerors are notified to familiarize themselves with services performed unless a duly authorized the provisions of the law of the State of Florida purchase order has been issued for said goods relating to the hours of labor on municipal work and and/or services. The purchase order number must RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 30 City of Boynton Beach TON e Procurement Division appear on all invoices, packing slips, and all OPPORTUNITY EMPLOYMENT correspondence concerning the order. A. The City is committed to assuring equal 5.11 COMPLIANCE WITH OCCUPATIONAL SAFETY opportunity in awarding orders/contracts AND HEALTH: and complies with all laws prohibiting discrimination. The Offeror certifies that all material, equipment, B. During the he performance of the Contract, etc., contained in this bid meets all O.S.H.A. the Consultant and its sub-consultants requirements. Offeror further certifies that if shall not discriminate against any awarded as the Consultant, and the material employee or applicant for employment equipment, etc. delivered is subsequently found to because of race, color, sex, including be deficient in any O.S.H.A. requirement in effect pregnancy, religion, age, national origin, on the date of delivery,all costs necessary to bring ancestry, marital status, political the materials,equipment,etc.,into compliance with affiliation, familial status, sexual the aforementioned requirements shall be borne by orientation, gender identity, expression, the Offeror. or disability if qualified. Offeror certifies that all employees,subcontractors, C. The Consultant will take affirmative agents, etc. shall comply with all O.S.H.A. and action ensure that employees those off its sub-consultants aree and treated State safety regulations and requirements. during employment, without regard to 5.12 PALM BEACH COUNTY INSPECTOR their race, color, sex, including GENERAL: pregnancy, religion, age, national origin, ancestry, marital status, political The Offeror and, if awarded Consultant, is aware affiliation, familial status, sexual that the Inspector General of Palm Beach County orientation, gender identity, expression, has the authority to investigate and audit matters or disability if qualified. relating to the negotiation and performance of any D. Such actions must include, but not be agreement/contracts resulting from this solicitation limited to, the following: employment, and, in furtherance thereof, may demand and promotion; demotion or transfer; obtain records and testimony from the Consultant recruitment or recruitment advertising, and its sub-consultant and lower-tier sub- layoff or termination;rates of pay or other consultants. forms of compensation;and selection for training, including apprenticeship. The Consultant understands and agrees that in E. The Consultant and its sub-consultants addition to all other remedies and consequences shall agree to post in conspicuous provided by law,the failure of the Consultant or its places, available to its employees and sub-consultants or lower-tier sub-consultants to applicants for employment, notices to be fully cooperate with the Inspector General when provided by the contracting officer setting requested may be deemed by the municipality to be forth the provisions of this a material breach of this agreement/contract nondiscrimination clause. justifying its termination. F. The Consultant further agrees that they will ensure that all sub-consultants, if 5.13 OTHER AGENCIES any, will be made aware of and will All Consultant(s)awarded contracts resulting from comply with this nondiscrimination this RFQ and from this submitted proposal may, clause. upon mutual agreement, permit any municipality or G. The Consultant understands and agrees other governmental agency to participate in the that a material violation of this section contract under the same prices, terms, and shall be considered a material breach of conditions if agreed to by both parties. this solicitation and the resulting agreement/contract and may result in It is understood that at no time will any city,county, termination of the agreement/contract, municipality, or other agency be obligated to place disqualification, or debarment of the an order for any other city, county, municipality, or company from participating in City agency, nor will any city, county municipality, or contracts,or other sanctions. agency be obligated for any bills incurred by any 5.16 INDEPENDENT CONSULTANT RELATIONSHIP: other city,county, municipality,or agency. The Offeror and, if awarded Consultant, is, and Further,it is understood that each agency will issue shall be, in the performance of all work, services, its own purchase order or contract to the awarded and activities under this solicitation and the Offeror(s). resulting agreement/contract, an independent Consultant and not an employee,agent,or servant 5.14 VENUE AND GOVERNING LAW: of the City.All persons engaged in any of the work Any and all legal actions arising from or necessary or services performed pursuant to the agreementcontract shall, at all times and in all to enforce this solicitation and resulting places,be subject to the Consultant's sole direction, agreement/contract will be held in Palm Beach supervision, and control. The Consultant shall County and shall be interpreted according to the exercise control over the means and manner in laws of Florida. which it and its employees perform the work,and in 5.15 NON-DISCRIMINATION 8 EQUAL all respects, the Consultant's relationship, and the relationship of its employees, to the City shall be that of an independent Consultant and not as employees or agents of the City. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 31 0 � City of Boynton Beach or 0�v Procurement Division 5.17 OMISSION OF DETAILS Contractor/ConsultantNendor or the City's suppliers for contracts/construction/public works- Omission of any essential details from the terms or related materials when deemed in the City's best specifications contained herein will not relieve the interest. responding Firm of supplying such product(s) or service as specified. 5.22 SCRUTINIZED COMPANIES: 5.18 LOBBYING-CONE OF SILENCE: By submission of a proposal for this solicitation, CONSULTANT,its principals or owners,certify that Consistent with the requirements of Chapter 2, they are not listed on the Scrutinized Companies Article VIII, Lobbyist Registration, of the Palm that Boycott Israel List,Scrutinized Companies with Beach County Code of Ordinances,Boynton Beach Activities in Sudan List,Scrutinized Companies with imposes a Cone of Silence.A cone of silence shall Activities in the Iran Terrorism Energy Sector List, be imposed upon each competitive solicitation as of or is engaged in business operations with Syria. In the deadline to submit the proposal, bid, or other accordance with Section 287.135,Florida Statutes, response and shall remain in effect until City as amended, a company is ineligible to, and may Commission awards or approves a contract rejects not, bid on, submit a bid for, or enter into or renew all bids or responses or otherwise takes action that a contract with any agency or local governmental ends the solicitation process. While the cone of entity for goods or services of: silence is in effect, no Offeror or its agent shall Any amount of, at the time bidding on,submitting a directly or indirectly communicate with any member bid for, or entering into or renewing such Contract, of City Commission or their staff,the Manager,any the company is on the Scrutinized Companies that employee of Boynton Beach authorized to act on Boycott Israel List, created pursuant to Section behalf of Boynton Beach in relation to the award of 215.4725, Florida Statutes, or is engaged in a a particular contract or member of the Selection boycott of Israel;or Committee in reference to the solicitation, with the One million dollars or more if,at the time of bidding exception of the Purchasing Manager or designee. on,submitting a bid for,or entering into or renewing (Section 2-355 of the Palm Beach County Code of such Contract,the company: Ordinances.)Failure to abide by this provision may Is on the Scrutinized Companies with Activities in serve as grounds for disqualification for the award Sudan List or the Scrutinized Companies with of contract to the Offeror. Further, any contract Activities in the Iran Terrorism Energy Sector List, entered into in violation of the cone of silence shall created pursuant to Section 215.473, Florida render the transaction voidable. Statutes, or is engaged in business operations in Syria. The cone of silence shall not apply to oral communications at any public proceeding,including 5.23 DISCRIMINATORY VENDOR LIST pre-bid conferences, oral presentations before Selection Committees,contract negotiations during An entity or affiliate who has been placed on the any public meeting, presentations made to the City discriminatory vendor list may not: obtain an Commission, and protest hearings. Further, the agreement/contract to provide goods or services to cone of silence shall not apply to contract a public entity; construct or repair of a public negotiations between any employee and the building or public work; lease real property to a intended awardee, any dispute resolution process public entity; award or perform work as a vendor, following the filing of a protest between the person supplier, or vendor under transact business agreement/contract with filing the protest and any employee, or any written any public entity; nor business with any correspondence with Boynton Beach as may be public entity. The Florida Department of permitted by the competitive solicitation. Management Services is responsible for Additionally, the cone of silence shall not apply to maintaining the discriminatory vendor list and any purchases made in an amount less than the intends to post the list on its website. Questions competitive solicitation threshold set forth in the regarding the discriminatory vendor list may be Purchasing Manual directed to the Florida Department of Management Services, Office of Supplier Diversity at (850)487- 5.19 LEGAL EXPENSES: 0915. The City shall not be liable to a Offeror for any legal 5.24 NON-EXCLUSIVE fees, court costs, or other legal expenses arising As may be applicable,the City reserves the right to from the interpretation or enforcement of the acquire some or all of these goods and services agreement/contract or from any other matter through a State of Florida agreement/contract generated by or relating to the agreement/contract. under the provisions of Section 287.042, Florida Statutes, provided the State of Florida 5.20 NO THIRD-PARTY BENEFICIARIES: agreement/contract offers a lower price for the same goods and services. This reservation applies No provision of this RFQ or agreement/contract to both to the initial award of this solicitation and to follow with Consultant is intended to, or shall be acquisition after an agreement/contract may be construed to,create any third-party beneficiary or to awarded. provide any rights to any person or entity not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Additionally, the City reserves the right to award Offeror. other agreement/contracts for goods and services falling within the scope of this solicitation and 5.21 DIRECT OWNER PURCHASES: resultant agreement/contract when the specifications differ from this solicitation or resultant The City reserves the right to issue purchase orders agreement/contract, or for goods and services for materials to either the specified in this solicitation when the scope RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 32 o City of Boynton Beach �r""e Procurement Division substantially differs from this solicitation or resultant employee who is so convicted or so agreement/contract. pleads. F. Make a good faith effort to continue to 5.25 BUSINESS INFORMATION maintain a drug-free workplace through the implementation of Section If a proposing firm is a Joint Venture for the 287.087, Florida Statutes goods/services described herein, the Offeror shall, 5.29 PROHIBITED TELECOMMUNICATIONS upon request of the City,provide a copy of the Joint EQUIPMENT Venture Agreement signed by all parties. 5.26 AGREEMENT/CONTRACT Offeror represents and certifies that Offeror and all Sub-consultants do not use any equipment, Offeror agrees that by submitting a proposal that is system, or service that uses covered accepted by the City of Boynton Beach, a binding telecommunications equipment or services as a agreement/contract is formed in accordance with substantial or essential component of any system the City's terms, conditions, and specifications as or as critical technology as part of any system, as set forth in the purchase order unless otherwise such terms are used in 48 CFR §§ 52.204-24 agreed by the City and the Offeror. The Offeror through 52.204-26.Offeror represents and certifies certifies that the proposal has been made by an that Offeror and all Sub-consultants shall not officer or employee having the authority to bind the provide or use such covered telecommunications Offeror. equipment,system,or services during the Term. 5.27 ENDORSEMENTS 5.30 PROHIBITION AGAINST CONSIDERING No endorsements by the City of the goods and/or SOCIAL, POLITICAL, OR IDEOLOGICAL services will be used by the Offeror in any way, INTERESTS IN GOVERNMENT CONTRACTING manner,or form. Offerors are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, 5.28 DRUG-FREE WORKPLACE that the City will not request documentation of or The Consultant shall implement and maintain a consider a Offeror's social, political, or ideological drug-free workplace program of at least the interests when determining if the Offeror is a following items: responsible Consultant. Offerors are further A. Publish a statement notifying notified that the City's governing body may not give employees that the unlawful preference to a Offeror based on the Offeror's manufacture, distribution, dispensing, social, political,or ideological interests. possession, or use of a controlled 5.31 RIGHTS IN DATA substance is prohibited in the workplace and specifying the actions Except if otherwise agreed to in writing, the City that will be taken against employees shall have exclusive ownership of, all proprietary for violations of such prohibition. interest in, and the right to full and exclusive B. Inform employees about the dangers possession of all information, materials, and of drug abuse in the workplace, the documents discovered or produced by Offeror Offeror's policy of maintaining a drug- pursuant to the terms of this solicitation, including free workplace, any available drug but not limited to reports, memoranda or letters counseling, rehabilitation, and concerning the research and reporting tasks employee assistance programs, and required. the penalties that may be imposed upon employees for drug abuse 5.32 DOCUMENTATION OF COSTS violations. C. Give each employee engaged in All costs submitted shall be supported by properly providing the services that are under executed payrolls, time records, invoices, agreement/contract a copy of the vouchers, or other official documentation statement specified in Item A above. evidencing in proper detail the nature and propriety D. In the statement specified in Item A of the charges. All checks, payrolls, invoices, above, notify the employees that,as a contracts, vouchers, orders, or other accounting condition of providing the services that documents pertaining in whole or in part to the are under agreement/contract, the resulting contract/agreement shall be clearly employee will abide by the terms of identified and regularly accessible and provided to the statement and will notify the Offeror of any conviction of,or plea of the City upon request. guilty or nolo contendere to, any 5.33 PUBLIC RECORDS violation of Chapter 893, Florida Statutes, or of any controlled Sealed documents received by the City in response substance law of the United States or to a Request for Proposals, Request for any state, for a violation occurring in Qualifications, or Invitation to Bid are exempt from the workplace no later than five (5) public records disclosure until thirty (30) calendar calendar days after such conviction or days after the opening of the RFQ, RFP, or BID plea. unless the City announces intent to award sooner, E. Impose a sanction on or require in accordance with Florida Statutes 119.07. satisfactory participation in a drug abuse assistance or rehabilitation The Consultant agrees that copies of any and all program, if such is available in the property, work product, documentation, reports, employee's community, for any computer systems and software, schedules, RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 33 Irat: u Tu City of Boynton Beach Procurement Division graphs, outlines, books, manuals, logs, files, D. Upon completion of the contract, deliverables,photographs,videos,tape recordings, Consultant shall transfer to the City,at no or data relating to the agreement/contract which cost to the City, all public records in have been created as a part of the vendor's Consultant's possession. All records services or authorized by the City as a reimbursable stored electronically by Consultant must expense, whether generated directly by the be provided to the City, upon request Consultant, or by or in conjunction or consultation from the City's custodian of public with any other party whether or not a party to the records, in a format that is compatible agreement/contract, whether or not in privity of with the information technology systems contract with the City or the Consultant, and wherever located shall be the property of the City. of the City. E. Failure of the Consultant to comply with the requirements of this Section, and Any material submitted in response to this solicitation is considered a public document in other applicable requirements of breachstate or f accordance with Section 119.07, F.S.All submitted federalthe law, shall be a material T e information that the responding Offeror believes to City resulting agreement/contract.hexrcThe all be confidential and exempt from disclosure (i.e., a remedies shall have the right to exercise of trade secret or as provided for in Section 119.07 available to it for breach of agreement/contract, including but not and Section 812.081, F.S.) must be specifically identified as such. Upon receipt of a public records limited to,the right to terminate for cause. request for such information,a determination will be made as to whether the identified information is, in IF THE CONSULTANT HAS fact,confidential. QUESTIONS REGARDING THE The City is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with APPLICATION OF CHAPTER Florida's Public Records Law. Specifically, the Consultant shall: 119 FLORIDA STATUTES TO > > A. Keep and maintain public records THE CONSULTANT'S DUTY TO required by the City to perform the PROVIDE PUBLIC RECORDS service. B. Upon request from the City's custodian of RELATING TO THIS CONTRACT, public records, provide the City with a CONTACT THE CUSTODIAN OF copy of the requested records or allow the records to be inspected or copied PUBLIC RECORDS: within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law. CITY CLERK'S OFFICE C. Ensure that public records that are 100 EAST OCEAN AVENUE exempt or that are confidential and exempt from public record disclosure BOYNTON BEACH, FLORIDA, requirements are not disclosed except as authorized by law for the duration of the 33435 contract term and, following completion of the contract, Consultant shall destroy 561-742-6060 all copies of such confidential and exempt records remaining in its CityClerk anbbfl.us possession once the Consultant transfers the records in its possession to the City;and THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 34 °e 0 � 4 �V City of Boynton Beach ON° Procurement Division RFQ No. PWE25-009 ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES -SAN CASTLE - GRANT FUNDED SECTION VI - SPECIAL CONDITIONS The Consultant will be responsible for supplying the necessary labor to complete services outlined in this RFQ by the City of Boynton Beach. The following special conditions shall apply to all Offerors and eventually to the Consultant(s) who are awarded the contract for these services. 6.1 ASSIGNMENT: Any contract issued pursuant to this request for proposal, qualifications, or invitation to bid and the funds that may come due hereunder are not assignable except with the prior written approval of the city. 6.2 PERFORMANCE DURING EMERGENCY: The Consultant agrees and promises that immediately preceding, during, and after a public emergency, disaster, hurricane, flood, or act of God, the City shall be given "first priority" for all goods and/or services under the agreement/contract. The Consultant agrees to provide all goods and/or services to City immediately preceding, during, and after a public emergency, disaster, hurricane,flood, or act of God, at the terms, conditions, and prices as provided in this solicitation on a "first priority" basis. The Consultant shall furnish a 24-hour phone number to the City. Failure to provide the goods and/or services to the City on a first priority basis immediately preceding, during, and after a public emergency, disaster, hurricane, flood, or act of God, shall constitute a breach of agreement/contract and subject the Consultant to sanctions from doing further business with the City. 6.3 AGREEMENT EXTENSION The City reserves the right to extend automatically for a period not to exceed an additional ONE HUNDRED EIGHTY(180) calendar days by mutual agreement and by filing a written notice signed by the Consultant to the City's Purchasing Department without further City Commission action.This extension shall provide the City with continual services for an additional term of the contract. 6.4 INDEMNIFICATION The CONSULTANT shall indemnify and hold harmless CITY and its current, past,and future officers and employees 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 CONSULTANT or other persons employed or utilized by CONSULTANT in the performance of this Agreement. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 35 so o�0`c City of Boynton Beach Procurement Division Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla. Stat., as may be amended from time to time. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS AGREEMENT 6.5 CHANGES IN THE WORK/CONTRACT PRICE A. ALLOWANCE The City may request approval from the City Commission on an allowance for this project. Any allowance requested by the City shall only be approved by the City Manager's Office or their designee B. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Consultant for performing the work. All duties, responsibilities, and obligations assigned to or undertaken by the Consultant shall be at his expense without change in the Contract Price or Time except as approved in writing by the City Representative/Project Manager. C. CHANGE ORDER The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly(but in no event later than 15 calendar days)after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Owner allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 6.6 CHANGES IN CONTRACT TIME A. CHANGE ORDER The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to the extension of the contract time. B. NOTICE Any claim for an increase or decrease in the Contract Time shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Consultant hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Consultant has given the notice and the supporting data required by this Paragraph. C. BASIS FOR EXTENSION Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Consultant can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 36 Y p� m S O Y City of Boynton Beach *pr° Procurement Division of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 6.7 TERMINATION The City, by written notice, may terminate in whole or in part any Contract resulting from this RFQ when such action is in the best interest of the City. If the Contract(s) are so terminated the City shall be liable for only payment for services rendered prior to the effective date of termination. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. A. DEFAULT AND TERMINATION FOR CAUSE: The City may, by written notice of default to the Consultant, terminate the agreement/contract in whole or in part if the Consultant fails to satisfactorily perform any provisions of this agreement/contract, or fails to make progress so as to endanger performance under the terms and conditions of this agreement/contract, or provides repeated nonperformance, or does not remedy such failure within a period of 30 calendar days after receipt of notice from the City of Boynton Beach specifying such failure. In the event the City terminates the agreement/contract in whole or in part because of default of the Consultant, the City may procure goods and/or services similar to those terminated, and the Consultant shall be liable for any excess costs incurred due to this action. If it is determined that the Consultant was not in default or that the default was excusable (e.g., failure due to causes beyond the control of, or without the fault or negligence of, the Consultant), the rights and obligations of the parties shall be those provided in Section "Termination for Convenience". B. TERMINATION FOR CONVENIENCE OF CITY Whenever the interests of the City so require, terminate the agreement/contract, in whole or in part, for the convenience of the City. Purchasing shall give fourteen (14) business days prior written notice of termination to the Consultant, specifying the portions of the agreement/contract to be terminated and when the termination is to become effective. If only portions of the agreement/contract are terminated, the Consultant has the right to withdraw, without adverse action, from the entire agreement/contract. Unless directed differently in the notice of termination, the Consultant shall incur no further obligations in connection with the terminated work and shall stop work to the extent specified and, on the date, given in the notice of termination. Additionally, unless directed differently, the Consultant shall terminate outstanding orders and/or subcontracts related to the terminated work. Consultant shall indemnify the City against loss pertaining to this termination. C. REMEDIES: No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder now or hereafter existing at law,or in equity, by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. D. FUNDING OUT This result of this Agreement shall remain in full force and effect only if the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 37 6 = O � City of Boynton Beach }~'o"enc Procurement Division 6.8 PERFORMANCE OF CONSULTANT The Offeror shall be fully responsible for performing all the work necessary to meet City standards in a safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work and complying with all federal and state laws and all ordinances and codes of the City relating to such work. Failure on the part of the submitting Firm to comply with the conditions, terms, specifications, and requirements of the RFQ shall be cause for cancellation of the RFQ award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance-based contracting. The City may, by written notice to the Responding Firm, terminate the Contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 6.9 INSURANCE REQUIREMENTS If a Consultant is providing a service under this agreement/contract, then the Consultant shall, at its sole expense, always maintain in full force and effect during the life of this agreement/contract, insurance coverages, and limits (including endorsements), as required by the City. These requirements shall not in any manner limit or qualify the liabilities and obligations assumed by the Consultant under this agreement/contract. All coverages shall be provided on a primary basis with the City endorsed as an Additional Insured as follows: "The City of Boynton Beach". The Consultant shall provide the City with a Certificate of Insurance evidencing such coverages prior to the commencement of any services and within a time frame specified by the City (normally within 2 working days after request). Failure to maintain the required insurance shall be considered a default of the agreement/contract. It shall be the responsibility of the Consultant to maintain workers' compensation insurance, professional liability, property damage liability insurance, and vehicular liability insurance; during the time any of his/her personnel are working on City of Boynton Beach property. Loss by fire or any other cause shall be the responsibility of the Consultant until such time as the items and/or work have been accepted by the City. The Consultant shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance with A.M. Best's Key Rating Guide, latest edition. 6.10 FORCE MAJEURE The agreement/contract which is awarded to the Consultant may provide that the performance of any act by the City or Consultant thereunder may be delayed or suspended at any time while, but only so long as, either party is hindered in or prevented from the performance by acts of God, pandemic, epidemic, emergency orders, the elements, war rebellion, strikes, lockouts or any cause beyond the reasonable control of such party, provided, however, the City shall have the right to provide substitute service from third parties or City forces and in such event, the City shall withhold payment due to Consultant for such period of time. If the condition of force majeure exceeds a period of 14 business days the City may, at its option and discretion, cancel or renegotiate the agreement/contract. 6.11 IF A WORK AUTHORIZATION OR TASK ORDER IS PERMITTED TO CONTINUE BEYOND THE TERM Consultant shall complete each executed Work Authorization/Task Order without regard to whether such completion would cause Services to be performed after the expiration date of this Agreement. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 38 •oe s O U City of Boynton Beach �" Procurement Division Any Work Authorization/Task Order for which performance extends beyond the Term may be amended after that expiration date, provided that any additional Services, time, and compensation are permitted under this Agreement. The terms and conditions of this Agreement shall continue to govern Work Authorizations/Task Orders notwithstanding the expiration of this Agreement. 6.12 INSPECTION AND ACCEPTANCE OF WORK PRODUCED The City has the right to review, require correction, if necessary, and accept the work produced by the Consultant. Such review(s) shall be carried out within thirty (30) calendar days to not impede the work of the Consultant. Any product of work shall be deemed accepted as submitted if the City does not issue written comments and/or required corrections within thirty (30) calendar days from the date of receipt of such product from the Consultant. The Consultant shall make any required corrections promptly at no additional charge and return a revised copy of the work requested to the City within seven (7) business days of notification or a later date if extended by the City. Failure by the Consultant to proceed with reasonable promptness to make necessary corrections shall be a default. If the Consultant's submission of corrected work remains unacceptable, the City may terminate the resulting contract(or the task order involved)or reduce the contract price or cost to reflect the reduced value of services received. 6.13 CONTINGENCY FEE Consultant represents and warrants that it has not employed or retained any person or entity, 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 or entity, 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. If this Agreement is subject to Section 287.055, Florida Statutes, the Parties agree and stipulate that the statutory language stated in Section 287.055(6)(a) is deemed included and fully incorporated herein. 6.14 TRUTH IN NEGOTIATION REPRESENTATION Consultant's compensation under this Agreement is based upon its representations to City, and Consultant certifies that the wage rates, factual unit costs, and other information supplied to substantiate Consultant's compensation, including, without limitation, in the negotiation of this Agreement, are accurate, complete, and current as of the date Consultant executes this Agreement. Consultant's compensation may be reduced by City, in its sole discretion, to correct any inaccurate, incomplete, or noncurrent information provided to City as the basis for Consultant's compensation in this Agreement. 6.15 PERFORMANCE REVIEW EVALUATION: The awarded Consultant(s) may receive a performance evaluation by City Staff during the course of the term contract. The City's Project Manager shall complete performance evaluations at the first year of the contract or more frequent intervals as required by the Contract and at the time of the end of the term contract. Should the services provided by the Consultant fail to meet the expectations of the City's Project Manager, the Consultant shall have a period of ten (10) working days from the date notice is given to the Consultant by the City to correct all deficiencies in the under the contract. All corrections shall be made to the satisfaction of the City Project Manager. Inability to correct all deficiencies within the specified ten days shall be good and sufficient cause to immediately terminate the contract without the City being liable for any and all future obligations under the Contract as determined by the City at its sole discretion. The City, in its judgment, may elect to compensate the Consultant for any accepted work product through the date of termination of an authorized Purchase Order, provided it is in a form sufficiently RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 39 City of Boynton Beach ON e� Procurement Division documented and organized to allow subsequent utilization in completing the work product. The City's Project Manager shall contact a Procurement representative to advise of any performance issues so that Procurement can assist with bringing performance back to acceptable standards. It is equally important to complete the "Consultant Performance Evaluation Form whenever any of the performance indicators are either "marginal" or "unsatisfactory". In the event the Average Rating Score is"marginal" or"unsatisfactory" even after reasonable efforts have been taken by the City to improve performance, the City's Project Manager shall coordinate with Procurement to determine what action needs to be taken under the circumstances. 6.16 ANTI-HUMAN TRAFFICKING On or before the Effective Date of the Consultant entering into an Agreement with the City, the Consultant shall provide the City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 6.17 VERIFICATION OF EMPLOYMENT ELIGIBILITY— E-VERITY Consultant represents that Consultant, and each Sub-consultant have registered with and use the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Consultant violates this section, City may immediately terminate this Agreement for cause and Consultant shall be liable for all costs incurred by City due to the termination. 6.18 ENTITIES OF FOREIGN CONCERN The provisions of this section apply only if Consultant or any Sub-Consultant will have access to an individual's personal identifying information under this Agreement. Consultant represents and certifies: (i) Consultant is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Consultant; and (iii) Consultant is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the Effective Date, Consultant and any Sub-consultant that will have access to personal identifying information shall submit to the City executed affidavit(s) under penalty of perjury, in a form approved by the City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 6.19 SUCCESSORS AND ASSIGNS The City and the Consultant each bind themselves and their successors and assigns to the other party in respect to all provisions of the Contract. Neither the City nor the Consultant shall assign, sublet, convey, or transfer its interest in the Contract without the prior written consent of the other. 6.20 ENUMERATION OF PRECEDENCE OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: The Final Agreement The Instructions to Offerors The Scope of Work (Services) The Special Conditions Standard General Terms and Conditions THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 40 ' s O Y City of Boynton Beach A�*ow 0`v Procurement Division SECTION IV - FEDERAL GRANT REQUIREMENTS RFQ No. PWE25-009 ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - GRANT FUNDED This project will be partially or fully funded through a federal grant that was awarded to the City of Boynton Beach ("City"). Therefore, Consultants must comply with all provisions listed within the grant requirements. Consultants should familiarize themselves with all regulations and requirements contained below and in 2 C.F.R. Part 200, along with Appendix II, before submitting a response. All references to a "Non-Federal Entity" herein shall be construed to mean the City of Boynton Beach (CITY), it's officers, employees, and elected officials. By submitting a proposal for this project, Consultant agrees to comply, subject to applicable professional standards, with the provisions of any and all applicable Federal, State, County and City orders, statutes, ordinances, rules, and regulations which may pertain to the Services required under the Agreement, including but not limited to the following: Data is current as of January 27, 2025 Included herein: Title 2 —> Subtitle A—> Chapter II —> Part 200 Title 2: Grants and Agreements Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards 200.318 (a-b) GENERAL PROCUREMENT STANDARDS The CITY has documented procurement procedures and will conform to the procurement standards identified in &,$ 200.317 through 200.327. In accordance with the requirements of this grant/s, the CITY shall maintain oversight to ensure that Consultants perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. Procurement Standards § 200.317 Procurements by states. When procuring property and services under a Federal award, a State must follow the same policies and procedures it uses for procurements from its non-Federal funds. The State will comply with §§ 200.321, 200.322, and 200.323 and ensure that every purchase order or other contract includes any clauses required by§200.327.All other non-Federal entities, including subrecipients of a State, must follow the procurement standards in §§ 200.318 through 200.327. § 200.318 General procurement standards. (a)The Non-Federal entity must have and use documented procurement procedures, consistent with State, local, and tribal laws and regulations and the standards of this section, for the acquisition of property or services required under a Federal award or subaward. The non-Federal entity's documented procurement procedures must conform to the procurement standards identified in §§ 200.317 through 200.327. (b) Non-Federal entities must maintain oversight to ensure that Consultants perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. (c) (1)The non-Federal entity must maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts. No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 41 City of Boynton Beach y~�°r.°cP Procurement Division or anything of monetary value from Consultants or parties to subcontracts. However, non-Federal entities may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-Federal entity. (2) If the non-Federal entity has a parent, affiliate, or subsidiary organization that is not a State, local government, or Indian tribe, the non-Federal entity must also maintain written standards of conduct covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the non-Federal entity is unable or appears to be unable to be impartial in conducting a procurement action involving a related organization. (d) The non-Federal entity's procedures must avoid acquisition of unnecessary or duplicative items. Consideration should be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. (c) To foster greater economy and efficiency, and in accordance with efforts to promote cost-effective use of shared services across the Federal Government, the non-Federal entity is encouraged to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for procurement or use of common or shared goods and services. Competition requirements will be met with documented procurement actions using strategic sourcing, shared services, and other similar procurement arrangements. (f) The non-Federal entity is encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. (g) The non-Federal entity is encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. (h) The non-Federal entity must award contracts only to responsible Consultants possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as Consultant integrity, compliance with public policy, record of past performance, and financial and technical resources. See also § 200.214. (i) The non-Federal entity must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: Rationale for the method of procurement, selection of contract type, Consultant selection or rejection, and the basis for the contract price. 0) (1) The non-Federal entity may use a time-and-materials type contract only after a determination that no other contract is suitable and if the contract includes a ceiling price that the Consultant exceeds at its own risk. Time-and-materials type contract means a contract whose cost to a non- Federal entity is the sum of: (i)The actual cost of materials; and (ii) Direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit. (2) Since this formula generates an open-ended contract price, a time-and-materials contract provides no positive profit incentive to the Consultant for cost control or labor efficiency. Therefore, each contract must set a ceiling price that the Consultant exceeds at its own risk. Further, the non- Federal entity awarding such a contract must assert a high degree of oversight in order to obtain reasonable assurance that the Consultant is using efficient methods and effective cost controls. (k)The non-Federal entity alone must be responsible, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to, source evaluation, protests, disputes, and claims. These standards do not relieve the non-Federal entity of any contractual responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that of the non-Federal entity unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction. [85 FR 49543,Aug. 13, 2020, as amended at 86 FR 10440, Feb. 22, 2021] § 200.319 Competition. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 42 r o„ m O � City of Boynton Beach ~TON Procurement Division (a)All procurement transactions for the acquisition of property or services required under a Federal award must be conducted in a manner providing full and open competition consistent with the standards of this section and § 200.320. (b) In order to ensure objective Consultant performance and eliminate unfair competitive advantage, Consultants that develop or draft specifications, requirements, statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements. Some of the situations considered to be restrictive of competition include but are not limited to: (1) Placing unreasonable requirements on firms in order for them to qualify to do business; (2) Requiring unnecessary experience and excessive bonding; (3) Noncompetitive pricing practices between firms or between affiliated companies; (4) Noncompetitive contracts to consultants that are on retainer contracts; (5) Organizational conflicts of interest; (6)Specifying only a "brand name" product instead of allowing "an equal" product to be offered and describing the performance or other relevant requirements of the procurement; and (7)Any arbitrary action in the procurement process. (c) The non-Federal entity must conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, or tribal geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference. Nothing in this section preempts state licensing laws. When contracting for architectural and engineering (NE) services, geographic location may be a selection criterion provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. (d)The non-Federal entity must have written procedures for procurement transactions. These procedures must ensure that all solicitations: (1) Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to define the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly stated; and (2) Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. © The non-Federal entity must ensure that all prequalified lists of persons, firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition.Also, the non-Federal entity must not preclude potential bidders from qualifying during the solicitation period. (f) Noncompetitive procurements can only be awarded in accordance with § 200.320©. § 200.320 Methods of procurement to be followed. The non-Federal entity must have and use documented procurement procedures, consistent with the standards of this section and §§ 200.317, 200.318, and 200.319 for any of the following methods of procurement used for the acquisition of property or services required under a Federal award or sub-award. (a) Informal procurement methods. When the value of the procurement for property or services under a Federal award does not exceed the simplified acquisition threshold (SAT), as defined in § 200.1, or a lower threshold established by a non-Federal entity, formal procurement methods are not required. The non- Federal entity may use informal procurement methods to expedite the completion of its transactions and minimize the associated administrative burden and cost. The informal methods used for procurement of property or services at or below the SAT include: (1) Micro-purchases - (i) Distribution. The acquisition of supplies or services, the aggregate dollar amount of which does not exceed the micro-purchase threshold (See the definition of micro-purchase in § 200.1). To the maximum extent practicable, the non-Federal entity should distribute micro-purchases equitably among qualified suppliers. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 43 O . �P City of Boynton Beach �"'6 Procurement Division (ii) Micro-purchase awards. Micro-purchases may be awarded without soliciting competitive price or rate quotations if the non-Federal entity considers the price to be reasonable based on research, experience, purchase history or other information and documents it files accordingly. Purchase cards can be used for micro-purchases if procedures are documented and approved by the non-Federal entity. (iii) Micro-purchase thresholds. The non-Federal entity is responsible for determining and documenting an appropriate micro-purchase threshold based on internal controls, an evaluation of risk, and its documented procurement procedures. The micro-purchase threshold used by the non-Federal entity must be authorized or not prohibited under State, local, or tribal laws or regulations. Non-Federal entities may establish a threshold higher than the Federal threshold established in the Federal Acquisition Regulations (FAR) in accordance with paragraphs (a)(1)(iv) and (v) of this section. (iv) Non-Federal entity increase to the micro-purchase threshold up to $50,000. Non- Federal entities may establish a threshold higher than the micro-purchase threshold identified in the FAR in accordance with the requirements of this section. The non-Federal entity may self-certify a threshold up to $50,000 on an annual basis and must maintain documentation to be made available to the Federal awarding agency and auditors in accordance with § 200.334. The self-certification must include a justification, clear identification of the threshold, and supporting documentation of any of the following: (A)A qualification as a low-risk auditee, in accordance with the criteria in§ 200.520 for the most recent audit; (B) An annual internal institutional risk assessment to identify, mitigate, and manage financial risks; or, (C) For public institutions, a higher threshold consistent with State law. (v) Non-Federal entity increase to the micro-purchase threshold over $50,000. Micro- purchase thresholds higher than $50,000 must be approved by the cognizant agency for indirect costs. The non-federal entity must submit a request with the requirements included in paragraph (a)(1)(iv) of this section. The increased threshold is valid until there is a change in status in which the justification was approved. (2) Small purchases - (i) Small purchase procedures. The acquisition of property or services, the aggregate dollar amount of which is higher than the micro-purchase threshold but does not exceed the simplified acquisition threshold. If small purchase procedures are used, price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate by the non-Federal entity. (ii)Simplified acquisition thresholds. The non-Federal entity is responsible for determining an appropriate simplified acquisition threshold based on internal controls, an evaluation of risk and its documented procurement procedures which must not exceed the threshold established in the FAR. When applicable, a lower simplified acquisition threshold used by the non-Federal entity must be authorized or not prohibited under State, local, or tribal laws or regulations. (b) Formal procurement methods. When the value of the procurement for property or services under a Federal financial assistance award exceeds the SAT, or a lower threshold established by a non-Federal entity, formal procurement methods are required. Formal procurement methods require following documented procedures. Formal procurement methods also require public advertising unless a non- competitive procurement can be used in accordance with § 200.319 or paragraph (c) of this section. The following formal methods of procurement are used for procurement of property or services above the simplified acquisition threshold or a value below the simplified acquisition threshold the non-Federal entity determines to be appropriate: (1) Sealed bids. A procurement method in which bids are publicly solicited and a firm fixed-price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The sealed bids method is the preferred method for procuring construction, if the conditions. (i) In order for sealed bidding to be feasible, the following conditions should be present: (A) A complete, adequate, and realistic specification or purchase description is available; RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 44 °A • City of Boynton Beach '0 N 0 Procurement Division (B)Two or more responsible bidders are willing and able to compete effectively for the business; and (C) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price. (ii) If sealed bids are used, the following requirements apply: (A) Bids must be solicited from an adequate number of qualified sources, providing them sufficient response time prior to the date set for opening the bids, for local, and tribal governments, the invitation for bids must be publicly advertised; (B) The invitation for bids, which will include any specifications and pertinent attachments, must define the items or services in order for the bidder to properly respond; (C)All bids will be opened at the time and place prescribed in the invitation for bids, and for local and tribal governments, the bids must be opened publicly; (D)A firm fixed price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life cycle costs must be considered in determining which bid is lowest. Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage of; and (E)Any or all bids may be rejected if there is a sound documented reason. (2) Proposals. A procurement method in which either a fixed price or cost-reimbursement type contract is awarded. Proposals are generally used when conditions are not appropriate for the use of sealed bids. They are awarded in accordance with the following requirements: (i) Requests for proposals must be publicized and identify all evaluation factors and their relative importance. Proposals must be solicited from an adequate number of qualified offerors. Any response to publicized requests for proposals must be considered to the maximum extent practical; (ii)The non-Federal entity must have a written method for conducting technical evaluations of the proposals received and making selections; (iii) Contracts must be awarded to the responsible offeror whose proposal is most advantageous to the non-Federal entity, with price and other factors considered; and (iv) The non-Federal entity may use competitive proposal procedures for qualifications- based procurement of architectural/engineering (NE) professiona architecture whereby offeror's qualifications are evaluated and the most qualified offeror is selected, subject to negotiation of fair and reasonable compensation. The method, where price is not used as a selection factor, can only be used in procurement of NE professional services. It cannot be used to purchase other types of services though NE firms that are a potential source to perform the proposed effort. (c) Noncompetitive procurement. There are specific circumstances in which noncompetitive procurement can be used. Noncompetitive procurement can only be awarded if one or more of the following circumstances apply: (1)The acquisition of property or services, the aggregate dollar amount of which does not exceed the micro-purchase threshold (see paragraph (a)(1) of this section); (2)The item is available only from a single source; (3) The public exigency or emergency for the requirement will not permit a delay resulting from publicizing a competitive solicitation; (4) The Federal awarding agency or pass-through entity expressly authorizes a noncompetitive procurement in response to a written request from the non-Federal entity; or (5)After solicitation of a number of sources, competition is determined inadequate. § 200.321 Contracting with small and minority businesses, women's business enterprises, and labor surplus 'rea firms. (a)The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus 'rea firms are used when possible. (b)Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation list's; RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 45 zotik WO; City of Boynton Beach Procurement Division (2) Assuring that small and minority businesses, and women's business enterprises are solicited whene'er 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; and (6) Requiring the prime Consultant, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (b)(1)through (5)of this section. § 200.322 Domestic preferences for procurements. (a)As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2)"Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. § 200.323 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its Consultants must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. §200.324 Contract cost and price. (a) The non-Federal entity must perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the non-Federal entity must make independent estimates before receiving bids or proposals. (b) The non-Federal entity must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the Consultant,the Consultant's investment, the amount of subcontracting'the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. (c) Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included in negotiated prices would be allowable for the non-Federal entity under subpart E of this part.The non-Federal entity may reference its own cost principles that comply with the Federal cost principles. (d) The cost plus a percentage of cost and percentage of construction cost methods of contracting must not be used. § 200.325 Federal awarding agency or pass-through entity review. (a) The non-Federal entity must make available, upon request of the Federal awarding agency or pass- through entity, technical specifications on proposed procurements where the Federal awarding agency or pass-through entity believes such review is needed to ensure that the item or service specified is the one being proposed for acquisition. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the non-Federal entity desires to have the review RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 46 Y OR ID 1 O � City of Boynton Beach '�"a Procurement Division accomplished after a solicitation has been developed, the Federal awarding agency or pass-through entity may still review the specifications, with such review usually limited to the technical aspects of the proposed purchase. (b) The non-Federal entity must make available upon request, for the Federal awarding agency or pass- through entity pre-procurement review, procurement documents, such as requests for proposals or invitations for bids, or independent cost estimates, when: (1) The non-Federal entity's procurement procedures or operation fail' to comply with the procurement standards in this part; (2) The procurement is expected to exceed the Simplified Acquisition Threshold and is to be awarded without competition or only one bid or offer is received in response to a solicitation; (3)The procurement, which is expected to exceed the Simplified Acquisition Threshold, specifies a "brand name" product; (4) The proposed contract is more than the Simplified Acquisition Threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or (5) A proposed contract modification changes the scope of a contract or increases the contract amount by more than the Simplified Acquisition Threshold. (c)The non-Federal entity is exempt from the pre-procurement review in paragraph (b)of this section if the Federal awarding agency or pass-through entity determines that its procurement systems comply with the standards of this part. (1) The non-Federal entity may request that its procurement system be reviewed by the Federal awarding agency or pass-through entity to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews must occur where there is continuous high-dollar funding, and third-party contracts are awarded on a regular basis; (2)The non-Federal entity may self-certify its procurement system. Such self-certification must not limit the Federal awarding agency's right to survey the system. Under a self-certification procedure, the Federal awarding agency may rely on written assurances from the non-Federal entity that it is complying with these standards. The non-Federal entity must cite specific policies, procedures, regulations, or standards as being in compliance with these requirements and have its system available for review. § 200.326 Bonding requirements. For construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold, the Federal awarding agency or pass-through entity may accept the bonding policy and requirements of the non-Federal entity provided that the Federal awarding agency or pass-through entity has made a determination that the Federal interest is adequately protected. If such a determination has not been made, the minimum requirements must be as follows: (a)A bid guarantee from each bidder equivalent to five percent of the bid price. The "bid guarantee" must consist of a firm commitment such 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 Consultant for 100 percent of the contract price. A"performance bond" is one executed in connection with a contract to secure fulfillment of all the Consultant's requirements under such contract. (c)A payment bond on the part of the Consultant for 100 percent of the contract price.A"payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. § 200.327 Contract provisions. The non-Federal entity's contracts must contain the applicable provisions described in appendix II to this part. Remainder of Page Intentionally Blank RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 47 zo City of Boynton Beach '�"a Procurement Division Appendix II to Part 200 - Contract Provisions for Non- Federal Entity— Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. All references to a "Non-Federal Entity" herein shall be construed to mean the City Boynton Beach (CITY), it's officers, employees, and elected officials. All Provisions shall be included and made a part of the final contract between the CITY and the CONSULTANT whether specifically included in the final contract document or referenced within the contract document, in which case these provisions shall be included as a part of the Agreement as if specifically enumerated therein. In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the CITY under the Federal award must contain provisions covering the following, as applicable: (A) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where Consultants violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B)All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D)Davis-Bacon Act, as amended(40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess 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"). In accordance with the statute, Consultants must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, Consultants must be required to pay wages not less than once a week.The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Consultants and Sub-consultants on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each Consultant or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 48 City of Boynton Beach "^ Procurement Division (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each Consultant must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR § 401.2 (al and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. 1251- 1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689) —A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp., p. 189)and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) — Consultants that apply or bid for an award exceeding $100,000 must 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 must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) See § 200.323. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its Consultants must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR cart 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 49 e.cOC P City of Boynton Beach ;ry'�"a Procurement Division (K) See & 200.216: Prohibition on certain telecommunications and video surveillance services or equipment. (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. ©See Public Law 115-232, section 889 for additional information. (d) See also § 200.47 (L) See § 200.322. Domestic preferences for procurements. (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 50 m s O U P City of Boynton Beach �*°r.°� Procurement Division (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75888, Dec. 19, 2014; 85 FR 49577,Aug. 13, 2020] RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 51 APPENDIX 'A ' DRAFT - CONTRACT AGREEMENT PROFESSIONAL SERVICES TERM CONTRACT (CONSULTANT) (CONSTRUCTION) N'T Y pA, G, o Tp N se' RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 52 .,••o,. (4r e`er DRAFT SAMPLE AGREEMENT FOR ENGINEERING/DESIGN SERVICES THIS AGREEMENT ("Agreement"), dated , is entered into by and between: THE CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida with a business address of 100 E Ocean Ave, BOYNTON BEACH, Florida 33435 (hereinafter referred to as the "CITY"), and ., a foreign profit corporation as listed with the Florida Division of Corporations, with a principal address (hereinafter referred to as the "CONSULTANT"). CITY and CONSULTANT may hereinafter be referred to collectively as the "Parties." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 - PREAMBLE In order to establish the background, context, and form of reference for this Agreement and to generally express the objectives and intentions of the respective Parties herein, the following statements, representations, and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow, and may be relied upon by the Parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On , the CITY advertised its solicitation for Request for Qualification of the CITY's desire to hire a firm to deliver complete and permitted design documents for the ,and provide all other professional services that may be deemed necessary for the satisfactory design and completion of the project, as more particularly described in Exhibit "A" attached hereto and by this reference made a part hereof, for the said RFQ entitled: Request for Qualifications (RFQ) # "ENGINEERING AND DESIGN SERVICES " 1.2 On , the qualification packages were opened at City Hall by the Purchasing division. 1.3 On the CITY's evaluation committee met in a publicly noticed open to the public meeting where they discussed and scored the proposals and, per the requirements of("CCNA"), §287.055, Florida Statutes shortlisted the top three proposers to view presentations. 1.4 On , the CITY's evaluation committee witnessed presentations from the highest- ranking proposers and, after presentations, met in a publicly noticed open to the public meeting where they RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED A-53 provided final scoring and collectively decided that is the most advantageous solution for the CITY to provide the professional services as described in Exhibit "A" and selected CONSULTANT as the most highly qualified to perform the required services in accordance with the Consultant's Competitive Negotiation Act ("CCNA"), §287.055, Florida Statutes. 1.5 On , the CITY Commission accepted the results of the evaluation committee the proposal with CONSULTANT, and authorized the proper CITY officials to negotiate and enter into this Agreement with CONSULTANT through RESOLUTION # to govern the services more particularly described herein below. 1.6 On , , and , CITY held negotiations with CONSULTANT based on the proposal and scoring from the evaluation committee. 1.7 At the final negotiation meeting on , CITY Staff felt that the final scope of work and fee proposal were deemed fair, competitive, and reasonable. 1.8 Negotiations regarding the services required herein were undertaken in accordance with the CCNA, §287.055, Florida Statutes, and this Agreement incorporates the results of such negotiations. 1.9 The services provided by CONSULTANT pursuant to this Agreement shall comply with the definition of"professional services" as provided for in Section 287.055(2)(a), Florida Statutes, as may be amended from time to time. ARTICLE 2 -SERVICES AND RESPONSIBILITIES 2.1 CONSULTANT hereby agrees to deliver complete and permitted design documents for RFQ# , more particularly located at ("Property") as outlined in Exhibit " ." Consultant further agrees to perform all other professional services deemed necessary for the satisfactory engineering/design and completion of the project, as more particularly described in, and in accordance with the specifications attached hereto and made a part hereof as Exhibit"A," CONSULTANT's response thereto, attached hereto and made a part hereof as Exhibit "B," and the final scope of work and fee proposal proposed by CONSULTANT attached hereto and made a part hereof as Exhibit "C." CONSULTANT agrees to perform all services required pursuant to this Agreement, the Sealed Proposal Package, Addenda to this Agreement, and Commission award complete with the proposal form. 2.2 CONSULTANT shall furnish all services, labor, equipment, and materials necessary and as may be required in the performance of this Agreement, and all services performed under this Agreement shall be performed in a professional manner. 2.3 CONSULTANT hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONSULTANT, that CONSULTANT has the professional expertise, experience, and manpower to perform the services to be provided by CONSULTANT pursuant to the terms of this Agreement. 2.4 CONSULTANT assumes professional and technical responsibility for the performance of its services to be provided hereunder in accordance with recognized professional and ethical guidelines established by their profession. If within one year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONSULTANT thereof in writing, CONSULTANT agrees to re-perform such deficient services without charge to the CITY. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-54 2.5 CONSULTANT shall schedule regular meetings with the CITY's representatives at least once a month to discuss the progress of the services required to deliver complete and permitted design documents for the design services, as more specifically described in Exhibit "A" and Exhibit "C". 2.6 The relationship between CITY and CONSULTANT created hereunder and the services to be provided by CONSULTANT pursuant to this Agreement are non-exclusive. CITY shall be free to pursue and engage similar relationships with other Consultants to perform the same or similar services performed by CONSULTANT hereunder, so long as no other consultant shall be engaged to perform the specific project assigned to CONSULTANT while CONSULTANT is so engaged without first terminating such assignment. CONSULTANT shall be free to pursue relationships with other parties to perform the same or similar services, whether or not such relationships are for services to be performed within the City of BOYNTON BEACH, so long as no such relationship shall result in a conflict of interest, ethical or otherwise, with the CITY's interests in the services provided by CONSULTANT hereunder. 2.7 CONSULTANT shall not utilize the services of any sub-consultant without the prior written approval of CITY. CONSULTANT shall comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances and shall require that all sub-consultants comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances. ARTICLE 3 -TIME FOR PERFORMANCE AND TERMINATION 3.1 CONSULTANT shall perform the design and engineering services tasks 1 through 8 more particularly described in Exhibit "C" within (XXX) CALENDAR DAYS upon the issuance of the notice to proceed. 3.2 Upon competition and design and engineering provided by consultant pursuant to the terms herein, the City shall procure the construction and engineering of this building and through an invitation to bid (ITB) design-bid-build. 3.3 Minor adjustments to the timetable for completion approved by CITY in advance, in writing, will not constitute non-performance by CONSULTANT. The CITY shall define the time for performance and authorize the commencement of later phases in writing which may be memorialized by work orders or written amendments hereto. 3.4 Financial Conseauences for Nonperformance: The City reserves the right to withhold payment when the Consultant has failed to perform/comply with the provisions of this agreement. For each task deliverable not received by the City at one hundred percent (100%) completion and by the specified due date listed in the Grant Funding Agreement's most recent Project Timeline as the City will reduce the relevant Task compensation Amount(s) paid to the Consultant in proportion to the percentage of the deliverable(s) not fully completed and/or submitted to the City in a timely manner. 3.5 Time is of the essence for this Aareement. In the event, the CONTRACTOR shall fail to timely commence the services herein required following the Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in this Agreement after due allowance for any extension or extensions of time, the CITY may immediately terminate this Agreement as set forth below. 3.6 Post Contractual Obligations. In the event that the term of this agreement expires, the CONSULTANT agrees to continue providing services, at the current rates, on a month-to-month basis until the CITY establishes a new contract or amendment for services. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-55 3.7 All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. 3.8 Termination for Convenience. This Agreement may be terminated by the CITY for convenience upon providing thirty (30) business days of written notice to the CONSULTANT, in which event CONSULTANT shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. 3.9 Default by CONSULTANT. In addition to all other remedies available to CITY, this Agreement shall be subject to cancellation by CITY for cause, should CONSULTANT neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. If the City fails to comply with any covenant or obligation imposed by this Agreement, then Consultant may furnish written notice to the City identifying the breach and applicable provisions of this Agreement violated. If the City fails to cure the breach within thirty(30)days, Consultant may then terminate this Agreement without further written notice to the City. 3.10 In the event of termination for cause or convenience, all finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY immediately. ARTICLE 4 - PROFESSIONAL SERVICES FEE & EXPENSES 4.1 Compensation. The CITY shall pay compensation to CONSULTANT pursuant to this Agreement for the scope of work and fee proposal particularly described in Exhibit "C" in an amount of DOLLARS ($XXX,XXX)., which was deemed fair, competitive, and reasonable, for the design and construction management services of , plus an allowance of DOLLARS ($XXX.XXX) for permit fees and additional tasks that may be authorized by the City Manager in the City Manager's sole discretion, for a total amount of DOLLARS ($XXX.XXX). The compensation may be adjusted, if necessary, by a written amendment, duly approved and executed by CONSULTANT and City, provided the City's budget includes, or is adjusted to include, the entire Fee. 4.2 Fee Schedule. A detailed Fee Schedule, tied to the deliverables shall be attached as Exhibit B. The Fee Schedule shall detail the hourly rates, number of hours and a payment schedule that shall not be front-loaded. 4.2.1 Rates. CONSULTANT's hourly rates for every position or level of profession or staff for whom time will be invoiced under this Agreement shall be included in the Fee Schedule attached as Exhibit B and incorporated into this Agreement. All such rates shall be effective for the term of this Agreement. The fixed hourly costs for all positions will be applicable to both in-house professional engineering services and professional engineering services at the CONSULTANT firm's place of business. 4.2.2 Expenses. The Fee Schedule shall include all administrative out-of-pocket expenses to be reimbursed under this Agreement. 4.2.3 Supporting Documents. CONSULTANT shall maintain complete and orderly documentation underlying all of its invoiced out of pocket expenses, including copies of paid receipts, invoices, or other documentation acceptable to the City. Such documentation shall be sufficient to establish that the expenses were actually incurred and necessary in the performance of the Professional Services. 4.2.4 Mark-Up.Any out-of-pocket costs shall not be marked up more than three percent (3%). 3.2.5 Travel Expenses.Any agreed travel, per diem, mileage, meals, or lodging expenses, the cost of which are subject to the City's prior written approval, shall be paid in accordance with the RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-56 rates and conditions established by the City's Travel Policy, a copy of which has been provided to CONSULTANT, or the applicable law or ordinance. 3.3 Subcontracts. CONSULTANT may invoice for Professional Services related to the sub-contractual services at the established hourly rates in the Fee Schedule. 4.1 The CITY agrees to compensate CONSULTANT for all services and tasks performed in accordance with this Agreement pursuant to the rates more particularly described in Exhibit "C", attached hereto and by this reference made a part hereof. 4.2 CONSULTANT shall be entitled to invoice CITY on a monthly basis for services performed. The invoice shall include information such as, but not be limited to, the date of service, staff classification, the amount of time spent, a description of the service, and any other information reasonably required by CITY. 4.3 CITY will make its best efforts to pay CONSULTANT within thirty (30) days of receipt of proper invoice the total shown to be due on such invoice.All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. Payment will be made to CONSULTANT at: 4.4 Truth-In-Negotiation Certificate. Signature of this Agreement by CONSULTANT shall act as the execution of a Truth-in-Negotiation Certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums, by which the CITY determines that contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. 4.5 Contingency or Allowance. Any contingency or allowance amount provided for by the CITY authorizes the CITY to execute change orders up to the amount of the contingency or allowance without the need to obtain additional Commission approval. In addition, CITY shall utilize the contingency or allowance to reimburse CONSULTANT for the related permit, license, impact or inspection fees. Payments will be made to CONSULTANT based on the actual cost of permits upon submission of paid permit receipts. It is hereby understood and agreed that the CONSULTANT shall not expend any dollars in connection with the contingency or allowance without the expressed prior written approval of the CITY's authorized representative.Any contingency or allowance funds that have not been utilized at the end of the project will remain with the CITY, the CONSULTANT shall only be paid for the proposed project cost as approved by the City Commission along with any contingency or allowance expenses that were approved by the CITY's authorized representative. If the permit fees exceed the contingency or allowance CITY will reimburse the CONSULTANT the actual amount of the permit fees required for project completion. ARTICLE 5 -CHANGES TO SCOPE AND ADDITIONAL SERVICES 5.1 CITY or CONSULTANT may from time to time request changes that would increase, decrease, or otherwise modify the scope of services, as described in Exhibit "C", to be provided under this Agreement subject to the requirements set forth in §287.055, Florida Statutes. Such changes or additional work must be in accordance with the provisions of the CITY's Code of Ordinances, and must be contained in a written amendment, executed by the Parties hereto, with the same formality, equality and dignity herewith prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. 5.2 CONSULTANT shall continue to render services while seeking a change order unless such services have not been authorized herein, by written amendment, or change order. Services to be performed while a seeking change order which have not been described herein or in a separate written amendment or RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-57 change order shall be performed at the CONSULTANT'S own risk. In no event will the CONSULTANT be compensated for any services which have not been described either herein or in a separate written amendment or change order. ARTICLE 6 - INDEMNIFICATION 6.1 The Consultant shall indemnify and hold harmless the City, and its officers and employees, 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 design professional and other persons employed or utilized by the design professional in the performance of the contract.. The CONSULTANT shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys'fees which may issue thereon. 6.2 CONSULTANT agrees that the covenants and representations relating to indemnification shall survive the term of this Agreement and continue in full force and effect as to the Party's responsibility to indemnify. 6.3 Nothing contained here is intended nor shall be construed to waive CITY's rights and immunities under the common law or Section 768.28, Florida Statutes, as may be amended from time to time. ARTICLE 7—INSURANCE 7.1 The CONSULTANT expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONSULTANT shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents, and instrumentalities as herein provided. 7.2 CONSULTANT shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and such insurance has been approved by the Risk Manager of the CITY nor shall the CONSULTANT allow any sub-consultant to commence work on any subcontract until all similar such insurance required of the sub-consultant has been obtained and similarly approved. a. During the performance of the services under this Agreement, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies to CITY's Director of Human Resources and Risk Management. All policies shall be written by an insurance company authorized to do business in Florida. CONSULTANT shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: i. Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 10, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. iii. Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The CONSULTANT RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-58 shall maintain a minimum amount of$1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. iv. Professional Liability(Errors and Omissions)Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement in the minimum amount of $1,000,000 per occurrence. v. Umbrella/Excess Liability Insurance: in the amount of$1,000,000.00 as determined appropriate by the CITY depending on the type of job and exposures contemplated. Coverage must follow the form of the General Liability,Auto Liability and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to the Agreement. Right to Revise or Reiect: City reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies that fail to meet the criteria stated herein. Additionally, City reserves the right, but not the obligation, to review and reject any insurer providing coverage due of its poor financial condition or failure to operating legally. ARTICLE 8 -NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Agreement, neither the CONSULTANT nor any sub- consultants shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. CONSULTANT will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. CONSULTANT shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. CONSULTANT further agrees that CONSULTANT will ensure that sub-consultants, if any, will be made aware of and will comply with this nondiscrimination clause. ARTICLE 9-INDEPENDENT CONSULTANT This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers' Compensation Act, and the State unemployment insurance law. The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out CONSULTANT's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of CONSULTANT, which policies of CONSULTANT shall not conflict with CITY, State, or United States policies, rules or regulations relating to the use of CONSULTANT's funds provided for herein. The CONSULTANT agrees that it is a separate and independent enterprise from the CITY, that it has full opportunity to find other business, that it has made its own investment in its business, and that it will utilize the standard of care to perform the RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-59 work. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 -AGREEMENT SUBJECT TO FUNDING This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of BOYNTON BEACH in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 11 - UNCONTROLLABLE FORCES Neither CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing Party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a Party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming Party. It includes, but is not limited to: fire, flood, earthquakes, storms, lightning, epidemic, pandemic, acts of God, war, riot, civil disturbance, sabotage, and governmental actions. Neither Party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming Party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming Party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other Party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 12 -GOVERNING LAW AND VENUE This Agreement shall be governed by and construed in accordance with the laws of the State of Florida as now and hereafter in force. The venue for any and all claims or actions arising out of or related to this Agreement shall be in Broward County, Florida. ARTICLE 13 - SIGNATORY AUTHORITY CONSULTANT shall provide CITY with copies of requisite documentation evidencing that the signatory for CONSULTANT has the authority to enter into this Agreement. ARTICLE 14 - DEFAULT OF CONTRACT & REMEDIES 14.1 Damages. CITY reserves the right to recover any ascertainable actual damages incurred as a result of the failure of CONSULTANT to perform in accordance with the requirements of this Agreement, or for losses sustained by CITY resultant from CONSULTANT's failure to perform in accordance with the requirements of this Agreement. 14.2 Correction of Services. If, in the judgment of CITY, the services provided by CONSULTANT do not conform to the requirements of this Agreement, or if the services exhibit poor workmanship, CITY reserves the right to require that CONSULTANT correct all deficiencies in the services to bring the services into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement. CITY shall be the sole judge of non-conformance and the quality of services. 14.3 Default of Contract. The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by CONSULTANT for which CITY may terminate for cause: 14.3.1 The abandonment, unnecessary delay, refusal of, or failure to comply with any of the terms of this Agreement or neglect, or refusal to comply with the instructions of the City Manager or individual relative thereto. RFC/PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-60 14.3.2 The failure by CONSULTANT to observe or perform any of the terms, covenants, or conditions of this Agreement to be observed or performed by CONSULTANT, where such failure shall continue for a period of thirty(30)days after written notice thereof by CITY to CONSULTANT; provided, however, that if the nature of CONSULTANT's default is such that more than thirty (30) days are reasonably required for its cure, then CONSULTANT shall not be deemed to be in default if CONSULTANT commences such cure within said thirty (30) day period and thereafter diligently prosecutes such cure to completion. 14.3.3 The assignment and/or transfer of this Agreement or execution or attachment thereon by CONSULTANT or any other Party in a manner not expressly permitted hereunder. 14.3.4 The making by CONSULTANT of any general assignment or general arrangement for the benefit of creditors, or the filing by or against CONSULTANT of a petition to have CONSULTANT adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against CONSULTANT, the same is dismissed within sixty (60) days); or the appointment of a trustee or a receiver to take possession of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where possession is not restored to CONSULTANT within thirty (30) days; for attachment, execution or other judicial seizure of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where such seizure is not discharged within thirty (30) days. ARTICLE 15— BANKRUPTCY It is agreed that if CONSULTANT is adjudged bankrupt, either voluntarily or involuntarily, then this Agreement shall terminate effective on the date and at the time the bankruptcy petition is filed. ARTICLES 16 - DISPUTE RESOLUTION In the event that a dispute, if any, arises between CITY and CONSULTANT relating to this Agreement, performance or compensation hereunder, CONSULTANT shall continue to render service in full compliance with all terms and conditions of this Agreement as interpreted by CITY regardless of such dispute. CONSULTANT expressly agrees, in consideration for the execution of this Agreement, that in the event of such a dispute, if any, it will not seek injunctive relief in any court, but will negotiate with CITY for an adjustment on the matter or matters in dispute and, upon failure of said negotiations to resolve the dispute, may present the matter to a court of competent jurisdiction in an appropriate suit therefore instituted by it or by CITY. ARTICLE 17 - PUBLIC RECORDS 17.1 The City of BOYNTON BEACH is a public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: 17.1.1 Keep and maintain public records required by the CITY to perform the service; 17.1.2 Upon request from the CITY's custodian of public records, provide the 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; 17.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and, following completion of the Agreement, CONSULTANT shall destroy all copies of such confidential and exempt records remaining in its possession after the CONSULTANT transfers the records in its possession to the CITY; and RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-61 17.1.4 Upon completion of the Agreement, CONSULTANT shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT's possession.All records stored electronically by the CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. 17.2 The failure of CONSULTANT to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement, for which, the CITY may terminate the Agreement in accordance with the terms herein. 17.3 The CONSULTANT shall provide the right of access to all records for the CITY and Federal Grant Agency and keep all records pertaining to this project for SIX (6) years after the CITY has closed out the grant award. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6060 CityClerk(abbfl.us ARTICLE 18 - SCRUTINIZED COMPANIES 18.1 CONSULTANT, its principals or owners, certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or is engaged in business operations with Syria. In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with any agency or local governmental entity for goods or services of: 18.1.1 Any amount if, at the time bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or 18.1.2 One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 18.1.2.1 Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to Section 215.473, Florida Statutes; or 18.1.2.2 Is engaged in business operations in Syria. ARTICLE 19 - EMPLOYMENT ELIGIBILITY 19.1 E-Verifv. CONSULTANT certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 19.1.1 Definitions for this Section. 19.1.1.1 "Contractor" means a person or entity that has entered or is attempting RFO PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-62 to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. 19.1.1.2 "Contractor" includes, but is not limited to, a vendor or consultant. 19.1.1.3 "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. 19.1.1.4 "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 19.2 Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: 19.2.1 All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and 19.2.2 All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of BOYNTON BEACH. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of BOYNTON BEACH; and 19.2.3 The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately.Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1)year after the date of termination. ARTICLE 20— MISCELLANEOUS 20.1 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY whether or not the project for which they are made is completed. CITY hereby agrees to use CONSULTANT's work product for its intended purposes. 20.2 Legal Representation. It is acknowledged that each Party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement, and accordingly,the rule that a contract shall be interpreted strictly against the Party preparing same shall not apply herein due to the joint contributions of both Parties. 20.3 Records. CONSULTANT shall keep such records and accounts and require any and all subcontractors to keep records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of SIX (6) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. All records shall be maintained and available for disclosure, as appropriate, in accordance with Chapter 119, Florida Statutes. 20.4 Assignments; Amendments. This Agreement, and any interests herein, shall not be assigned, RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-63 transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the benefit of CITY and its successors and assigns. It is further agreed that no modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 20.5 No Contingent Fees. 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 provision, CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 20.6 Notice.Whenever any Party desires to give notice unto any other Party, it must be given by written notice, sent by certified United States mail,with return receipt requested, addressed to the Party for whom it is intended and the remaining Party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, CONSULTANT and CITY designate the following as the respective places for giving of notice: CITY: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Telephone No. (561) 742-6000 CONSULTANT: 20.7 Binding Authority. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute this Agreement on behalf of the Party for whom he or she is signing, and to bind and obligate such Party with respect to all provisions contained in this Agreement. 20.8 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 20.9 Exhibits. Each exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 20.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 20.11 Extent of Agreement: Conflicts. This Agreement represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. In the event of any conflict or ambiguity by and RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-64 between this Agreement, Exhibit "A", Exhibit "B", and Exhibit "C", this Agreement shall govern and prevail, followed by Exhibit "C", Exhibit "A", and Exhibit "B". 20.12 Attorneys'Fees. In the event that either Party brings suit for enforcement of this Agreement, each Party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. 20.13 Counterparts and Execution. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, valid and effective upon delivery of the executed documents to the other Party through facsimile transmission, email, or other electronic delivery. 20.14 No Third Party Beneficiaries. The services to be performed by the CONSULTANT are intended solely for the benefit of the CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on the CONSULTANT's performance of its services hereunder, and no right to assert a claim against the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third Party as a result of this Agreement or the performance of the CONSULTANT's services hereunder. 20.15 Design Professional. A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCURING WITHIN THE COURSE AND SCOPE OF THIS AGREEMENT, PURSUANT TO §558.0035, FLORIDA STATUTES, AS MAY BE AMENDED FROM TIME TO TIME. 20.16 STATE OF FLORIDA DEO - CDBG-MIT GRANT REQUIREMENTS By execution of this Agreement, CONSULTANT certifies that CONSULTANT has familiarized themselves with all regulations and requirements of 2 C. F.R. part 200 — Uniform Administrative Requirements and Audit Requirements for Federal Awards, Appendix 1 1 to Part 200, included herein as Exhibit B along with all applicable provisions of the Housing and Community Development Act of 1974, as amended, and the regulations at 24 CFR part 570, as modified by the Federal Register notices that govern the use of CDBG-MIT funds available under this grant, as referenced in the Bid document. These Federal Register notices include, but are not limited to, Federal Register Guidance Vol. 83, No. 28/Friday, February 9, 201 8/Notices and Vol. 83 , No. 1 57/Tuesday, August 1 4, 201 8/Notices in order to submit a bid for this project. 20.17 CONSULTANT CERTIFIES THAT THE FOLLOWING DOES NOT APPLY TO THEIR FIRM: Pursuant to Section 287. 1 33(2)(a), F .S., a person or affiliate, as defined in Section 287. 1 33(1 ) , F. S., who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals or replies on leases of real property to a public entity; may not be awarded or perform work as a CONSULTANT supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any pub lie entity in excess of thirty-five thousand dollars ($35, 000) for a period of thirty-six (36) months following the date of being placed on the convicted vendor list. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-65 By executing this Agreement,the Subrecipient represents and warrants that neither it nor any of its affiliates is currently on the convicted vendor list. • Pursuant to Section 287 . 1 34(2)(a), F . S. , an entity or affiliate, as defined in Section 287. 1 34(1 , who has been placed on the discriminatory vendor list may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals or replies on leases of real property to a public entity; may not be awarded or perform work as a CONSULTANT, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. By executing this Agreement, the Subrecipient represents and warrants that neither it nor any of its affiliates is currently on the discriminatory vendor list. ARTICLE 21 — FEDERAL REQUIREMENTS Notwithstanding anything to the contrary set forth herein, CONSULTANT shall comply with the applicable federal required standard provisions, as set forth in 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200. In the event of any conflicts, the provisions of 2 C.F.R. Sec. 200.326 and 2 C.F.R. Part 200 shall prevail. Any reference made to CONSULTANT in this section shall also apply to any subcontractor under the terms of this Contract. The prime CONSULTANT shall be responsible for the compliance by any subcontractor or lower-tier subcontractor with all of these contract clauses: In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils)as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. 21.1 Equal Employment Opportunity-. (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of this contract, CONSULTANT agrees as follows: 21.1.1 CONSULTANT will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. CONSULTANT will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONSULTANT agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 21.1.2 CONSULTANT will, in all solicitations or advertisements for employees placed by or on behalf of CONSULTANT, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 21.1.3 CONSULTANT will not discharge or in any other manner discriminate 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 RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-66 or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part 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 or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with CONSULTANT's legal duty to furnish information. 21.1.4 CONSULTANT will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of CONSULTANT's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 21.1.5 CONSULTANT will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 21.1.6 CONSULTANT will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 21.1.7 In the event of CONSULTANT's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this Agreement may be canceled, terminated or suspended in whole or in part and CONSULTANT may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and 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. 21.1.8 CONSULTANT will include the provisions of paragraphs (21.1.1 through (21.1.7) 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 will be binding upon each subcontractor or vendor. CONSULTANT will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however,that in the event CONSULTANT becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction, CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. 21.2 Davis-Bacon Act. (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess 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"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. CONSULTANT shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor Regulations (29 CFR Part 5). In accordance with the statute, CONSULTANT must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-67 Secretary of Labor. In addition, CONSULTANT must be required to pay wages not less than once a week. 21.3 Copeland "Anti-Kickback"Act. (E) The contracts must also include a provision for compliance with the Copeland "Anti- Kickback"Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. CONSULTANT shall comply with the Copeland "Anti-Kickback"Act, (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). CONSULTANT must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. City must report all suspected or reported violations to the Federal awarding agency. 21.4 Contract Work Hours and Safety Standards Act(40 U.S.C. 3701-3708). (F) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Where applicable, pursuant to 40 U.S.C. 3702 and 3704,as supplemented by Department of Labor regulations (29 CFR Part 5) CONSULTANT must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. 22.4.1 Overtime requirements. No CONSULTANT or subconsultant contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 22.4.2 Violation: liability for unpaid wages: liquidated damages. In the event of any violation of the clause set forth in this section, paragraph (i), the CONSULTANT and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such CONSULTANT and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-68 damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (i) of this section, in the sum of $10 for each calendar day on 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 by the clause set forth in paragraph (i) of this section. 22.4.3 Withholding for unpaid wages and liquidated damages. City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by CONSULTANT or subcontractor under any such contract or any other Federal contract with the same prime CONSULTANT, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime CONSULTANT, such sums as may be determined to be necessary to satisfy any liabilities of such CONSULTANT or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (ii) of this section. 22.4.4 Subcontracts. CONSULTANT or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (22.4.1)through (24.4.4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONSULTANT shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (22.4.4)through (22.4.4)of this section. 21.5 CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251- 1387). City will report violations to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 22.5.1 Clean Air Act. CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. CONSULTANT agrees to report each violation to City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 22.5.2 Federal Water Pollution Control Act. CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. CONSULTANT 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 State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 21.6 Suspension and Debarment. (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220)must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000, as such CONSULTANT is required to verify that none of the CONSULTANT's agents, principals (defined at 2 C.F.R. § 180.995), or affiliates (defined at 2 C.F.R. § 180.905) are RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-69 excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). CONSULTANT 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. This certification is a material representation of fact relied upon by City. If it is later determined that CONSULTANT 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 State and City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer 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 bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 21.7 Byrd Anti-Lobbying Amendment, as amended (31 U.S.C. $ 1352). (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must 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 must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. CONSULTANT shall file the required certification pursuant to 31 U.S.C. 1352. 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 place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 21.8 Compliance with State Energy Policy and Conservation Act. CONSULTANT shall comply with all mandatory standards and policies relating to energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 21.9 Procurement of Recovered Materials. The City and CONSULTANT must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 21.10 Reporting. Pursuant to 44 CFR 13.36(i)(7), CONSULTANT shall comply with federal requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41, if applicable. Furthermore, both parties shall provide the Florida Commerce and HUD Administrator, the Comptroller General of the United States, or any of their authorized representative access to any books, documents, papers, and records of CONSULTANT which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. Also, both Parties agree to provide Florida Commerce and HUD Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Agreement. 21.11 No Obligation by the Federal Government. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-70 21.11.1 Absent the express written consent by the Federal Government, the Federal Government is not a party to the Agreement and shall not be subject to any obligations or liabilities to the City, CONSULTANT, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Agreement. 21.11.2 CONSULTANT agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 21.12 Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that federal financial assistance will be used to fund the Agreement only. CONSULTANT will comply with all applicable federal law, regulations, executive orders, policies, procedures, and directives. 21.13 Fraudulent Statements. CONSULTANT acknowledges that 31 U.S.C. Chap. 38 applies to CONSULTANT's actions pertaining to this Agreement. 21.14 Rights to Inventions. (G) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. CONSULTANT agrees that if this Agreement results in any copyrightable materials or inventions, the Federal Government reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use the copyright of said materials or inventions for Federal Government purposes. 21.15 Prohibition on Contracting for Covered Telecommunications Eguiament or Services. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in Florida Commerce and HUD Policy 405-143-1, Prohibitions on Expending Florida Commerce and HUD Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause. 21.16.1 Prohibitions. Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232,and 2 C.F.R. §200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. Unless an exception described below applies, the CONSULTANT and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: 21.16.1 (Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; 21.16.2 Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; 21.16.3 Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-71 component of any system, or as critical technology as part of any system; or 21.16.4 Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 22.16.2 Exceptions. 22.16.2.1 This clause does not prohibit CONSULTANT from providing: (i)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. 22.16.2.2 By necessary implication and regulation, the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. 22.16.3 Reporting Requirement. In the event CONSULTANT identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the CONSULTANT is notified of such by a subcontractor at any tier or by any other source, the CONSULTANT shall report the following information to City: (i)Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within ten (10) business days of submitting the information to City CONSULTANT shall report:Any further available information about mitigation actions undertaken or recommended. In addition, the CONSULTANT shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. The CONSULTANT shall insert the substance of this clause, including this in all subcontracts and other contractual instruments. 21.16 Domestic Preference for Procurements. As appropriate, and to the extent consistent with law,the CONSULTANT should, to the greatest extent practicable, provide a preference for the purchase,acquisition,or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 21.17 Affirmative Socioeconomic Steps. If subcontracts are to be let, CONSULTANT is required to take all necessary steps identified in 2 C.F.R. §200.321(b)(1)-(5)to ensure that small and minority businesses. a. Placing qualified small and minority businesses and women's business enterprises on RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-72 solicitation lists; b. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; c. 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; d. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; e. 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. 21.18 Upon request the, un-certified MWBE entity will be referred to the SBA, DMS, and/or Minority Business Development Agency for certification by the CITY. 21.19 License and Delivery of Works Subiect to Copyright and Data Riahts. If applicable, the CONSULTANT grants to City, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, CONSULTANT will identify such data and grant to the City or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102,for example,any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, CONSULTANT will deliver to the CONSULTANT data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by CONSULTANT. 21.22 §200.323 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 21.23§200.322 Domestic preferences for procurements. (a)As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase,acquisition,or use of goods,products,or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products).The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-73 21.24 § 200.216 Prohibition on certain telecommunications and video surveillance services or equipment. (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. (d) See also § 200.471. 22.0 Section 3 of the Housing and Urban Development Act of 1968 This regulation must be followed when projects assisted with housing and community development financial assistance exceed $200,000 for the following construction activities: housing rehabilitation, housing construction, and other public construction (e.g., public facilities and improvements) projects assisted with housing and community development financial assistance. 22.1 Section 3 of the Housina and Urban Development Act of 1968 The purpose of Section 3 is to ensure that economic opportunities, most importantly employment, generated by certain HUD financial assistance shall be directed to low-and very low-income persons, particularly those who are recipients of government assistance for housing or residents of the community in which the Federal assistance is spent. a. Low-Income Person Definition A low-income person, as this term is defined in Section 3 (b)(2)of the 1937 Act (42 U.S.C. 1437a(b)(2)). Section 3(b)(2) of the 1937 Act defines this term to mean families (including single persons)whose incomes do not exceed 80 per centum of the median income for the area, as determined by the Secretary, with adjustments for smaller and larger families, except that the Secretary may establish income ceilings higher and or lower than 80 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of prevailing levels of construction costs or unusually high or low—income families; or a very low-income person, as this term is defined in RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-74 Section 3(b)(2) of the 1937 Act (42 U.S.C. 1437 a(b)(2)). Section 3(b)(2) of the 1937 Act (42 U.S.C. 1437a(b)(2)) defines this term to mean families (including single persons) whose incomes do not exceed 50 per centum of the median family income for the area, as determined by the Secretary with adjustments for smaller and larger families, except that the Secretary may establish income ceilings higher or lower than 50 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of unusually high or low family incomes. b. Compliance Subrecipient shall comply with the provisions of Section 3 of the Housing Urban Development Act of 1968,as amended, 12 USC 1701 u,and implementing its implementing regulations at 24 CFR part 75(formerly 24 CFR part 135). Compliance with Section 3 shall be achieved, to the greatest extent feasible, consistent with existing Federal, state and local laws and regulations.Accordingly, a subrecipient of Section 3-covered assistance is required to develop strategies for meeting both the regulatory requirements at 24 CFR part 75 and any other applicable statutes or regulations. Subrecipient and any of its contractors and subcontractors shall include the following "Section 3 clause" in every "Section 3- covered contract": i. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. ii. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 75, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 75 regulations. iii. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice.The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. iv. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 75, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 75. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 75. v. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2)with persons other than those to whom the regulations of 24 CFR part 75 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 75. vi. Noncompliance with HUD's regulations in 24 CFR part 75 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. vii. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-75 Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible preference and opportunities for training and employment shall be given to Indians, and preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). c.. c. Section 3 Benchmarks and Reporting i. Benchmarks. Contracts with CDBG awards over $200,000 trigger Section 3 Benchmark requirements. When triggered, best efforts must be made to extend Section 3 opportunities to verified Section 3 workers and business concerns to meet these minimum numeric goals: 1. Twenty-five percent (25%) of the total hours on a Section 3 project must be worked by Section 3 workers; and 2. Five percent(5%)of the total hours on a Section 3 project must be worked by Targeted Section 3 workers. ii. Reporting. If the subrecipient's reporting indicates that the subrecipient has not met the Section 3 benchmarks described in 24 CFR § 75.23, pursuant to 24 CFR § 75.25(b), the subrecipient must report in a form prescribed by HUD on the qualitative nature of its activities and those its contractors and subcontractors pursued. Recipient will comply with any Section 3 Project Implementation Plan documents provided by HUD or the State of Hawaii which may be amended from time to time for HUD reporting purposes. 23.0 24 CFR 570.609 Use of debarred, suspended or ineligible contractors or subrecipients. The requirements set forth in 24 CFR part 5 apply to this contract. SIGNATURE PAGE FOLLOWS RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-76 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. DATED this day of , 20 CITY OF BOYNTON BEACH Daniel Dugger, City Manager (Authorized Official Name), (CONSULTANT) Print Name of Authorized Official Title (Corporate Seal) Attest/Authenticated: Witness Print Name Approved as to Form: Shawna G. Lamb, Office of the City Attorney Attest/Authenticated: Maylee De Jesus, City Clerk RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-77 CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of , 20_, by ., on behalf of . a Florida Corporation. He/she is personally known to me or has produced as identification. NOTARY PUBLIC (Name of Notary Typed, Printed or Stamped) Title or Rank Serial number, if any RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-78 EXHIBIT A TASK ORDER TEMPLATE \TY OA (4(:C�. OS Pt' ETON 9 CITY OF BOYNTON BEACH Services Task Order Task Order No. Consultant: Contract No. 1. Task/Proiect Phase. (Insert title and brief description) 2. Detailed Scope of Professional Services. A detailed scope of services under this Task Order, in accordance with the phases of service detailed in the Agreement, is attached as Exhibit 3. Deliverables and Schedule. Consultant shall deliver to the City the deliverables specified at the time indicated on the attached Exhibit 4. Compensation. The total Fee to be paid to Consultant under this Task Order shall not exceed based on the hourly rates currently in effect under the Agreement. A detailed fee schedule is attached as Exhibit The payment schedule (based on deliverables) is attached as Exhibit 5. Agreement Reference. This Task Order shall be performed under the terms and conditions described within the Agreement, dated , 20 , by and between the City of Boynton Beach and ("Consultant"), Contract No. 6. Insurance. Consultant shall maintain insurance coverages in accordance with the Agreement and hereby confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on file with the City as of the date of this Task Order. 7. Exhibits. All attached Exhibits are incorporated fully into this Task Order and the Agreement. 8. Notice to Proceed. E If checked, Consultant's receipt of a fully-executed copy of this Task Order shall serve as the Notice to Proceed under this Task Order, effective as of the date the fully-executed Task Order was emailed to the Consultant. ❑ If checked, Consultant shall commence Services under this Task Order as specified in a forthcoming Notice to Proceed. RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-79 CONSULTANT: CITY OF BOYNTON BEACH By: By: Daniel Dugger, City Manager Print Name: Date: , 20 Date: , 20 Attest: City Clerk City Attorney's Office Approved as to form and legality By: RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-80 EXHIBIT B FEE SCHEDULE RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED A-81 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured.This is done by providing a Certificate of Insurance listing the City as "Certificate Holder' and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE:An insurance contractor binder may be accepted as proof of insurance if Certificate is provided upon selection of CONSULTANT) Thefollowing is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City:(NOTE:This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits,based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal &Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage (any one fire) $ 50,000.00 Broad Form CONSULTANTs Med. Expense (any one person) $ 5,000.00 Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability Aggregate $ 1,000,000.00 --------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employes $ 1,000,000.00 Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined INSURANCEADVISORYFORM Revised 04/2021 INSURANCE ADVISORY IA-1 ATTACHMENTS ki Y � � , A (11ro N UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) ATTACHMENT "A" SAMPLE PERFORMANCE EVALUATION QUESTIONNAIRE (FOR INFORMATIONAL PURPOSES ONLY) Instructions: Performance evaluations shall be completed by the Project Manager for the following: (1)all Contracts; (2)all individual Task Orders/Work Orders.Task Orders/Work Orders with a term of six (6) months or more at a minimum, the Project Manager shall complete performance evaluations at the mid-point of the project term or at more frequent intervals as required by the Task Order/Work Order and at the time of Task Order/Work Order or Contract completion. It is especially important for the Project Manager to contact a Procurement representative to advise of any performance issues so that Procurement can assist with efforts to bring performance back to acceptable standards. It is equally important to complete this form whenever any of the performance indicators are either "marginal" or "unsatisfactory"even when this is not within the normal review cycle. In the event the Average Rating Score is "marginal"or "unsatisfactory"even after reasonable efforts have been taken by the City to improve performance, the Project Manager shall coordinate with Procurement to determine what action needs to be taken under the circumstances. When completed, forward the evaluation form to Procurement. Procurement will keep track of the Average Rating Scores (Line 11)for all evaluations completed for the entire term of the Contract,Task Order, and Work Order.The completed Performance Evaluation form will be retained in Procurement and will be available as a record of current performance for use in the evaluation process of future solicitations released by the District.The completed evaluation is available to the contractor upon a Public Records request pursuant to Chapter 119, F.S. Contract/Work Order No. Consultant Evaluation Period ❑ Interim ❑ Final Project Title If evaluating under a work order contract, specify type Check the appropriate ratings for Lines 1 through 8. Sum the individual ratings, by column,to produce the Individual Column Ratings on Line 9. Sum the Individual Column Ratings in Line 9 to produce the Total Rating Score on Line 10. Divide the Total Rating Score in Line 10 by the number 8 (the number of performance indicators in Lines 1-8)to produce the Average Rating Score in Line 11. Performance Indicators Rating Unsatisfactory Marginal Satisfactory Very Good Exceptional 1. Planning &Approach ❑ 1 ❑ 2 3 ❑ 4 115 2. Staff Capability ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 3, Staff Effectiveness ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 4. Flexibility in Meeting City's Goals ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 5. Promptness of Deliverables/Milestones/Reports ❑ 1 I I 2 ❑ 3 ❑ 4 ❑ 5 6. Report and Drawings Quality LI 1 1 I 2 ❑ 3 ❑ 4 ❑ 5 7. Quality of Work Completed ❑ 1 0 2 ❑ 3 ❑ 4 ❑ 5 8. Contract Under or at Budgeted Cost and Invoicing Procedures ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 9, Individual Column Rating (Total lines 1-8.) 10. Total Rating Score (Total row 9.) 11. Average Rating Score (Divide line 10 by the number 8.) UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation, Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) In Lines 12 through 21, provide any additional detail, as deemed necessary, to support the ratings given in Lines 1 through 8 a consultant,sub-contractor utilization on Line 20.Additional space is available on Line 22 if needed. 1. Current tasks completed and/or deliverables received? If no,reason: 2. Current work completed ahead/on schedule? If no, number of days late: and reason: 3. Contract currently under/at budgeted cost? If not at budget,specify amount over$ and reason: 4. Contractor strengths: 5. Contractor weaknesses: 6. Specific problems incurred: 7. How may these have been prevented? 8. Additional comments/recommendations: 9. Comments on sub-contractor utilization: 10. Currently recommend firm for future contracts,task orders,and/or work orders of this type? If"No"or"Possibly", Project Manager(sign) Date Section Administrator(sign) 11. Please indicate any additional comments corresponding to Performance Indicators (Lines 1-8) on Page 1 — explain marc "Possibly"apply to Question 21,an explanation must be provided here.Additional sheets may be attached if necessar Number Remarks CONTRACT MANAGEMENT/PROCUREMENT USE ONLY Please indicate any additional comments corresponding to the numbered question on Page 1 and/or Page 2: Number Remarks Evaluation Number/Score: Comments: Running Average Score: Procurement Representative(sign) Date Other Required Approval(sign) RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES—SAN CASTLE-GRANT FUNDED 1 A-1 RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 2 A-2 ATTACHMENT "A" City of Boynton Beach Risk Management INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as"Certificate Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co.of"B+"or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of Consultant) Thefollowing is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits,based upon identified risk.) TYPE(Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners&Contractor's Protective(OCP) Personal&Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage(any one fire) $ 50,000.00 Broad Form CONSULTANTs Med. Expense(any one person) $ 5,000.00 Premises Operations Underground Explosion & Collapse Products-Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability _--_— Aggregate-$1,000,000.00 Automobile Liability Combined Single Limit $ 1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employee $ 1,000,000.00 Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined Revised 04/2021 RFQ PWE25-009 Chapel Hill Drainage Improvement Project Insurance Advisory—Attachment A ATTACHMENT "B" SAMPLE PERFORMANCE EVALUATION QUESTIONNAIRE (FOR INFORMATIONAL PURPOSES ONLY) Instructions: Performance evaluations may be completed by the Project Manager for the following: (1)all Contracts; (2)all individual Task Orders/Work Orders.Task Orders/Work Orders/Purchase Orders with a term of six (6)months or more at a minimum, the Project Manager shall complete performance evaluations at the mid-point of the project term or at more frequent intervals as required by the Task Order/Work Order/Purchase Order and at the time of Task Order/Work Order/Purchase Order or Contract completion. It is especially important for the Project Manager to contact a Procurement representative to advise of any performance issues so that Procurement can assist with efforts to bring performance back to acceptable standards. It is equally important to complete this form whenever any of the performance indicators are either"marginal" or"unsatisfactory" even when this is not within the normal review cycle. In the event the Average Rating Score is "marginal"or"unsatisfactory"even after reasonable efforts have been taken by the City to improve performance, the Project Manager shall coordinate with Procurement to determine what action needs to be taken under the circumstances. When completed,forward the evaluation form to Procurement. Procurement will keep track of the Average Rating Scores (Line 11)for all evaluations completed for the entire term of the Contract,Task Order, and Work Order. The completed Performance Evaluation form will be retained in Procurement and will be available as a record of current performance for use in the evaluation process of future solicitations released by the District. The completed evaluation is available to the contractor upon a Public Records request pursuant to Chapter 119, F.S. Contract/Work Order No. Consultant Evaluation Period ❑ Interim ❑ Final Project Title If evaluating under a work order contract, specify type Check the appropriate ratings for Lines 1 through 8. Sum the individual ratings, by column,to produce the Individual Column Ratings on Line 9. Sum the Individual Column Ratings in Line 9 to produce the Total Rating Score on Line 10. Divide the Total Rating Score in Line 10 by the number 8(the number of performance indicators in Lines 1-8)to produce the Average Rating Score in Line 11. Performance Indicators Rating Unsatisfactory Marginal Satisfactory Very Good Exceptional 12. Planning &Approach ❑ 1 ❑ 2 ❑ 3 4 ❑ 5 13. Staff Capability ❑ 1 I ❑ 2 ❑ 3 ❑ 4 n 5 14. Staff Effectiveness 1 I ❑ 2 I I 3 ❑ 4 ri 5 15. Flexibility in Meeting City's Goals n 1 I ❑ 2 ❑ 3 ❑ 4 ❑ 5 16. Promptness of Deliverables/Milestones/Reports ❑ 1 ❑ 2 ❑ 3 I ❑ 4 5 17. Report and Drawings Quality ❑ 1 ❑ 2 ❑ 3 4 n 5 18. Quality of Work Completed iI LI I LI 2 ❑ 3 I ❑ 4 ❑ 5 9Invoicing i ❑ 1 I ❑ 2 ❑ 3 1 4 1 ❑ 5 1 g. Contract Under or at Budgeted Cost and Procedures 20. Individual Column Rating (Total lines 1-8.) I I 21. Total Rating Score(Total row 9.) 22. Average Rating Score(Divide line 10 by the number 8.) RFQ PWE25-009 Chapel Hill Drainage Improvement Project Performance Evaluation Form — Attachment A In Lines 12 through 21, provide any additional detail,as deemed necessary,to support the ratings given in Lines 1 through 8 as well as any additional comments regarding Sub- consultant/sub-Consultant utilization on Line 20.Additional space is available on Line 22 if needed. 1. Current tasks completed and/or deliverables received? If no, reason: n Yes n N• o 2. Current work completed ahead/on schedule? If no, number of days late: and reason: n Yes n N• o 3. Contract currently under/at budgeted cost?If not at budget,specify amount over$ and reason: ii Yes ❑ No 4, Consultant strengths: 5. Consultant weaknesses: 6. Specific problems incurred: 7_ How may these have been prevented? 8. Additional comments/recommendations: 9. Comments on sub-Consultant utilization: 10. Currently recommend firm for future contracts,task orders,and/or work orders of this type? If"No"or"Possibly",an explanation must be n Yes Project Manager(sign) Date Department Administrator(sign) Date ❑ No ❑ 11. Please indicate any additional comments corresponding to Performance Indicators (Lines 1-8)on Page 1 —explain marginal/unsatisfactory performance; if either "No"or"Possibly" apply to Question 21,an explanation must be provided here.Additional sheets may be attached if necessary. Number Remarks CONTRACT REVIEW/PROCUREMENT USE ONLY Please indicate any additional comments corresponding to the numbered question on Page 1 and/or Page 2: Number Remarks Evaluation Number/Score: Comments: Running Average Score: Procurement Representative(sign) Date Other Required Approval(sign) Date RFQ PWE25-009 Chapel Hill Drainage Improvement Project Performance Evaluation Form — Attachment A EXHIBIT B RFD PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 28 PWE25-009 - ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES - SAN CASTLE - CDBG-MIT GRANT FUNDED Opening Date: January 30, 2025 5:00 PM Closing Date: May 22, 2025 3:00 PM Vendor Details Company Name: Wade Trim,Inc. Does your company conduct business under any other name?If No yes,please state: 201 N. Franklin St.,Suite 1350 Address: Tampa, Florida 33602 Contact: Carolina Pachano Email: cpachano@wadetrim.com Phone: 813-678-2635 HST#: 59-2417170 Submission Details Created On: Wednesday April 30,2025 14:19:30 Submitted On: Thursday May 22,2025 14:50:02 Submitted By: Carolina Pachano Email: cpachano@wadetrim.com Transaction#: 71c130ce-fdd4-4ce5-af64-031432ffdd9a Submitter's IP Address: 147.243.243.101 Bid Number: PWE25-009 1 Vendor Name: Wade Trim, Inc. Confirmation of Minority Owned Business A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form to make it an official part of with your RFQ responses 17 We will not be submitting for Confirmation of Minority Owned Business Description Response , Comments Is your company a Minority Owned business? Please select the appropriate response Do you possess a certification qualifying your business as a Minority Owned business? Issuing organization name Date of Issuance Local Business Status Certification I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program.Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. By checking the box that you are not submitting for"Local Business Status Certification"you declare that you are not a local business in the City of Boynton Beach. 1 We will not be submitting for Local Business Status Certification Is the business Does the business have a located within business tax receipt Is the business registered the City limits of issued in the current with the Florida Division Number of years in business' Business license number Boynton Beach, year? of Corporations? Florida? r Yes ( Yes r Yes r No r No r No Qualifications of Project Team Describe the qualifications of your firms project team. Line Description Response' Item 1 Team's Qualifications (Graphics, Exhibits, and Tables referenced in this document can be found in the uploaded PDF) The City of Boynton Beach is seeking a qualified engineering consulting firm to provide . design and environmental review services for the San Castle Neighborhood Project. The project involves upgrading drainage, utilities, and roadway improvements for the San Castle neighborhood, which is located in the area north of NE 26th Avenue, West of Grove Road/Orchid Road, South of Mentone Road, and East of N. Seacrest Boulevard. Wade Trim is pleased to partner with the City in transforming the San Castle Neighborhood into a resilient and thriving community. We understand the regular inconvenience to the neighborhood, particularly to vehicular and pedestrian mobility, from high tide or heavy rain events, and our team is prepared to address these challenges. Introduction to the Team At Wade Trim, we are committed to maximizing the value of your infrastructure investment. For nearly a century, we've been solving complex engineering challenges to create stronger communities. Our firm is a nationally recognized, multidisciplinary engineering consulting firm specializing in stormwater . t, conveyance and pumping, and pipeline design. All of the firms on our team share a common service philosophy, striving to support the City of Boynton Beach in its resiliency goals. This philosophy enables seamless teamwork necessary for the protection of property and infrastructure throughout the San Castle neighborhood. Bid Number: PWE25-009 2 Vendor Name: Wade Trim, Inc. • Wade Trim has partnered with BCC Engineering (BCC) to bolster our capabilities in roadway design, stormwater drainage, and hydraulic modeling. BCC Engineering is a multidisciplinary engineering firm with a proven track record of delivering innovative, resilient, and community-focused infrastructure solutions across Florida. With over 31 years of experience, BCC has relevant experience in roadway design, drainage system upgrades, and water and sewer utility improvements. Their team has successfully led neighborhood revitalization initiatives for municipal clients across South Florida. With extensive experience in flood protection, sea-level rise, and water quality issues, the Wade Trim/BCC Team is well-prepared to design resilient and environmentally responsible systems that meet the City's challenges head-on. Assigning the right team members on the project is an important early step in any project. The Wade Trim/BCC Team is positioned with local subconsultants to be a reliable and responsive consultant while delivering on the City of Boynton Beach's project. Our approach is based on the belief that we will function as an extension of the City's staff. Wade Trim will serve as the prime lead on this project with BCC Engineering as a key teaming partner. We have also engaged nine subconsultants to create a diverse team that will ensure the City receives all the necessary services for a successful project delivery. Exhibit 2 on the next page outlines the individual strengths of our team members as well as our collective strengths as a group. History Working Together Wade Trim and BCC have recently partnered on the City of Hollywood contract to provide construction engineering and inspection services. Additionally, Victor Herrera with BCC used to be a Wade Trim employee and worked with our team on the City of Miami Beach Palm & Hibiscus Island Neighborhood Improvements and Sunset Harbor Neighborhood Improvements projects. Several of our key team members have previously worked at BCC, collaborating closely with BCC's Victor Herrera and other BCC staff members on multiple projects. This personal work history brings an elevated level of respect and understanding on how to work together. Our shared history of collaboration will contribute to the success of this project. Firm Qualifications The Wade Trim/BCC Team possesses exceptional qualifications in stormwater pumping and conveyance, stormwater management, roadway design, water and wastewater pipeline design, climate resiliency, and more. The following is a summary of our Team's qualifications in these areas. Stormwater Pumping and Conveyance Wastewater and stormwater conveyance has been a cornerstone of our practice for nearly a century. From our early days designing community wastewater and water infrastructure, we've evolved to handle lift/pump stations with capacities up to 1 billion gallons per day. As our projects have grown in size and complexity, so too has our technical expertise. We begin by thoroughly understanding your needs and drivers to ensure we deliver the most effective solution. The following are a few key projects we have worked on similar in scope: City of Miami Beach Stormwater Palm and Hibiscus Neighborhood Improvements Project. The stormwater drainage system in the Palm and Hibiscus project required designing and installing three new pump stations with outfalls to Biscayne Bay ranging from 40,000 to 60,000 GPM. City of Miami Beach Sunset Harbour Island Neighborhood Improvement Project. In the award-winning Sunset Harbour project, a new, pre-cast concrete pump station was designed to the new standards. This was the first project in the City to combat sea level rise by raising the neighborhood infrastructure. City of St. Petersburg Lift Station 87 Wet Weather Flow Transfer Project. We delivered the City's first progressive award-winning design-build project to help the City resolve the challenge of balancing wet weather flows between the City's southwest and northwest facilities during wet weather events. The project entailed designing and constructing a new 3.5 MGD lift station, three miles of 16" force main, and modifications to an existing lift station to connect the new force main. Utility Pipelines Wade Trim has one of the largest Florida-based pipeline design teams in the area and continuously delivers small and large diameter pipeline projects for municipal clients. From septic to sewer or neighborhood improvements, our team has a great grasp at understanding project corridors and performing multi-utility designs in shared spaces. Our staff also has extensive knowledge in AC pipe replacements via open-cut and pipe bursting. Our projects are our proof of what our team can accomplish. Wade Trim has delivered numerous pipelines in recent times across Florida including: • Miami-Dade Water and Sewer Dept. (WASD) (Donut Hole).: 21,385 LF of 8-inch, 11,486 LF of 12-inch, and 1,900 LF of 6-inch ductile iron water main and fittings • FGUA (American Beach): 18,480 LF of 2- to 6-inch water mains and fire flow, 16,312 LF of 8-inch gravity sewer, 2,186 LF of 4-inch force main, and two new wastewater pumping stations • Tampa Bay Water (Southem Hillsborough County Expansion): 15 miles of 60-inch water transmission main • Miami-Dade WASD (FM Rehabilitation): 3 miles of 72-inch force main • Peace River Manasota Water Supply Authority (Phase 3C Regional Interconnect): 7 miles of 42-inch water transmission main • Florida Keys Aqueduct Authority (Islamorada): Design and CEI services for 5.5 miles water transmission main of 36-inch, with another 1.5 miles currently under design and CEI services for another 7 miles • City of Tampa (Harbour Island): 13,500 LF of 54-inch-diameter force main and Bid Number: PWE25-009 3 Vendor Name: Wade Trim, Inc. 5,000 LF of 48-inch-diameter reclaimed water main for the Harbour Island project • City of Ft. Lauderdale (GT Lohmeyer): 4,000 LF of 60-inch effluent force main from the WWTP to the disposal injection wells Miami WASD Donut Hole Water Mains. Wade Trim replaced the existing water mains and loop closures in an unserved area in the City of Miami Gardens to improve system pressure and fire flow protection. City of Tampa Harbour Island Force Main Replacement Project. Wade Trim completed a route evaluation, design, and construction of 13,500 LF of 54-inch-diameter force main and 5,000 LF of 48-inch-diameter reclaimed water main. This was one of the longest drive microtunnels in Florida under the Garrison Channel for the City of Tampa. Ft. Lauderdale GT Lohmeyer WWTP Redundant Effluent Force Main Project. We are currently the lead designer responsible for the design and construction of the force main, line stops, relocation of third-party utilities, hydraulic and transient modeling, modification to 5 disposal injection wells, modifications to the effluent pump station manifold, bypass pumping and flow metering, electrical and instrumentations modifications, and replacement/design of stormwater facilities. Our team partners BCC also have extensive utility design and construction experience. They are currently delivering the very first Close Tolerance Pipe Slurrification (CTPS) project in the State of Florida for AC pipe elimination. City of Sunrise CTPS Project. BCC Engineering led the design and implementation of a trenchless pipeline replacement for the City of Sunrise, encompassing over 55,000 linear feet of water and force mains. This included the replacement of 38,500 linear feet of asbestos cement (A/C) pipe within a residential area. To minimize community disruption, BCC initially proposed pipe bursting as the trenchless method. However, Broward County's Air Licensing & Permitting/Asbestos Program disallowed pipe bursting of A/C pipe based on updated USEPA guidance. In response, BCC identified and proposed an Alternative Work Practice (AWP) approved by the EPA: Close Tolerance Pipe Slurrification (CTPS). This method enables controlled removal of A/C pipe while minimizing the risk of asbestos exposure and environmental contamination. The CTPS process involves the creation of a sealed annular space using bentonite slurry to isolate asbestos-containing material (ACM), which is then safely removed at designated access and relief points. Stormwater Drainage Our teaming partner, BCC, also has a proven track record of delivering comprehensive stormwater management solutions for municipalities throughout South Florida. They understand the importance of planning, designing, constructing, and maintaining stormwater infrastructure that effectively addresses both current and future flooding challenges. Over the years, BCC has successfully developed all-encompassing Stormwater Master Plans (SWMPs) and executed resilient drainage improvement projects that mitigate climate-driven flooding issues. Their experience includes conducting complex drainage studies using hydrologic and hydraulic (H&H) models across Miami-Dade and Broward counties. For example, they have successfully completed the following projects: North Bay Village's SWMP Project. BCC completed the first ever SWMP for the Village, in which they evaluated existing stormwater facilities and projected the impacts of sea level rise through 2060. The plan identified necessary improvements, prioritized them through a Capital Improvement Plan (CIP), and explored funding sources to reduce the financial burden on residents. City of Lauderhill Stormwater Management and Flood Protection Master Plan Project. BCC cataloged the City's drainage system, modeled flooding scenarios, and established a long-term CIP to address flood protection deficiencies. Their approach emphasizes community involvement, policy development, sustainability, and innovative design solutions, ensuring that stormwater systems are cost-effective, adaptable, and tailored to meet the unique needs of each municipality. By integrating cutting-edge technology, such as 1D/2D modeling, and fostering public engagement, BCC continues to deliver stormwater solutions that enhance flood resilience and protect communities from future challenges. Roadway Design Our teaming partner, BCC, also has extensive experience in roadway design, having successfully completed numerous transportation projects throughout South Florida. With over $6 billion in transportation project delivery, BCC has contributed to improving regional infrastructure through the design and management of major roadway, bicycle, and pedestrian improvements. Their experience includes Local Agency Program (LAP) projects, such as: Miami-Dade County Department of Transportation and Public Works (DTPW) SW 137th Avenue. The project involved improvements to SW 268th Street, expanding it from a four-lane undivided section to a five-lane section with a two-way left turn lane from SW 142nd Avenue to SW 119th Avenue, and transitioning into a four-lane divided section with a median separator from SW 122nd Avenue to SW 112th Avenue. The scope included curb and gutter, sidewalks in developed areas, and bicycle lanes throughout the project limits. BCC Engineering was responsible for preparing design plans, drainage reports, lighting, signing and pavement markings, signals, and permitting. Miami-Dade County Department of Transportation (DTPW) SW 268/264 Street Connector Project. This project consists of new construction of a 3.2-mile segment of SW 137th Avenue which will be initially constructed as a four-lane divided facility between US 1 and SW 248th St and a two-lane undivided facility between SW 248th St and SW 200th St. This project includes roadway design. signalization (including the design of two new signalized intersections at SW 248th St. and SW 216th St.), drainage, traffic control, bridge design, signing and pavement markings, lighting, environmental, specifications and coordination with DERM and SFWMD. Bid Number: PWE25-009 4 Vendor Name: Wade Trim, Inc. Construction Engineering Wade Trim provides construction engineering and inspection services for all public utilities for the continuing engineering client communities we serve. Our construction engineers, and inspection and testing technicians perform the full range of construction oversight including project management and record keeping: inspection, quality assurance materials sampling and testing: and construction staking, from the preconstruction stages through project acceptance. Trained inspectors and field engineers document compliance with community standards during construction and deal with issues and changes that occur in the field. Grants/Funding Funding is critical to every project. As community leaders struggle to stretch their local revenues to maintain services for their constituents, outside funding sources at the federal and state levels are being targeted to supplement capital budgets. Wade Trim helps municipalities and regional agencies secure project funding, such as grants and loans, to implement infrastructure projects. Our project managers and client representatives stay updated on funding opportunities, proposed and active legislation impacting federal and state funding, and application and milestone deadlines. Our staff members are also trained to identify conventional and unconventional funding sources and provide grant writing or persuasive communication support needed to develop successful applications. Exhibit 3 summarizes our funding/grant capabilities. Community Development Block Grant Wade Trim has provided CDBG services to communities for several decades, focusing on the development of action plans, developing approaches to program management, and assisting recipients create and implement compliance plans. Our assistance includes administering CDBG and CDBG-DR funded projects. Our FundingScout Team has also millions of funding dollars from regional, state, and federal agencies, which can provide added value to the City of Boynton Beach. Our firm's experience includes providing general CDBG compliance consulting for numerous communities throughout Florida and the United States. Knowledge of HUD Requirements Because this is a CDBG-funded project, the City must maintain compliance with HUD requirements and complete regular reporting to the Florida Department of Commerce. Wade Trim has extensive experience working on HUD-funded infrastructure projects and assists dozens of communities in developing and implementing their CDBG programs. Our team can help the City address HUD requirements and serve as a technical resource throughout the contract. If requested, our team could provide full administration of the grant on behalf of the City. Housing and Community Development Act Wade Trim has experience working with communities to administer and assess compliance obligations under the Housing and community Development Act, specifically focused on CDBG programs. This includes working with clients to develop compliance plans and assigning roles and responsibilities to complete reporting, maintain documentation, and communication with grantor agency staff. Our team can work in tandem with City staff, supplement City staff, or act as designate for City staff to provide grant administration and reporting activities if needed. Adequacy of Personnel Wade Trim understands the importance of maintaining a consistent engineering team throughout the contract to ensure uninterrupted service. We are dedicated to providing the City with a stable, skilled, and diverse team equipped to handle any technical challenges. Our staff brings a wealth of experience in neighborhood improvements, having led and supported transformative projects that enhance infrastructure, resilience, and quality of life for communities. A staff spotlight featuring our Project Manager, Shari Ramirez, and Design Manager, David Mullen, is included on Pages 51 and 53, respectively. The organizational chart on Page 3 (in the SF 330) outlines our key staff and engineering team members, all of whom have a proven track record of successful collaboration on similar projects. Each team member is committed to their role, delivering seamless services to the City. Availability of Specialty Resources Our local team also benefits from access to Wade Trim's national network of over 700 employees, allowing us to draw on specialized support as needed. Our teaming partner, BCC, will enhance our capabilities with a robust nationwide team of 388 staff members. Our organizational chart is structured to encompass all disciplines outlined in the scope of work. The following key personnel have been designated as Task Leads for this project: Andrew List, PE - Roadway Design Task Lead David Mullen, PE - Stormwater Pumping and Conveyance Task Lead Salome Montoya, PE - Utilities Pipeline Task Lead Jim Gunther, PE - Construction Engineering Task Lead Brief biographies of the task leads and key supporting personnel start on Page 54. Full resumes are provided in the SF 330 starting on Page 4. Experience The Wade Trim/BCC team brings specialized experience in roadway harmonization, stormwater conveyance and pumping systems and water/wastewater pipeline design to address current and future challenges related to flood protection, sea-level rise, and water quality. Table 1 on the next page summarizes our team's experience in these areas. Past Record / Past Performance Bid Number: PWE25-009 5 Vendor Name: Wade Trim, Inc. Wade Trim values client input and strives to meet project schedules and provide productive solutions to schedule challenges. Just meeting schedules is not enough for us. We expect our clients to be satisfied not only with the completion date, but also the process we use to get there. Our client satisfaction survey efforts reach across our corporate client profile. Our clients have scored us 4.85 out of 5 points with respect to meeting project schedules and providing productive solutions to schedule challenges. This results in a 97% client satisfaction score—a testament to Wade Trim's commitment to our clients. Staff Biographies Shari Ramirez, PE / Project Manager & Water Mains Lead - Shari is a Senior Engineer and Project Manager with 20 years of experience in design, permitting, bidding, grants management and administration, and construction administration of water, wastewater, and stormwater projects. She has been an engineer of record for multiple pipeline projects installed via traditional open-cut, pipe bursting, and horizontal directional drills. She is a certified Envision Sustainability Professional and Temporary Traffic Control Professional. David Mullen, PE / Design Manager - David brings 13 years of experience in design, permitting, and construction engineering for pipeline and stormwater projects. He acts as an effective liaison between owner, engineer, and contractor, making sure communication is strong and issues are addressed. David is also adept at working with regulatory agencies and reviewing design and construction for permit requirements. His south Florida clients include Miami Beach, Islamorada, Ft. Lauderdale, and Miami- Dade County. Tom Brzezinski, PE / Principal-in-Charge - Tom has 36 years of experience managing, designing, and constructing various sized municipal engineering projects. With a strong background in water/wastewater/stormwater utility projects, he is well versed in a magnitude of project types and understands what it takes to deliver projects successfully. His experience includes serving as Principal-in-Charge (PIC) delivering open work order type contracts. As the PIC for this project, Tom will work with the project manager to make sure staff resources are available, and assist in monitoring overall schedule and budget. Tom will also bring to the City a diverse background in distribution, collection, and treatment capabilities and familiarity with projects delivered in South Florida. Freddy Betancourt, PE / QA/QC and Technical Advisor - Freddy serves as our Water Resources Group National Pipeline Technical Lead where he focuses on growing our conveyance practice across the country while serving water and wastewater clients in Florida. He brings 25 years of experience in water transmission and distribution and wastewater collection with expertise in rehabilitation, design, trenchless technologies, and construction management. Working with Florida municipalities and utilities, Freddy has designed both small and large, complex pipeline projects for Tampa Bay Water; Cities of Tampa and St. Petersburg; Orlando Utilities Commission; Pinellas, Hillsborough, Sarasota, and Orange Counties; and the Florida Department of Transportation. Optimizing pipeline alignments, streamlining permitting processes, and minimizing construction impacts and surface restoration costs are integral to his project approach. Freddy's experience with complex pipeline projects across the nation will be a great asset to the City's vision with this project. Salome Montoya, PE / Utilities Pipeline Lead - Salome is a Civil Engineer with over 10 years of experience in design, and construction on multiple civil infrastructure projects. Her design experience includes pump station projects, installation of multiple large and small diameter water mains, and force mains design projects, including various pipeline installations through trenchless technologies such as micro tunneling, directional drilling, Jack and Bore, and slip lining. Salome has extensive experience with design of water mains, sanitary sewer force mains, and gravity sewer, specifically with local municipalities such as Miami-Dade County Water and Sewer Department (WASD); Islamorada, Village of Islands; and with the Florida Keys Aqueduct Authority. This experience will benefit the City by successfully completing utility replacements. Sam Graybill, PE / Conveyance Pipe Design - Sam has over 14 years of experience as a project engineer and project manager. She has completed the design and construction of improvements for water distribution mains, sanitary collection mains, supply wells, and facility assessments which require significant coordination with regulatory agencies and a thorough knowledge of permitting procedures. She is well versed in the process for obtaining permits for construction as well as working with clients to maintain permits for overall facility compliance. She is skilled in route studies, rehabilitation and replacement design. Victor Herrera, PE / QA/QC and Technical Advisor - Mr. Herrera is a senior vice president with over 21 years of combined experience in construction management and civil engineering design. As the Infrastructure Operations Manager, he oversees the firm's staff and ensures the successful execution of projects by managing profitability, quality control, contract terms, and adherence to company policies. Victor's expertise spans coastal design, land development, utility design, and program management, making him qualified to support the City of Miami Beach's climate change adaptation efforts. Victor has extensive experience working with both public and private sectors, including complex urban infrastructure projects similar to those planned for Boynton Beach. His proven ability to deliver high-quality solutions within time and budget constraints make him a valuable asset in addressing the City's unique challenges of low- lying topography, tidal influence, and aging infrastructure. As the City of Boynton Beach invests in critical neighborhood improvement projects— ranging from road and seawall elevations to robust drainage systems and infrastructure Bid Number: PWE25-009 6 Vendor Name: Wade Trim, Inc. modernization—Victor's experience in managing large-scale projects ensures that these initiatives will be executed with precision and efficiency. His leadership in similar coastal communities, combined with his knowledge of resilient design and construction practices, positions him to contribute meaningfully to the City's vision for sustainable and climate-adaptive infrastructure. Andrew List, PE / Roadway Design Lead - Mr. List is a Transportation Engineer with over 9 years of experience, bringing extensive expertise to projects that address the unique challenges faced by coastal, urban communities like the City of Boynton Beach. His work spans from local road resurfacing, restoration, and rehabilitation (RRR) projects to Limited Access facilities, with a proven track record of successful collaboration with agencies such as FDOT, Florida's Turnpike Enterprise, and various local municipalities. Given the City of Boynton Beach's commitment to climate change adaptation and infrastructure modernization, Mr. List's expertise in roadway geometric design, signing and pavement marking, and temporary traffic control (TTC) is instrumental in addressing the City's needs for elevated roads, robust drainage systems, and overall infrastructure improvements. His technical proficiency with industry-standard programs such as MicroStation, AutoCAD, and Microsoft Office ensures accurate and efficient project execution, contributing to Boynton Beach's efforts to modernize aging infrastructure while maintaining high levels of service and safety. Mr. List's involvement in diverse transportation engineering projects positions him to support the City of Boynton Beach in its initiatives to adapt to climate change and enhance its critical infrastructure, delivering resilient solutions for the future. Lazaro Ferrero, PE / Stormwater Drainage - Mr. Ferrero has 40 years of professional engineering design experience spanning a diverse range of project types, including pumping stations, drainage systems, hydraulic design, sanitary sewer collection systems, water distribution systems, and computer programming for engineering applications. He has relevant expertise in the design, permitting, and construction phases of major water and sewer systems and multiple municipalities. His experience includes water main distribution, gravity sewer systems, pump stations, force mains, and varied exfiltration trench designs to address stormwater infiltration and localized flooding. Projects of note include the Nautilus Neighborhood Drainage Master Plan, Washington Avenue Improvements, SR-826/SR-836 Interchange, and numerous corridor and neighborhood water/sewer improvements. Mr. Ferrero's comprehensive knowledge of engineering design, hydraulic modeling, and infrastructure systems positions him as a key contributor to complex municipal and regional utility projects. AJ Gutz, PE / Stormwater Hydraulic Modeling - AJ has more than 20 years of experience in stormwater management system design, stream restoration, green infrastructure, surface water modeling, stormwater quality management, and coastal engineering. Project experience has covered multiple states and has included communities that have been participants in grant funding programs. Experience includes stormwater management, stream restoration, bank stabilization, flood control, and green infrastructure projects. Jim Gunther, PE / Construction Engineering Lead - Jim has over 36 years of experience in wastewater and water engineering as a design engineer and resident construction engineer. He has considerable experience in the various trenchless methods of pipeline construction, including micro tunneling, HDD, jacking and boring, and hand-mining using tunnel liner plates. He is primarily responsible for field construction services, water and wastewater pipeline design, pumping station, and water and wastewater treatment plant design. As a Design Engineer and Resident Construction Engineer, Jim's assignments include construction management, project management, permit acquisition, and design and inspection of potable and reclaimed water mains, sanitary sewers, low-pressure sewers, sanitary force mains, water and wastewater pumping and storage facilities, etc. Bid Number: PWE25-009 7 Vendor Name: Wade Trim, Inc. Current& Projected Workload of the Proposer 1. Provide quantitative data that clearly indicates the ability of the Proposer to devote the necessary resources to successfully complete the service and projects in a timely manner. Current and projected workload data shall be provided for each key project member as follows Description Response* We have a robust workload management system that allows us to balance current commitments while maintaining the flexibility to take on new projects. Our team is composed of more than 700 professionals nationwide, with a strong local presence in key markets. We make sure that our key staff and back-up resources are available to meet contract requirements and can quickly mobilize to initiate new assignments. Our workload consists of both fixed-scope projects and ongoing service contracts, which we manage using resource-loaded schedules, close coordination, and weekly management calls. This approach allows us to efficiently allocate resources and make sure project tasks are completed on schedule. We regularly review our project commitments and resource allocations to make sure we have ample capacity to deliver high-quality work on time and within budget. Our depth of staff and proactive management practices make sure we can support both current and future projects without compromising service or quality. Wade Trim has conducted a thorough analysis of our proposed team's key staff and their current committed assignments to present their availability. Based on this analysis, our team's management and technical staff have the availability and readiness to perform the Engineering Design and Environmental Review Services — San Castle Grant Funded Project for the City of Boynton Beach. We understand the complexity level of this project, and our assigned Project Manager, Shari Ramirez, PE, will be fully committed to this project from day one. Key team member / role, Number of Projects Handled Typically at Any Given Time, Current Work, Remaining Labor Commitments, Projected Workload (Availability %) of Project Management Activities Expected - see below Shari Ramirez, PE / Project Manager/Water Mains 12 4 3 42% David Mullen, PE / Design Manager 12 5 2 42% Tom Brzezinski, PE / Principal-in-Charge 12 8 4 30% Freddy Betancourt, PE / QA/QC and Technical Advisor 8 4 1 38% Gary Prenger, PE / QA/QC and Technical Advisor 12 8 1 30% Salome Montoya, PE / Utilities Pipeline Lead 8 3 1 50% Jim Gunther, PE / Construction Engineering Lead 8 3 2 38% AJ Gutz, PE / Stormwater Hydraulic Modeling 8 3 2 38% Sam Graybill, PE / Conveyance Pipe Design 12 8 1 25% Mike Demko, PE / Pump Stations 16 9 3 25% Lindsey Scott, PE / Sanitary Force Main 8 3 1 50% Oscar Duarte, PE / Gravity Sewer 16 10 2 25% Rob Dickson / Constructability 12 4 2 50% Victor Herrera, PE / QA/QC and Technical Advisor 20 9 4 35% Carlos Morales, PE / Harmonization 20 7 9 20% Andrew List, PE / Roadway Design 20 7 6 35% Lazaro Ferrero, PE / Stormwater Drainage 20 9 6 25% Approach to the Scope of Work Provide a brief description of your firm's approach to the work. Description Response Project Understanding (Copies of exhibits, graphics, and tables referenced in this document can be found in the final quals PDF document.) Project Understanding The San Castle Neighborhood is located east of 1-95 and just south of Hypoluxo Road. This is a disadvantaged neighborhood in the northeast area of Boynton Beach, which is in dire need of roadway improvements in order to mitigate safety concerns. Most of the deteriorated roadways are caused by a lack of proper stormwater drainage. This low-lying and highly vulnerable area lacks proper drainage and is highly susceptible to tidal flooding, being impacted by king tides occur even without a significant storm event. This situation is aggravated during major storms and hurricanes, when residents are subject to flooding and standing water for days after the storm event has passed. Localized flooding creates hazards and safety risk to first responders (Law Enforcement, Fire Service, Search and Rescue activities), essential government services including emergency and disaster assistance and community safety overall. Exhibit 4 shows an elevation heatmap for the San Castle Neighborhood. As shown in the figure, there are localized low points along several corridors in the neighborhood. In addition there is a limited capacity to drain the area with a restricted stormwater conveyance capacity to discharge water at C-16 Canal or a Palm Beach County owned stormwater pond. For the San Castle neighborhood critical known flooding areas include area along Ocean Parkway between Mentone Road and Atlantic Drive ; the Area along Palm Drive between Bid Number: PWE25-009 8 Vendor Name: Wade Trim, Inc. Seacrest Boulevard and Atlantic Drive ; the area along NE 27th Ct between NE 27th Ave and Ocean Parkway ; and an area along 4th Street between 27th Avenue and 28th Court . In addition, new structures have an elevated floor slab elevation by code, while older structures remain in very low-lying conditions. An example of this can be shown in Exhibit 5, where the north side of Palm Drive has a higher floor elevation than the house on the south side of the street. Simply raising the roads, cannot possibly solve the access concerns without creating unintended collateral damage to lower lying structures. A comprehensive stormwater evaluation will be required to determine the most optimum solution to alleviate localized flooding and select a design storm for which to design the roads and ancillary drainage. To solve this challenge, the City of Boynton Beach has obtained as Community Development Block Grant Mitigation (CBDG-MIT) in order to improve the quality of life of the residents of the San Castle Neighborhood. The CBDG-MIT will help fund much needed improvements to reduce flooding, replace the aging utility infrastructure, and improve the roadway conditions within the disadvantaged neighborhood. This work will include the installation of 24,000 linear feet of stormwater pipe, 86,000 linear feet of water and sewer infrastructure, and 24,000 linear feet of road resurfacing and replacement. 1 Project Approach Project Initiation and Planning Understanding the Project's scope, objectives, and constraints, including budget, timeline, and regulatory requirements as described herein The objective of the Engineering Design and Environmental Review Services — San Castle Grant Funded Project is not something that is new to our project team. Since the early 2000's, Southeast Florida has understood the impact rising sea levels and more intense storms would have on low lying coastal cities like Boynton Beach have partnered with engineering firms to find solutions that will improve the overall quality of the residents. Wade Trim was at the forefront of resilient projects, partnering with the City of Miami Beach on two of the first road raising projects, Sunset Harbour and Palm and Hibiscus. Many of the standards and design criteria adopted by the City of Miami Beach for subsequent projects originated from successes or lessons learned during those projects. Our design team understands the project goal of creating a more resilient neighborhood by installing a new stormwater infrastructure to provide flood protection to sea level rise projections and updated rainfall design storms improving the neighborhood accessibility by rebuilding the roads and addressing existing harmonization challenges. With the Dig Once approach, as Boynton Beach improves this disadvantaged neighborhood. all other improvements will be incorporated into the same project area. Aging water and sewer systems will be replaced. Spacing constraints and new regulatory requirements pose challenges in achieving water quality and water quantity to control and remove pollutant loading into the stormwater systems. Given that this neighborhood is not directly adjacent to tidal body such as the intracoastal waterway, part of the challenge will be to determine how and where to discharge the high intensity peak storm flow captured by the new stormwater facilities. The stormwater is currently conveyed to two separate discharges, a stormwater pond on the northeast portion of the area owned by Palm Beach County and a discharge at C-16 Canal making its way to it through a series of pipes and open water channels. The Wade Trim team understands the challenges involved in neighborhood improvement projects where multiple utilities are installed in shared corridors and is ready to deliver to the City, as we have done in past and recent projects. Our project management process will confirm that the City's scope, goals, and objectives are met on this project. Exhibit 7 outlines the Wade Trim project management process phases for project delivery. Understanding of pertinent City planning documents; and how proposer will incorporate and coordinate these with the design The City of Boynton Beach has invested a lot of time and effort into obtaining the CBDG-MIT grant and through a consultant has performed a stormwater evaluation for several areas of the City including this project. It is important that our team performs due diligence and independently verifies recommendations of previous reports through independent stormwater modeling. This will increase the level of confidence on proposed recommendations and will allow our team to adjust to practical solutions that benefit the City. The current storm evaluation performed by others identifies restrictions on the ability to drain this neighborhood area through the existing stormwater system to either the C-16 Canal or a stormwater pond on the northeast side of the neighborhood owned by Palm Beach County. The proposed solution is mostly geared towards the use of exfiltration trenches, which essentially act as dry wells to collect stormwater in small areas and then slowly allow it to drain back into the soil over time. Exfiltration trenches are most suitable for small areas with low groundwater tables. The presence of high groundwater conditions, particularly at king tides, could diminish the effectiveness of the exfiltration trenches to mitigate localized flooding conditions. It is proper that our team evaluates through modeling other potential solutions that have a higher likelihood of success, as long as it meets the available budgets/funding mechanisms for this project. It is also important for our team to have a good understanding of other governing documents and preferences that the City would like us to abide by this design such as the Engineering Design Handbook and Construction Standards Bid Number: PWE25-009 9 Vendor Name: Wade Trim, Inc. for Public Works and Utilities Engineering along with established Engineering details. This project is federally funded through the CDBG-MIT process and underwent the Categorical Exclusion determination process. It is the Wade Trim Team's understanding that the project is required to perform an NEPA Environmental Assessment (EA), refer to Exhibit 8. A NEPA EA is not the same as a Phase I Environmental Site Assessment (ESA) typically governed by Florida Department of Environmental Protection (FDEP). NEPA EAs focus on the broader environmental effects of federal projects, including alternatives and mitigation measures. Phase I ESAs, on the other hand, are a more limited assessment of a specific property, focusing on historical records and site reconnaissance to identify potential environmental concerns. Our team includes a qualified subconsultant (Mc Farland Johnson) which brings hands-on Federal NEPA experience to properly meet this important federal funding requirement. Reviewing available data from FDEP Map Direct Exhibit 9, we concur that there appears to be a very low risk for encountering contaminated soils or groundwater within the defined project boundaries. However, according to record drawings provided, portions of the water main system are asbestos cement pipe (AC pipe or Transite). The NEPA Environmental Assessment will have to account for how to mitigate the health risks associated with the removal/replacement of the AC pipes. The most critical risk is associated with the exposure and removal of segments of AC pipe, as asbestos can be very detrimental to human health when it becomes airborne. This process requires specific procedures, tools and guidelines for containment and disposal. In Florida, pipe bursting has been considered a preferable low-risk method of addressing AC pipe replacement while reducing potential exposure. Members of our staff are very familiar with the process being implemented in other municipalities across Florida. In recent years, EPA has nationally recognized the Close Tolerance Pipe Slurrification (CTPS) method as an alternative work practice (AWP) to replace, rehabilitate or repair AC pipes. Exhibit 10 below shows the CTPS process. This patented process is a proven technology that removes the existing pipe by pulling a rotating reamer through the existing pipe while simultaneously injecting a bentonite-slurry lubricating fluid. The slurry is removed and displaced into a receiving pit by a reamer. A new pipe is then pulled behind the reamer. The fluids are captured and disposed of as wet slurry to a certified landfill, thus preventing the asbestos from becoming airborne. Our partner, BCC is currently delivering the very first CTPS project for the City of Sunrise in Florida. During the NEPA evaluation, our team will have to compare alternative methods, impacts and costs to select the best solution for the City for all components of the project, including stormwater solutions, water main replacement, sewer replacement, construction techniques and costs. Given that there appears to be a low risk of existing soil and groundwater contamination in the area, the NEPA EA should be streamlined. Conduct a thorough review of all available data and documents with information regarding the existing infrastructure, including water and sewer utilities, drainage, and all other pertinent infrastructure A critical aspect of the design and execution of a successful project is the correct and accurate identification of existing underground utilities in the project area by performing a thorough review of the available data and documents. This is especially true in these types of projects, which are carried out in fully developed urban areas, where the existing right-of-way is usually congested with utilities. Although rights-of-way are not expected to be as busy along these neighborhoods, planned phasing of utility replacements will require the use of most if not all of the available right-of-way spaces to avoid service interruptions. 2 Data Gathering Obtaining topographic surveys, geotechnical reports, and other relevant site data Topographic Survey and SUE Our partners, Avirom will provide topographical survey and control points, while Inframap will enhance the corridor evaluation of the right-of-way surveys by providing Subsurface Utility Engineering (SUE) for this project. Both firms will collaborate closely with Wade Trim to address any additional survey information needs. Their SUE tasks will incorporate Quality Levels "A" and "B" processes, ensuring accurate horizontal and vertical data for existing and design-impacted utilities. Having partnered with Wade Trim on previous projects, both firms possess a deep understanding of the Wade Trim needs for design. In addition, Wade Trim will supplement and enhance the information collected with the use of an orthosomaic drone. This Rm of aerial imaging is capable of providing 3D point cloud with survey grade accuracy. Additional mapping tools such spherical imaging and VLX 3D scanning, which are Wade Trim additional survey mapping tools will only be used as needed to support corridor evaluation, mapping or public outreach efforts. Geotechnical Investigation Terracon has extensive geotechnical experience in Palm Beach County, City of Boynton Beach and surrounding areas. Based on historical knowledge, expected soils in the study area would include a combination of shell, silts, clays and organic debris, in the northern and southern part of the study area, with some sand, sandy limestone and shelly marl throughout the remainder. Environmental Investigation McFarland Johnson, an experienced environmental firm, will support the Team in Bid Number: PWE25-009 10 Vendor Name: Wade Trim, Inc. developing a comprehensive environmental assessment that meets NEPA requirements for the project considering the above-mentioned site conditions. Should any of the proposed solutions include a new point of stormwater discharge, McFarland Johnson will also be able to assist in the alternative evaluation and determine any potential environmental impacts associated with those proposed altemative(s). Utility Coordination Our Team is experienced in working in congested, urban corridors, installing new infrastructure in developed areas. Our team starts working on this issue even before starting design, looking at the identified corridor and then analyzing altemative routes to achieve the project goals with fewer utility conflicts. Once the project solution(s) and corridors are defined and deemed to be the most adequate, our team will evaluate all available as-built records from utility companies. Upon issuing of NTP, we will call the Sunshine State One Call of Florida, or Sunshine 811, and request a Design Ticket. The design ticket will provide a list of utility owners registered within the project corridor. With this list, we will create a contact matrix, to include all the utility companies listed in the Design Ticket and added to it the contact information which we obtained from a constantly updated contact list we carry within our firm. This allows us to have all the utility contacts in one place. This list will also include the date of the requested as-builts, and track all responses. This tracking matrix allows stakeholders to get a one-document snapshot of the utility investigation process and allows us to identify which utilities have failed to respond to our request, so we can follow up and make additional requests. 3 Stakeholder Engagement Identifying and developing an engagement plan with stakeholders, such as local government agencies, community representatives, and utility companies Communication Plan / Strategy Led by Sharon Merchant, our local public outreach subconsultant Merchant Strategies will develop a communication plan/strategy for this project. This strategy is aimed at building capacity in the community by leveraging a focus group comprised of representatives from residents, business associations, cultural and environmental groups. In partnership with Wade Trim and the City, Merchant Strategies will apply lessons learned from previous local neighborhood improvement projects to refine stakeholder messaging and gather essential community feedback. 4 Preliminary Design There are multiple concurrent preliminary activities that need to be carried out simultaneously, in order to define the right solution for this neighborhood improvement and flood mitigation project. See Exhibit 11 below. Developing conceptual design options and drainage v models that address the Project's objectives Wade Trim's wet weather hydraulic modeling expertise dates back several decades, and we are the key program managers for several major wet weather programs such as Allegheny County Sanitary Authority (ALCOSAN), Three Rivers Stewardship District, Great Lakes Water Authority and Pittsburgh Water and Sewer Authority to name a few. The first and most important step during the preliminary design phase will be to create a stormwater model for the study area and undertake early field activities to verify geological conditions and support accurate predictive stormwater modeling. The stormwater model will be the key tool for flood mitigation decision making. In the state of Florida ICPR 4, is a widely accepted stormwater model platform used by regulatory agencies. Other alternative options for dynamic storm simulation could be PCSWMM or INFOWORKS, which have additional simulation and reporting features that could be key specific solutions. Concurrently with stormwater modeling our team of experts will discuss with the City potential practical flood mitigation solutions, knowing the budget limitations of the grant funding. In addition to exfiltration trenches, additional conceptual solutions could involve underground storage, stormwater wells, increased conveyance capacity and potentially a stormwater lift station and force main, to increase the discharge capacity of the basin. The conceptual alternative along with associated modeling and cost comparison will provide the City means of choosing the final level of service and solutions to implement. Establish a Level of Service (LOS) The stormwater evaluation performed by others includes a proposed target level of service for stormwater improvements as a 25-year, 24-hour storm event. After our team creates a predictive stormwater model and confirms field conditions, we will revisit the expected level of service and estimated costs with the City. In addition, our team will confirm with the City that the replacement of other utilities in the corridor will be of the same diameters and capacities and will rely on the City's hydraulic models for these decisions. Additional hydraulic modeling for water and sewer can be performed if needed. Field Verification with Geotechnical Testing Obtaining supplement information from field activities is important to help establish realistic outcomes in stormwater predictive modeling. Geotechnical field tests such as hand auger, spt borings, soil classification and percolation tests should support the use of exfiltration trenches that can properly drain to avoid the localized flooding. If optimal conditions are not present, the team will have to evaluate other possible solutions such as collection and other means of local detention or increasing the capacity of stormwater discharge with increased drainage conveyance or small stormwater lift station(s) and force mains to Bid Number: PWE25-009 11 Vendor Name: Wade Trim, Inc. designated tidally influence discharge points that will permit an increase discharge of stormwater peak flow. Corridor Evaluation As is the case with every linear conveyance project, the corridors shall be evaluated for potential conflicts. As seen on Exhibit 12, the San Castle neighborhood already has existing City utilities. In addition, there are third party utilities such as power and communication that are in the proposed work areas. A sequencing plan should be able to identify how to most optimally use the available corridors. Existing utility services need to be maintained while new replacement parallel utilities are being built and commissioned. In addition, available space needs to be accounted for in stormwater capture and conveyance as part of the road restoration and flood mitigation efforts. Environmental Assessment Unlike the Phase 1 Environmental Site Assessments, the NEPA environmental assessments include a thorough evaluation of potential detrimental impacts from implemented solutions. Each possible solution identified may have a different environmental impact that may require mitigation. However, a key element of these environmental assessments is precisely to have an alternative analysis as part of the evaluation. As our team develops proposed stormwater flooding and AC pipe replacement solutions, potential environmental impacts and potential mitigation will be identified and weighed as part of the decision making process. Identifying the right solution Once all of the steps above have been completed, our Team in a collaborative workshop environment will present the results of the evaluation along with supporting information to determine the most optimal cost-effective solutions for implementation. This will present a forum for City staff to provide input, ask questions and get clarifications. The lowest cost solution may at times not necessarily be the best solution, and the most easily implementable solution, can at times create excessive operational and maintenance headaches, which City staff may not want to undertake. It is important that decisions be reached in a collaborative environment and by consensus, which provide a firm step forward towards project buy-in from stakeholders. Keeping in mind schedule and budget, we will prepare a conceptual 30% design of the selected alternative to ensure no conflicts or additional information are required. The conceptual 30% design plans will include alternative roadway typical cross sections and proposed utility alignments along with a preliminary opinion of probable construction cost to be submitted to the City and for stakeholder review. Upon completion of the review, Wade Trim will conduct a design review meeting with the City and stakeholders to review major design discussions and any comments. 5 Detailed Design Introduction Our team has performed a thorough review of the stormwater evaluation and the grant funding request and understands the City's objective of mitigating current and future flooding caused by rain events and sea-level rise. Our detailed design approach is focused on enhancing the decision making of the stormwater evaluation with stormwater modeling and preparing a conceptual design incorporating the information gathered during preliminary design phase, and then developing a finished permittable and constructable design package. The detailed design phase follows the flow of the water through the improvements starting as the rainfall lands on the ground surface to be guided into a collection inlet where it will enter the conveyance system to be routed to selected storm flooding mitigation option which could be from exfltration trenches, to increased conveyance capacity or stormwater pump station and pumped through the discharge force main to the a designated discharge points that has yet to be evaluated. Selecting the most feasible and cost-effective design options based on stakeholder analysis and input The key to a successful neighborhood improvement project is a design philosophy that focuses on the clients needs and budgets while improving conditions for the residents and businesses. Proactive interactions with City staff, business owners, and residents will provide feedback and guiding principles to include all major stakeholders and gain a sense of shared ownership in the successful completion of the project. Our Design Team has an intimate understanding of implementing stakeholder involvement from unmatched boots-on- the-ground experience our Key Personnel have from previous neighborhood improvement projects like Sunset Harbour, Palm and Hibiscus, Espanola Way, First Street, and Flagler Street Downtown Beautification. Preparing detailed construction plans, including specifications, materials, and construction techniques. Design Process After reviewing and addressing all comments from the City and other stakeholders during preliminary design phase, we will further develop the design and complete 60% and 90% submittals including a design meeting workshop held after each submittal to discuss and confirm understanding of comments. Design submittals are anticipated to include at a minimum all applicable calculations, general notes, roadway plans, utilities plan and profiles, traffic control, erosion control, landscape plans, harmonization plans, where needed, Bid Number: PWE25-009 12 Vendor Name: Wade Trim, Inc. details, as well as specifications and an updated opinion of probable construction cost. Final design plans to be used for the bidding phase will address any comments received from the permitting agencies, City staff, and other key stakeholders. During the bidding phase our design team anticipates supporting the City with the bid advertisement process, responses to bid questions, reviewing bids, and then production of the 100% IFC Signed and sealed documents incorporating any changes or clarifications during the bid process. A detailed design process workflow is shown on Table 3 on the next page. Harmonization Road raising may be one of the potential solutions for this project, and if implemented it can create additional challenges. One of the potential challenges that comes with elevating the roads is harmonizing with adjacent private properties, as well as harmonizing private property to private property. In some cases, properties have already been built to a higher floor elevation, and in other the finished floor elevation may end up below the road level. Harmonization is also the best opportunity to turn a temporary inconvenience into a quality-of-life improvement for the neighborhood residents and businesses. Our team understands that there is no universal solution for harmonization on this project and each property will need to be analyzed individually to develop the best site- specific design. Our team will draw on the experience of the hundreds of individual harmonizations designed and constructed previously for Miami Beach. This experience has created a large toolbox for both harmonization between private property and the road and harmonization between each adjacent property. Factors such as accessibility, practicality, and cost will be taken into consideration for all proposed harmonization solutions. Our team is also experienced in assisting agencies in obtaining construction and maintenance easements when harmonization carries outside of the right of way. The current neighborhood does not include bicycle lanes or ADA access. Our Team will pay close attention to ADA and pedestrian access throughout the design process. Pedestrian pathway grades and widths will meet ADA minimums both during and after construction, and all curb ramps will follow ADA standards with proper detectable warning surfaces. Any collection grates within a pedestrian pathway will meet current heel proof requirements. Providing additional crosswalks and crosswalk signals will also improve pedestrian connectivity and mobility. Developing a comprehensive traffic management plan to minimize disruptions during construction. Traffic Control Plan The most effective traffic control plan (TCP) is one that minimizes interaction between the public and the construction activities, minimizes traffic shifts, and promotes safety above all. For this project, our team will give consideration not only to maintaining vehicular traffic, but also to maintaining a safe route for pedestrians and bicyclists. Due to the nature of this project, we will pay particular attention to maintaining access to all properties throughout construction and minimizing the duration of construction operations. To achieve this, we will develop a TCP that allows for construction to occur in as few phases as possible and minimize our footprint and presence in the area as much as possible. Our TCP will provide pedestrian detours and signage as required during any sidewalk construction and address any partial or temporary road closures. We are aware of the impacts that a project of this magnitude can have on the surrounding public so it will be essential to keep the public informed of construction operations by providing advance warnings and notifications. A comprehensive Site Safety Plan will be required from the contractor, which will be available in the field offices and job sites, and will be utilized to indicate OSHA work requirements, emergency contact numbers and safety information. This plan will be continuously monitored during construction and pedestrian and vehicular traffic control plan will be inspected regularly to maintain safety compliance. Similarly, our project will require the contractor to develop, implement and maintain a Stormwater Pollution Prevention Plan (SWPPP), to install pollution control devices and to comply with the National Pollutant Discharge Elimination System (NPDES) as dictated by the United States Environmental Protection Agency (EPA), and will be monitored daily during construction, to verify that the contractor is maintaining all required mechanisms to avoid environmental impacts during construction, and maintain our quality levels of nutrients in the adjacent bodies of water, such as the intracoastal waterway, and also the ground water. Application of quality control procedures, best practices and design standards. At Wade Trim, we understand the importance of quality deliverables for every project. We are committed to delivering high-quality design and construction deliverables that aim to exceed client expectations and meet industry standards of care and are supported by our diligence to adhere to a Quality Plan that embraces proven quality review procedures. Wade Trim recognizes the importance of the accuracy, competency, and completeness of services and deliverables. Our clients and the public expect quality solutions. Wade Trim's service perspective is anchored in our core values to drive our comprehensive quality efforts: Client Focus, Accountability, Safety, and Professional Ethics. Coordinating with external utility companies to relocate or adjust any utilities that might be affected by the Project. Once the design is defined, our engineers can contact utility owners and discuss any potential relocations required by the proposed improvement. Bid Number: PWE25-009 13 Vendor Name: Wade Trim, Inc. Our Team will schedule, coordinate and track utility meetings to document all relocation requirements. Being able to identify this early on, is key to avoiding scheduling impacts from utility conflicts in our projects. We will carefully consider any utility relocations required within a specific area to avoid repetitious disruption during the main-line work, and will require restoration operations to commence as soon as practicably possible following the completion of a segment of work. 6 Cost Estimation & Timeline Preparing detailed cost estimates at each phase of design. A probable cost estimate will be prepared at each phase of the project and applicable contingency percentages will be applied based on level of design completion. Market prices will be reviewed and analyzed from similar project contractor bids, manufacturer's pricing, FDOT historical average cost, and other resources. 7 Permitting and Regulatory Compliance Introduction The Wade Trim Team has a long history in SE Florida, meaning that we know the regulations, conditions, constraints, permitting and construction issues related to infrastructure improvement projects such as roadway, stormwater management, sanitary sewer and water related projects in highly urbanized areas. This experience not only gives our team knowledge but also allows our team to build professional relationships with the appropriate local agencies and stakeholders that allow us to keep the work moving forward. Our experience working in SE Florida on capital improvement and construction management services has provided us with a deep understanding of local, state and federal regulations, including zoning, environmental and safety standards. E-VERIFY As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., CONSULTANT and its subcontractors shall register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. CONSULTANT shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. CONSULTANT shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1)year. CONSULTANT further acknowledges that CONSULTANT is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. CONSULTANT or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. CONSULTANT shall be responsible for compliance by any sub-consultant or lower tier subcontractor with the clauses set forth in this section. 'Line Item Description 'Response 1 I Hereby Acknowledge the E-VERIFY Information Above and Will Abide By r. Yes Everything in this Section. r No SCRUTINIZED COMPANIES DETERMINATION By submission of this qualification package and if selected by the City as the CONSULTANT, execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, CONSULTANT, certifies that CONSULTANT is not participating in a boycott of Israel. CONSULTANT further certifies that CONSULTANT is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, nor has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to the CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT shall have five (5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONSULTANT shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONSULTANT does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Line Description Response' Item 1 I Hereby Acknowledge the Scrutinized Companies - Florida Statute 287.135 and 215.473 Information Above a Yes and Will Abide by Everything Outlined in this Section. r No Bid Number: PWE25-009 14 Vendor Name: Wade Trim, Inc. VENDOR DRUG FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal/qualification package certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes.This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS-Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids that are equal with respect to price,quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace,any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 5. Make a good-faith effort to continue to maintain a drug-free workplace through the implementation of this section.As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Line Description Response Item 1 I Hereby Acknowledge the Drug Free Information Above and Will Abide by Yes Everything in this Section. OFFEROR'S QUALIFICATION STATEMENT Line Description Response" Item 1 How many years has your organization been in business 41 years under its present name? 2 If Vendor is operating under Fictitious Name, submit N/A evidence of compliance with Florida Fictitious Name Statute. 3 Under what former name (s) had your business operated? Edwin Orr Engineering Also list former address(es) of that business, if any. 4 Have you ever been disbarred or suspended from doing No business with any governmental entity? If Yes, explain. 5 Are you licensed? If Yes, attach copy of license to Yes. Please see either document 6 in the Document uploads or Section 10 of submission package. our Detailed Qualifications Statement 6 I Has your company ever declared bankruptcy? If Yes, explain. No Bid Number: PWE25-009 15 Vendor Name: Wade Trim, Inc. CERTIFICATION We(I),the undersigned, hereby agree to furnish the item(s)/service(s)described in the Invitation to Bid. We(I)certify that we(I)have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Offerors,Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Qualification. Line Description Response' Options Item 1 Company Name Wade Trim, Inc. (Florida) 2 Address 3790 Dixie Hwy NE, Ste D 3 Telephone 813-855-1615 4 City Palm Bay 5 State FL 6 Zip Code 32905 7 Contractor's License Number H05938 8 Federal Tax ID Number 59-2417170 9 Email address for above tbrzezinski@wadetrim.com signer 10 Indicate which type of Corporation Corporation organization from the list in the Options Column Bid Number: PWE25-009 16 Vendor Name: Wade Trim, Inc. References List a minimum number of required references as stated in the Special Conditions which show experience in similar work,to include nature and scope of work,which demonstrates an expertise in providing the services as stated herein. References—Past Performance Provide at least three (3)reference projects of a similar size,scope, and complexity that have been completed by your firm within the last ten (10) years,which demonstrate the experience of the firm and the key members that will be assigned to provide the services as required by this Project. A project"similar in scope"is defined as a project that includes some or all of the following components: design of a new stormwater conveyance system,stormwater pump station,force mains, road restoration, and other related restoration work. A project"similar in size"is defined as a project completed under the Design-Bid-Build method,which was at least$10,000,000 in cost(design and construction). A For each reference project, provide the following information: B. Client Name/Owner's Representative name, address, phone number, and email address. C. Name and location of the project. Description of the Scope of Work. D. Role your company provided. E. Date project was completed or is anticipated to be completed. F. Saving is achieved through value engineering or other innovative design approaches. G. The total amount of approved Change Orders. H. Present status of the project. The City is interested in learning about other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email or call each reference up to three(3)times. If there is no answer after the third attempt.the City may apply no points for that project experience. Description Reference 1 ` Reference 2 Reference 3 Reference 4— Reference 5— Additional (Additional Name of Firm: FGUA Brevard County City of Miami Beach North Bay Village (BCC Reference, Major Subconsultant) Scope of Work: American Beach Water SOIRL Septic to Sunset Harbour North Bay Village & Sewer Improvements Sewer Conversion Neighborhood and Pump Stormwater Design (Zones N, M, T) Station Improvements Management Support Cost of Service: $9M (construction) $32.9M (construction) $26M (construction) $944,431 (design)/ Managing the Village's $60M Stormwater Bond Program Date of Service: 12020-2024 12020-2026 2014-2022 12919-Ongoing Contact Person: Teresa Irby-Butler, P.E., Lucas Siegfried, PE David Gomez Frank Rollason, CGC, ENV SP 305.673.7071 Village Manager Capital Project Manager Email: Tirbybutler@govmserv.com lucas.siegfried@brevard davidgomez@miamibeachfl.gov VillageManager@nbvilla fl.gov ge.com Phone #: 407-629-6900 x 106 321.633.2089 office 305.673.7071, Ext. 26732 Office 305.756.7171 office 321.350.8384 cell M 305.299.7300 407-608-2846 cell Address: 280 Wekiva Springs 2725 Judge Fran 1700 Convention Center 1666 John F Kennedy Road, Suite 2070 Jamieson Way, A-213 Drive, Miami Beach, FL Causeway 3rd Floor Longwood, FL 32779- Viera, FL 32940-6602 33139 North Bay Village, FL .6026 33141 Bid Number: PWE25-009 17 Vendor Name: Wade Trim, Inc. Subcontractors The Bidder shall state all Subcontractor(s)and type of Work proposed to be used for this project. Bidders shall not indicate"TBD" (To Be Determined)or"TBA"(To Be Announced)or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. Sub-consultant The Proposer proposes the following major sub-consultants for the major areas of work for the Project. The Proposer is further notified that all sub-consultants shall be properly licensed, bondable and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions. This page may be reproduced for listing additional sub-consultants, if required. Owner reserves the right to reject any sub-consultant who has previously failed in the proper performance of an award failed to deliver on time contracts in a similar nature, or who is not responsible(financial capability, lack of resources,etc.)to perform under this award. Owner reserves the right to inspect all facilities of any sub-consultant in order to make a determination as to the foregoing. r By clicking here I confirm that there are no Subcontractor(s)/Subconsultant(s)and the Bidder shall perform the project with their "OWN FORCES". Name • 'Address • 'Scope of work 'license No• BCC Engineering, LLC 6401 SW 87th Avenue, Suite 200, Miami, QA/QC, Technical Advisors, Roadway PE FL License #7184 FL 33173 Design, Stormwater Drainage, Hydraulic Modeling, Cost Estimating, Grant Administration Avirom & Assoc. 50 S.W. 2nd Avenue, Suite 102 Surveying Services FL Professional Surveyor Boca Raton, FL 33432 and Mapper Business License #LB3300 Corrosion Control Inc. 494 Fairplay Street Corrosion Control Docket #27851269 Rutledge, GA 30663 Electrical Design Associates 7284 West Palmetto Park Rd, Suite 302- Electrical Engineering PE FL License #8079 S, Boca Raton, FL 33433 Inframap Corp. 1100 N. Florida Mango Road, Unit 308, SUE Services FL Professional Surveyor West Palm Beach, FL 33409 and Mapper License #LS5708 McFarland Johnson 4601 Sheridan Street, Suite 500 Environmental, Blue Green Stormwater FL PE License Hollywood, FL 33021 Infrastructure Thomas Kendrick (Registry) PE FL #33800 South Florida Engineering 1224 Haywagon Trail Construction Inspection Aaron Cutler, Construction Services, Inc. Loxahatchee, FL 33470 Industry Licensing Board #CGC1520812 Terracon Consultants, Inc. 1225 Omar Rd. Geotechnical Engineering Rutugandha Nulkar, PE West Palm Beach, FL 33405 License #PE70625 The Merchant Strategy, Inc. 1804 North Dixie Highway, Public Outreach Business does not need Suite B license West Palm Beach, FL 33407 Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1)document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one(1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." If the attached file(s)cannot be opened or viewed, your Bid Call Document may be rejected. Bid Number: PWE25-009 18 Vendor Name: Wade Trim, Inc. RFQ FORMS The Offeror will submit a response to the solicitation(RFQ)on the proposal submission forms provided.All proposal submissions prices, amounts, and descriptive information must be entered into the e-procurement system bids&tenders. The Offeror must be licensed to do business as an individual, partnership,or corporation in the State of Florida. All qualification package forms should be executed and submitted for easy identification. Responses not submitted on proposal submission forms may be rejected. All qualification package submissions are subject to the conditions specified in this solicitation document. Submittals that do not comply with these conditions may be rejected. THE FOLLOWING FILLABLE DIGITAL FORMS HAVE BEEN CREATED AND MUST BE SUBMITTED/ACKNOWLEDGED WITH EACH BID: Certification Vendor Drug-Free Workplace Qualification Statement References Scrutinized Companies List E-Verify Compliance Sub-Consultant Form Firm's Primary Ownership FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION I. Document Upload 1: Complete Qualification Package as described in SECTION III—Detailed Qualification Package DETAILED QUALIFICATION PACKAGE Prospective Offerors interested in responding to this solicitation are requested to provide all of the information listed in this section. Submittals that do not respond completely to all of the requirements specified herein may be considered non-responsive and eliminated from the process. Brevity and clarity are encouraged. Each of the TEN (10)sections listed below shall be completed online through the e- procurement system and uploaded into DOCUMENT 1.. THE QUALIFICATION PACKAGE IS TO BE COMPLETED ONLINE 1. Letter of Interest The Letter of Interest shall summarize the Offeror's primary qualifications and a firm commitment to provide the proposed services. The Letter of Interest shall be signed by the Offeror or person authorized to bind the Offeror to the submitted RFQ. 2 .Standard Form 330 (Parts I and II)—Firms Qualifications The Standard Form 330 Architect/Engineer Qualifications for previous projects must be included as part of the RFQ response. Firms shall complete both Part I and II of the Standard Form 330 for projects completed within the past ten (10)years so that the City can obtain adequate information for this RFQ. 3. Certified Minority Business Enterprise Please identify if you are a Certified Minority Business Enterprise as defined by the Florida Small and Minority Business Assistance Act. The Prime Consultant will receive 10 points meeting this definition,and any sub-consultants will receive 5 points utilizing the weights described in SECTION IV—EVALUATION OF QUALIFICATION PACKAGE if this requirement is met. Note: Pursuant to the Consultants' Competitive Negotiation Act("CCNA"), a certified minority business enterprise is defined in accordance with the Florida Small and Minority Business Assistance Act. Pursuant to the Florida Small and Minority Business Assistance Act, a certified minority business enterprise is an entity that has been certified by the Florida Department of Management Services, Office of Supplier Diversity("OSD"). If you are a Certified Minority Business Enterprise, please provide proof of your certification by the Florida Department of Management Services, Office of Supplier Diversity("OSD") Bid Number: PWE25-009 19 Vendor Name: Wade Trim, Inc. 4.Offeror's Qualifications Proof of authorization(SUNBIZ)from the Florida Secretary of State to transact business in the State from prime and supporting firms. Provide a narrative statement demonstrating an understanding of the overall intent of this solicitation, as well as the methods used to complete assigned tasks. Please clearly describe all aspects of the project proposed. Include details of your approach and work plans. Identify any issues or concerns of significance that may be appropriate. Identify any sub-consultants you propose to utilize to supplement your Firm's staff. If the Principal Place of Business is different from the location specified in the Offeror's Qualification Statement,then the Offeror shall specify the office location where each project will be managed and produced. 5.Willingness to meet budget and timeline requirements: Please advise if your firm is willing to meet the following time and budget requirements. a. Budget: The Budget for this project is as follows: i. $19,765,302.00 a. Funding Sources: i. $3,265,302—City Fund ii. $16,500.00-Federal Department of Economic Opportunity(CDBG-MIT) Please note that during this portion of the process, the City is NOT asking for the firms to submit pricing.After the evaluation committee has selected the firms in order of preference,the City shall negotiate a contract with the most qualified firm for professional services at compensation, which the agency determines is fair, competitive, and reasonable. Should the agency be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated.The agency shall then undertake negotiations with the next most qualified firm. • • 2 PROJECT DBSCWI1ON:The 1$t of Boyotoa Saab tau been,.warded Some.Mstlwo Five H,wad Thousand Dolan sod Zero Cent.(g16,300,0D0 OD)n CDBG•Mor!Communtre(kvelo(.oem Block Gran Mi,igstioa)fondles(fa mitigation efforts to upgrade drainage.minim.and mulane improvement,to •neighborhoud known as'Sr Gilt.'5asi Casde is looted east of 1-95 south of Hypoluuo Road CDBG. MIT GIP pat propam MI'took is the promsoa of mood upgrades to the infrestructute(or an untknervrd popuhoon by giving than the abiity to move fndy in and out of tht neighborhood,having•tduble o'.sr of&dung wain.and knowing that annum ater roll properly drain foliowmq a motor run event will improve ttu mole)of Me of these residents The wet.elected Car the improvements under the grunt a etude up of ten Bkel Groups an defined by the U S D.putn.nt of Housing anti l'iban De.ekpsnen,(111I13).roseate:,these Bloc*C:mups exceed 74%LA11,detnnnstrtwtg that rho iso underatr.ed community.The Cry of Boynton Beath is leveraging 15.265.30200 wish the total project wrong 519.765.30200 6. Location Please provide the address and the primary location on where work will be performed by your firm for this project. If services will be performed by different offices(such as a joint venture)provide a location for each firm. 7. Financial Information Financial Stability: The Firm shall demonstrate financial stability. Firm shall provide a statement of its financial stability, including information as to current or prior bankruptcy proceedings. Qualification Packages shall include a copy of the most recent annual financial report/annual audit/10K and the most recent 10Q, if appropriate. Financial reports provided shall include, at a minimum,a balance sheet, an income statement,and a statement of cash flows. Financial Statement:The Firm shall include a copy of its latest audited financial statements. If the Firm is a corporation, it shall submit a copy of the corporation's latest audited financial statements. In the event the Firm does not have audited financial statements, it may substitute non- audited financial statements and complete federal tax returns for the last two(2)years. 8. Current and Projected Workload of the Offeror(by office local, if applicable) Bid Number: PWE25-009 20 Vendor Name: Wade Trim, Inc. a. Provide quantitative data that clearly indicates the ability of the Offeror to devote the necessary time and resources to successfully complete the service and projects promptly. Current and projected workload data shall be provided for each key project member as follows: b. Current project work listing and remaining labor commitments. c. Historically, describe the typical number of projects handled by the Offeror's key project managers at any given time. d. Projected workload of project management activities as defined in the scope of services. e. Identify any sub-consultant firms providing significant services that may be assigned more than five(5%)of the work. 9. References—Past Performance a. Provide at least three (3)reference projects of a similar size, scope, and complexity that have been completed by your firm within the last ten (10)years,which demonstrate the experience of the firm and the key members that will be assigned to provide the services as required by this Project. A project"similar in scope" is defined as a project that includes some or all of the following components: design of a new stormwater conveyance system, stormwater pump station,force mains, road restoration, and other related restoration work. A project"similar in size"is defined as a project completed under the Design-Bid-Build method,which was at least$10,000,000 in cost (design and construction). For each reference project, provide the following information: Client Name/Owner's Representative name, address, phone number, and email address. Name and location of the project. Description of the Scope of Work. b. Role your company provided. c. Date project was completed or is anticipated to be completed. d. Saving is achieved through value engineering or other innovative design approaches. e. The total amount of approved Change Orders. f. Present status of the project. g. The City is interested in learning about other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. h. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information. Selection Committee Members or desianee will email or call each reference up to three(3)times. If there is no answer after the third attempt. the City may aoolv no points for that oroiect experience. i. Submittal of General Information and Procurement Forms and Documents Procurement forms must be completed, signed,and notarized when required and submitted. In addition,all other requests and supporting documentation should be included. 10: EXHIBITS A to F -Federal Grant Provision-Notarization Required See SECTION I—INSTRUCTIONS TO OFFERORS-1.12 RFQ FORMS. a. In addition to the standard required forms. The Offeror shall complete the following for this federally funded grant project. Document Upload 1: Complete Qualification Package as described in SECTION III-Detailed Qualification Package Document Upload 2: Non-Collusive Affidavit&Acknowledgement Document Upload 3: Scrutinized Companies Affidavit Document Upload 4: Foreign Entity Ownership Affidavit Document Upload 5: Anti-Human Trafficking Affidavit Document Upload 6: Proof of State Certified or County Competency Document Upload 7: Certificate of Insurance—Proof of Requirements Document Upload 8: Internal Revenue Service Form W-9 Document Upload 9: Anti Kick Back Affidavit and Public Entity Crimes Form Document Upload 10: EXHIBITS A to F- Federal Grant Provision-Notarization Required Bid Number: PWE25-009 21 Vendor Name: Wade Trim, Inc. • Document Upload 1: Complete Qualification Package as described in SECTION III—Detailed Qualification Package-Wade Trim_City of Boynton Beach San Castle_FINAL_052225_rev.pdf-Thursday May 22,2025 14:44:36 • Document Upload 2: Non-Collusive Affidavit&Acknowledgement-Doc 2_Non-Collusion Affidavit.pdf-Tuesday May 20, 2025 15:55:34 • Document Upload 3: Scrutinized Companies Affidavit-Doc 3_Certification Pursuant to Florida Statute 287.135.pdf-Tuesday May 20, 2025 15:56:03 • Document Upload 4: Foreign Entity Ownership Affidavit- Doc 4_Affidavit of Compliance with Foreign Entity Laws.pdf-Tuesday May 20, 2025 15:56:12 • Document Upload 5:Anti-Human Trafficking Affidavit-Doc 5_Affidavit of Compliance with Anti-Human Trafficking.pdf-Tuesday May 20, 2025 15:56:24 • Document Upload 6: Proof of State Certified or County Competency-Doc 6_Cert of Good Standing 12-31-25.pdf-Tuesday May 20, 2025 15:57:22 • Document Upload 7: Certificate of Insurance—Proof of Requirements-Doc 7_WT COl.pdf-Tuesday May 20, 2025 16:35:20 • Document Upload 8: Internal Revenue Service Form W-9-Doc 8_W9-Updated 03-24.pdf-Tuesday May 20, 2025 15:31:26 • Document Upload 9:Anti Kick Back Affidavit and Public Entity Crimes Form-Doc 9_Anti-Kickback and Public Entity.pdf-Tuesday May 20, 2025 16:02:18 • Document Upload 10: EXHIBITS A to F-Federal Grant Provision-Notarization Required -Doc 10_Exhibits A to F.pdf-Tuesday May 20, 2025 16:00:23 • Additional Document-Doc 11_Qualification Statement.pdf-Tuesday May 20, 2025 16:11:29 Bid Number: PWE25-009 22 Vendor Name: Wade Trim, Inc. Addenda & Declarations SECTION V—STANDARD GENERAL TERMS AND PROVISIONS Unless otherwise agreed to by the City of Boynton Beach ("City"), the following Standard Terms and Conditions are applicable to this solicitation and the resulting agreement/contract. The term"vendor,"as used below, may collectively apply to vendors, bidders, Offerors, consultants, contractors, subcontractors, and sub-consultants. 1. FAMILIARITY AND COMPLIANCE WITH LAWS,CODES AND REGULATIONS: Before submitting a proposal to this RFQ, Offerors shall comply with all federal, state, and local laws, ordinances, and regulations applicable to the services contemplated herein, including those applicable to conflict of interest and collusion. Offerors must familiarize themselves with all federal, state, and local laws,ordinances, codes, and regulations that may in any way affect the goods/services offered and any other applicable federal requirements now in effect or imposed in the future. Lack of knowledge by the Offeror shall not be a cause for relief from responsibility. 2. NON-COLLUSION Offeror shall not collude, conspire,connive,or agree, directly or indirectly,with any other Offeror,firm, or person to submit a collusive or sham response in connection with the work for which the response has been submitted;or to refrain from responding in connection with such work or have in any manner, directly or indirectly, sought by person to fix the price or prices in the proposal submission form or of any other Offeror,or to fix any overhead profit,or cost elements of the proposal price or the bid price of any other responder, or to secure through any collusion, conspiracy,connivance,or unlawful agreement any advantage against any other Offeror, or any person interested in the proposed work. The Offeror certifies there has been no collusion with any other firm or employees from any other firm who will be submitting a proposal on the same project. 3. LEGAL CONDITIONS Offerors are notified to familiarize themselves with the provisions of the law of the State of Florida relating to the hours of labor on municipal work and with the provisions of the laws of the State of Florida and the Charter and the ordinances of the City of Boynton Beach. 4. CONFLICT OF INTEREST The award is subject to all conflict-of-interest provisions of the City of Boynton Beach, Palm Beach County,of the State of Florida. 5. ADDITIONAL HOURS QUANTITIES The City reserves the right to acquire additional hours or quantities of the requested proposal services at the prices bid/proposal in this solicitation. If additional quantities are not acceptable,the bid sheets must be noted: "PROPOSAL IS FOR SPECIFIED QUANTITY ONLY". 6. DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder,the decision of the City Manager shall be final and binding on both parties. 7. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Offeror will in no way be a cause for relief from responsibility. 8. ON PUBLIC ENTITY CRIMES All Request for Proposals, Request for Qualifications, Invitations to Bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a)of Section 287.133, Florida Statutes,which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract or provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, vendor,or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list". 9. FEDERAL AND STATE TAX: Bid Number: PWE25-009 23 Vendor Name: Wade Trim, Inc. The City of Boynton Beach is exempt from Federal and state taxes. 10. PURCHASE ORDER REQUIRED: The City will not accept any goods delivered or services performed unless a duly authorized purchase order has been issued for said goods and/or services. The purchase order number must appear on all invoices, packing slips, and all correspondence concerning the order. 11. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: The Offeror certifies that all material,equipment, etc., contained in this bid meets all O.S.H.A. requirements. Offeror further certifies that if awarded as the Consultant, and the material equipment, etc.delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on the date of delivery, all costs necessary to bring the materials,equipment, etc., into compliance with the aforementioned requirements shall be borne by the Offeror. Offeror certifies that all employees, subcontractors,agents, etc.shall comply with all O.S.H.A. and State safety regulations and requirements. 12. PALM BEACH COUNTY INSPECTOR GENERAL: The Offeror and, if awarded Consultant, is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any agreement/contracts resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Consultant and its sub-consultant and lower-tier sub-consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law,the failure of the Consultant or its sub-consultants or lower-tier sub-consultants to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this agreement/contract justifying its termination. 13. OTHER AGENCIES All Consultant(s)awarded contracts resulting from this RFQ and from this submitted proposal may, upon mutual agreement, permit any municipality or other governmental agency to participate in the contract under the same prices, terms,and conditions if agreed to by both parties. It is understood that at no time will any city,county, municipality,or other agency be obligated to place an order for any other city, county, municipality, or agency, nor will any city,county municipality,or agency be obligated for any bills incurred by any other city, county, municipality,or agency. Further, it is understood that each agency will issue its own purchase order or contract to the awarded Offeror(s). 14. VENUE AND GOVERNING LAW: Any and all legal actions arising from or necessary to enforce this solicitation and resulting agreement/contract will be held in Palm Beach County and shall be interpreted according to the laws of Florida. 15. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT The City is committed to assuring equal opportunity in awarding orders/contracts and complies with all laws prohibiting discrimination. During the performance of the Contract, the Consultant and its sub-consultants shall not discriminate against any employee or applicant for employment because of race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation, familial status, sexual orientation,gender identity, expression,or disability if qualified. The Consultant will take affirmative action to ensure that employees and those of its sub-consultants are treated during employment,without regard to their race,color, sex, including pregnancy, religion, age, national origin,ancestry, marital status, political affiliation,familial status, sexual orientation, gender identity, expression, or disability if qualified. Such actions must include, but not be limited to,the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant and its sub-consultants shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that they will ensure that all sub-consultants, if any, will be made aware of and will comply with this nondiscrimination clause. The Consultant understands and agrees that a material violation of this section shall be considered a material breach of this solicitation and the resulting agreement/contract and may result in termination of the agreement/contract, disqualification, or debarment of the company from participating in City contracts,or other sanctions. 16. INDEPENDENT CONSULTANT RELATIONSHIP: Bid Number: PWE25-009 24 Vendor Name: Wade Trim, Inc. The Offeror and, if awarded Consultant, is, and shall be, in the performance of all work, services, and activities under this solicitation and the resulting agreement/contract,an independent Consultant and not an employee, agent, or servant of the City.All persons engaged in any of the work or services performed pursuant to the agreement/contract shall, at all times and in all places, be subject to the Consultant's sole direction, supervision,and control. The Consultant shall exercise control over the means and manner in which it and its employees perform the work,and in all respects,the Consultant's relationship, and the relationship of its employees,to the City shall be that of an independent Consultant and not as employees or agents of the City. 17. OMISSION OF DETAILS Omission of any essential details from the terms or specifications contained herein will not relieve the responding Firm of supplying such product(s)or service as specified. 18. LOBBYING -CONE OF SILENCE: Consistent with the requirements of Chapter 2,Article VIII, Lobbyist Registration,of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence.A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract rejects all bids or responses or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no Offeror or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation,with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for the award of contract to the Offeror. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation.Additionally,the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. 19. LEGAL EXPENSES: The City shall not be liable to a Offeror for any legal fees, court costs,or other legal expenses arising from the interpretation or enforcement of the agreement/contract or from any other matter generated by or relating to the agreement/contract. 20. NO THIRD-PARTY BENEFICIARIES: No provision of this RFQ or agreement/contract to follow with Consultant is intended to,or shall be construed to, create any third-party beneficiary or to provide any rights to any person or entity not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Offeror. 21. DIRECT OWNER PURCHASES: The City reserves the right to issue purchase orders for materials to either the Contractor/Consultant/Vendor or the City's suppliers for contracts/construction/public works-related materials when deemed in the City's best interest. 22. SCRUTINIZED COMPANIES: By submission of a proposal for this solicitation, CONSULTANT, its principals or owners, certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, or is engaged in business operations with Syria. In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a bid for, or enter into or renew a contract with any agency or local governmental entity for goods or services of: Any amount of,at the time bidding on, submitting a bid for, or entering into or renewing such Contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or One million dollars or more if,at the time of bidding on, submitting a bid for, or entering into or renewing such Contract,the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Syria. 23. DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not:obtain an agreement/contract to provide goods or services to a public entity; construct or repair of a public building or public work; lease real property to a public entity;award or perform work as a vendor, supplier, or vendor under agreement/contract with any public entity; nor transact business with any public entity.The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Bid Number: PWE25-009 25 Vendor Name: Wade Trim, Inc. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at(850)487-0915. 24. NON-EXCLUSIVE As may be applicable,the City reserves the right to acquire some or all of these goods and services through a State of Florida agreement/contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida agreement/contract offers a lower price for the same goods and services. This reservation applies both to the initial award of this solicitation and to acquisition after an agreement/contract may be awarded. Additionally, the City reserves the right to award other agreement/contracts for goods and services falling within the scope of this solicitation and resultant agreement/contract when the specifications differ from this solicitation or resultant agreement/contract, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant agreement/contract. 25. BUSINESS INFORMATION If a proposing firm is a Joint Venture for the goods/services described herein,the Offeror shall, upon request of the City, provide a copy of the Joint Venture Agreement signed by all parties. 26. AGREEMENT/CONTRACT Offeror agrees that by submitting a proposal that is accepted by the City of Boynton Beach, a binding agreement/contract is formed in accordance with the City's terms, conditions, and specifications as set forth in the purchase order unless otherwise agreed by the City and the Offeror. The Offeror certifies that the proposal has been made by an officer or employee having the authority to bind the Offeror. 27. ENDORSEMENTS No endorsements by the City of the goods and/or services will be used by the Offeror in any way, manner, or form. 28. DRUG-FREE WORKPLACE The Consultant shall implement and maintain a drug-free workplace program of at least the following items: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace,the Offeror's policy of maintaining a drug-free workplace,any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the services that are under agreement/contract a copy of the statement specified in Item A above. D. In the statement specified in Item A above, notify the employees that,as a condition of providing the services that are under agreement/contract,the employee will abide by the terms of the statement and will notify the Offeror of any conviction of,or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)calendar days after such conviction or plea. E. Impose a sanction on or require satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community,for any employee who is so convicted or so pleads. F. Make a good faith effort to continue to maintain a drug-free workplace through the implementation of Section 287.087, Florida Statutes 29. PROHIBITED TELECOMMUNICATIONS EQUIPMENT Offeror represents and certifies that Offeror and all Sub-consultants do not use any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system or as critical technology as part of any system,as such terms are used in 48 CFR§§52.204-24 through 52.204-26. Offeror represents and certifies that Offeror and all Sub- consultants shall not provide or use such covered telecommunications equipment, system,or services during the Term. 30. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Offerors are hereby notified of the provisions of section 287.05701, Florida Statutes,as amended,that the City will not request documentation of or consider a Offerors social, political, or ideological interests when determining if the Offeror is a responsible Consultant. Offerors are further notified that the City's governing body may not give preference to a Offeror based on the Offeror's social, political, or ideological interests. 31. RIGHTS IN DATA Except if otherwise agreed to in writing,the City shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Offeror pursuant to the terms of this solicitation, including but not limited to reports, memoranda or letters concerning the research and reporting tasks required. Bid Number: PWE25-009 26 Vendor Name: Wade Trim, Inc. 32. DOCUMENTATION OF COSTS All costs submitted shall be supported by properly executed payrolls, time records, invoices, vouchers, or other official documentation evidencing in proper detail the nature and propriety of the charges.All checks, payrolls, invoices, contracts, vouchers,orders, or other accounting documents pertaining in whole or in part to the resulting contract/agreement shall be clearly identified and regularly accessible and provided to the City upon request. 33. PUBLIC RECORDS Sealed documents received by the City in response to a Request for Proposals, Request for Qualifications,or Invitation to Bid are exempt from public records disclosure until thirty(30)calendar days after the opening of the RFQ, RFP,or BID unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The Consultant agrees that copies of any and all property,work product,documentation, reports, computer systems and software, schedules, graphs, outlines, books, manuals, logs,files, deliverables, photographs, videos,tape recordings, or data relating to the agreement/contract which have been created as a part of the vendor's services or authorized by the City as a reimbursable expense, whether generated directly by the Consultant,or by or in conjunction or consultation with any other party whether or not a party to the agreement/contract,whether or not in privity of contract with the City or the Consultant, and wherever located shall be the property of the City. Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S. All submitted information that the responding Offeror believes to be confidential and exempt from disclosure(i.e., a trade secret or as provided for in Section 119.07 and Section 812.081, F.S.)must be specifically identified as such. Upon receipt of a public records request for such information,a determination will be made as to whether the identified information is, in fact, confidential. The City is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically, the Consultant shall: Keep and maintain public records required by the City to perform the service. Upon request from the City's custodian of public records, provide the 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, Fla. Stat.or as otherwise provided by law. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and,following completion of the contract, Consultant shall destroy all copies of such confidential and exempt records remaining in its possession once the Consultant transfers the records in its possession to the City; and Upon completion of the contract, Consultant shall transfer to the City,at no cost to the City, all public records in Consultant's possession.All records stored electronically by Consultant must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Failure of the Consultant to comply with the requirements of this Section, and other applicable requirements of state or federal law, shall be a material breach of the resulting agreement/contract.The City shall have the right to exercise all remedies available to it for breach of agreement/contract, including but not limited to,the right to terminate for cause. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES,TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 EAST OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CitvClerkObbfl.us r I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Tom Brzezinski, Executive Vice President,Wade Trim, Inc. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes r. No Bid Number: PWE25-009 27 Vendor Name: Wade Trim, Inc. The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column"I have reviewed this addendum"below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments(If applicable) Addenda No.6 Tue May 13 2025 05:58 PM PWE25-009-San Castle CDBG MIT-Addendum No.5 Mon April 28 2025 10:19 AM Addenda No.4 2 Tue April 8 2025 02:33 PM Addenda No.3 Tue March 11 2025 02:52 PM Addenda No.2 Wed February 26 2025 05:51 PM N/A r, Wed February 26 2025 05:48 PM Addenda No.1 R 1 Fri February 14 2025 04:12 PM Bid Number: PWE25-009 28 Vendor Name: Wade Trim, Inc. i Alb, . ,: . . ..._ p. _ . .0. ,...: _, . , ..r .......4t, - .•.. dir el, ..71.. '4?t,,- .' --• ," • ..,.4-..., • ' iii77-404. . .. -.tr. # api. eh _.,... _: t,-,..,,,- • /-..:,. - II a . .' ,*.Acr - 1 r Lrd•, !' y ) , r )117 , ►- ,Iiii• ' •,Ilir' tom, - t �ti ;, IN « 1 : . „yah" -, Jlia , +• ,- dip , -.r • te M.3tnr �" �,{ r al 11.4 r '.. _- Cyt RFP NO. PWE25-009 Engineering Design and Environmental Review Services SAN CASTLE - GRANT FUNDED WADE MAY 22, 2025 ligTRI M 29 FL LA6667249 WADE Inc. Wade Trim, TRIM 9100 S. ncnd Boulevard,Suite 1500 • Miami,FL 33156 786.361.1645 • 800.482.2864 • www.wadetrim.com Section 1. Letter of Interest May 22, 2025 City of Boynton Beach Room 115 100 E. Ocean Avenue Boynton Beach, FL 33435 Re: Engineering Design and Environmental Review Services-San Castle-Grant Funded Dear Selection Committee Members: The City of Boynton Beach is embarking on several pivotal community improvement projects which will ensure residents of these community a better quality of life. We commend the City on the important steps leadership has taken to ensure that these projects are well positioned for successful implementation and delivery. We understand that the City has done a stormwater evaluation for these areas.We also acknowledge that a substantial grant has been secured through the Florida Department of Commerce, US. Department of Housing and Urban Development(HUD) Community Development Block Grant - Mitigation (CDBG-MIT)for the San Castle community. The San Castle community is one of the focus areas that needs critical upgrades to benefit an underserved population of residents. We recognize that through this project it is the City's goal to give the residents the ability to move freely in and out of the neighborhood, have a reliable source of drinking water, and know that stormwater will properly drain following a major rain event.The purpose of this transformative project is to implement mitigation activities to increase resilience to disasters, reduce or eliminate the long-term risk of loss of life, injury, or damage to and loss of property, and therefore ensure the safety and quality of life for this community throughout regular day-to-day activities,as well as severe weather events. This type of project demands a highly experienced and collaborative team that will work with the City as a trusted partner to achieve these important goals. Wade Trim has assembled and committed a team with extensive experience in very similar projects across SE Florida that provided the transformative results that those communities needed.The Wade Trim team, along with our partner BCC Engineering, have delivered several award-winning projects for the City of Miami Beach, one of which gained national recognition.These projects addressed the need for creative and viable solutions to the ever-present challenges of climate change impacts and resiliency needs that our coastal communities now face.Through our proposal we will also demonstrate how our team is well versed in the grant administration required,as well as the environmental study expertise that is necessary to properly manage the grant funding type that the City has secured for this project. 1P City of Boynton Beach May 22, 2025 Additionally,we recognize the important value it brings to a project to have local and minority business partners that know and understand the community and its needs. We have included key partners that will provide important services such as public outreach and engagement, provided by Merchant Strategy, NEPA environmental reviews and studies, provided by McFarland Johnson and other key support services that are highlighted in our proposal.This will ensure that our team best understands the needs of the San Castle community and is best positioned to deliver on goals of this vital project. In closing,Wade Trim is committed to becoming a trusted partner to the City of Boynton Beach on this transformative project and well into the future for the City's growth and progress needs.Although we have not worked for the City in the past, members of the City staff have prior experience with Wade Trim and our partners, and therefore understand that our client promise—to be responsive, reliable, and resourceful—is more than just a slogan. It is a core cultural value that ensures that we truly embrace and fully commit to being a valued partner to the City of Boynton Beach. We thank the City of Boynton Beach for the opportunity to submit this proposal and we look forward to serving you as a valued client. If you have any questions, please feel free to contact us at the number or email below. Tom Brzezinski, PE Shari Ramirez, PE Principal-in-Charge, Executive Vice President Project Manager 813.678.2634 786.361.1644 sramirez@wadetrim.com Authorized Signatory p3RESPONSIVE RELIABLE RESOURCEFUL fl M I S E We will act quickly and We will collaborate closely We will seek creative positively,adapting our with clients,advising solutions, delivering 1,0 �s work approach to meet and earning trust with technical excellence to the U the needs of the project. each deliverable. project's challenges. 1 IA WADE During the development of this proposal, we maximized the use of recycled and,„ TRIMrecyclable materials to reduce waste. SECTION 1 SECTION 3 LETTER OF INTEREST II CERTIFIED MBE 81 SECTION 2 SECTION 4 SF 330 FORM 1 OFFEROR'S QUALIFICATIONS 83 Introduction to the Team.. . 53 A. Proof of Authorization (SUNBIZ) 83 History Working Together .._ 54 B - E. Project Approach 83 Firm Qualifications. 54 F. Subconsultants 83 Stormwater Pumping and Conveyance 54 BCC Engineering 83 Utility Pipelines 56 The Merchant Strategy 83 Stormwater Drainage . 58 McFarland Johnson._ 84 Roadway Design 58 South Florida Engineering Services 84 Construction Engineering 59 Terracon 84 Grants/Funding 60 Corrosion Control 85 Adequacy of Personnel. . . 61 Inframap ... 85 Availability of Specialty Resources. 61 Avirom Survey 85 Experience . . 61 EDA 85 Past Record/ Past Performance 61 G. Principal Place of Business 86 Project Manager 63 Design Manager _ 65 0 to 32 WADE During the development of this proposal, TRIM we maximized the use of recycled and recyclable materials to reduce waste. 401 + SECTION 4(CONT.) SECTION 6 APPROACH 87 LOCATION 110 Project Understanding 87 1 Project Approach 90 SECTION 7 Project Initiation and Planning 90 FINANCIAL INFORMATION 112 2 Data Gathering. .. 94 3 Stakeholder Engagement ._ . .. 95 Financial Stability 112 4 Preliminary Design 97 5 Detailed Design 99 SECTION 8 Introduction 99 CURRENT AND PROJECTED WORKLOAD 114 Design Process 100 Harmonization 100 6 Cost Estimation &Timeline 103 SECTION 9 7 Permitting and Regulatory Compliance Introduction 104 REFERENCES 117 SECTION 5 WILLINGNESS TO MEET BUDGET AND SECTION 10 TIMELINE 108 GENERAL INFORMATION G FORMS 123 Schedule and Budget Management Control. . 108 Company Licenses 123 APPENDIX FINANCIAL STATEMENTS 138 i(1 33 SECT OV 2 STA1AR1 TN 330 _ RM QUA _ = CAT0S FORM 330 PART I Contract-Specific Qualifications Section 2. Standard Form 330 Architect-Engineer Qualifications PART I-CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION LOCATION S_._. ON(CITY AND STATE) ~� Engineering Design and Environmental Review Services-San Castle-Grant Funded 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER January 30,2025 RFQ No. PWE25-009 B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Tom Brzezinski, PE/ Executive Vice President 5.NAME OF FIRM Wade Trim, Inc. 6.TELEPHONE NUMBER 7.FAX NUMBER • 8.E-MAIL ADDRESS 813.678.2634 N/A tbrzezinski@wadetrim.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) a o U y 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT 0 CHECK IF BRANCH OFFICE 9100 S. Dadeland Boulevard, Project Management,QA/QC,Technical Wade Trim, Inc. Suite 1500, Miami, FL 33156 Advisor,Stormwater Pumping&Conveyance, Utilities Pipeline, Harmonization, Hydraulic Modeling,Conveyance Pipe Design, A. x Pump Station,Structural Design,Water Main,Sanitary Force Main,Gravity Sewer, Constructability,Cost Estimating,Permitting, Grant Management, Utility Coordination, Bidding Assistance,Construction Engineering CHECK IF BRANCH OFFICE 6401 SW 87th Avenue,Suite QA/QC,Technical Advisor,Roadway Design, BCC Engineering,LLC 200, Miami, FL 33173 Harmonization, MOT,Stormwater Drainage, B. x Hydraulic Modeling,Grant Administration, Street Lighting,Signalization,Signing& Pavement Marking,Cost Estimating ❑CHECK IF BRANCH OFFICE 494 Fairplay Street C. x Corrosion Control Inc. Rutledge,GA 30663 Corrosion Control 2 CHECK IF BRANCH OFFICE 1100 N. Florida Mango Road, D. x Inframap Corp. Unit 308,West Palm Beach, FL SUE Services 33409 CHECK IF BRANCH OFFICE 4601 Sheridan Street,Suite 500 Environmental, Blue/Green Stormwater E. x McFarland-Johnson, Inc. Hollywood, FL 33021 Infrastructure 0 CHECK IF BRANCH OFFICE 1224 Haywagon Trail F. x South Florida Engineering Services, Loxahatchee, FL 33470 Construction Inspection Inc. (SFES) 0 CHECK IF BRANCH OFFICE 1225 Omar Rd. G. X Terracon Consultants, Inc. West Palm Beach,FL 33405 Geotechnical Engineering ❑CHECK IF BRANCH OFFICE 1804 North Dixie Highway, H. x The Merchant Strategy,Inc. Suite B Public Outreach West Palm Beach,FL 33407 ®CHECK IF BRANCH OFFICE 50 S.W.2nd Avenue,Suite 102 I• x Avirom&Associates,Inc. Boca Raton, FL 33432 Surveying WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN;fiSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 1 FORM 330 I PART I Contract-Specific Qualifications Architect-Engineer Qualifications PART I -CONTRACT-SPECIFIC QUALIFICATIONS (Cont.) C. PROPOSED TEAM (Cont.) (Complete this section for the prime contractor and all key subcontractors.) 0 U a cc U.! s z z C- z CC 0 e, N 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT CHECK IFBRANCH OFFICE 7284 West Palmetto Park Rd, Suite Electrical X Electrical Design Associates,Inc. 302-S,Boca Raton, FL 33433 D. ORGANIZATIONAL CHART OF PROPOSED TEAM G. Attached rn 0 ui WADE TRIM CITY OF BOYNTON BEACH i RFQ NO.PWE25-009 f ENGINEERIN;fiSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 2 25-11419 1 Z. O D .o m x ORGANIZATIONAL CHART o LEGEND C ITV OF r, irl < Wade Trim(WT) BOYNTON > • BCC(BCC) B E A C H -1 m The Merchant Strategy(TMS) c-) o McFarland Johnson(MCF) - o South Florida Engineering Services(SFES) ROJECT MANAGER a, = Terracon(TER) CO Corrosion Control Inc.(CCI) Shari Ramirez,PE, g Inframap(INF) ENV SP(WT)* QA/QC I TECHNICAL ADVISORS = Avirom(AVI) ! m • Electrical Design Associates,Inc.(EDA) PRINCIPAL-IN-CHARGE '. J Freddy Betancourt,PE,LEED AP(WT)* n .c:, Tom Brzezinski,PE(WT)* Victor Herrera,PE(BCC)* CD Key Personnel* , Gary Prenger,PE(WT)* fl j DESIGN MANAGER •. PUBLIC OUTREACH m David Mullen,PE(WT)* Sharon Merchant(TMS)* C) v, o J ` p . o U, = ROADWAY DESIGN STORMWATER PUMPING AND CONVEYANCE UTILITIES PIPELINE CONSTRUCTION ENGINEERING m LEAD LEAD LEAD LEAD Andrew List,PE(BCC)* David Mullen,PE(WT)* Salome Montoya, PE(WT)* Jim Gunther,PE(WT)* en J L ) L ) l Harmonization Signing& MOT/TTCP/SWPP Hydraulic Modeling Pump Station/ I Water main Inspection RFI = \ = David Mullen,PE Pavement Marking Oscar Oliva,PE AJ Gutz,PE, LEED Water Quality Shari Ramirez,PE(WT) * Aaron Cutler,CGC, • CHANGE ORDERS (WT) * Keri-Ann Coore- (BCC) AP(WT)* Mike Demko,PE PMP(SFES) •SUBMITTALS Carlos Morales Vickers,PE(BCC) Jean Pierre Valle, (WT) Sanitary Force Main Chase Jackson(WT) ' PROJECT = (BCC) Stormwater PE,CFM,ENV SP Lindsey Bohmann,PE(WT) • WARRANTIES Blue Green Drainage (BCC) Structural Design Constructability • O&M MANUALS n Roadway Design Stormwater Lazaro Ferrero,PE I Jim White,PE(WT) Gravity Sewer Andy Franosz(WT) • SHOP DRAWINGS - Andrew List,PE Infrastructure (BCC)* Conveyance Pipe Oscar Duarte,PE(WT) Rob Dickson(WT) • COMMISSIONING Electrical and I&C (BCC)* David Rosa(MCF) Design • SPECIALTY SITE VISITS Edil H. Pena Sam Graybill,PE Dameion Modeling/Assessments Cost Estimating * Jimenez(MCF) (WT)* Danaldson, PE Kyle Scott(WT) Dan Diponio(WT) Anthony Vecchio, (EDA) Jean Rodriguez,PE PE(WT)xi (BCC) Fi Drone Operation/ y . Data Collection n Chase Jackson(WT) _ SUPPORT SERVICES J l IPermitting/Bidding I Survey SUE I Geotech/Hydrogeo I Corrosion Engineering 1 Shari Ramirez,PE,ENV SP(WT)* Michael J.Avirom,PSM(AVI) I Paul Dean Engle,PSM(INF) Rutu Nulkar,PE(TER) Craig Meier(CCI) Andres Mauricio Garcia(INF) IEnvironmental Grant Administration I Utility Coordination I Street Lighting I Signalization David Rosa(MCF) Wayne Hofmann(WT) Starr Alfonso(WT) Hendric Mendez,PE(BCC) Dacha Quintana, PE(BCC) Jean Rodriguez, PE(BCC) FORM 330 J PART I: E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13 ROLE IN THIS CONTRACT Shari Ramirez, PE, ENV SP,TTCP Project Manager/Water Mains 20 2 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim Inc.(Miami, FL) 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering, Florida International University Professional Engineer: Florida (No. 73078) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Shari is a Senior Engineer and Project Manager with 19 years of experience in design, permitting, bidding,grant administration, and construction administration of water, wastewater, and stormwater projects. She has been an engineer of record for multiple pipeline projects installed via traditional open-cut, pipe bursting, and horizontal directional drilling. She is a certified Envision Sustainability Professional and Temporary Traffic Control Professional. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Miami Beach:41st Street 20-Inch Water Main Replacement(Miami PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Beach, FL) 2023 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE RI CHECK IF PERFORMED WITH CURRENT FIRM Project Manager and Engineer of Record responsible for the design, permitting, bidding and construction administration services of 1,200 LF of 20-inch water main replacement of which 820 LF of 20-inch HDPE DR 11 was installed via Horizontal Directional Drilling (HDD) crossing under the FDOT bridge and waterway(Biscayne Aquatic Preserve)and 380 LF of 20-inch Zinc Coated Ductile Iron with V-Bio Polyethylene Encasement via open cut.The project limits were along 41st Street(State Road)from Pine Tree Dr to Collins Avenue. The water main was permitted with FDEP, FDOT, USACE, RER, and FDOH. Expedited Design, Early Permitting, Maintenance of Traffic and Stakeholder coordination were key components in the successful construction of this water main emergency repair project. .. I r.. ...-.. ..-.. (2)YEAR COMPLETED.......... City of Hollywood: Grants Management Program (Hollywood, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022 N/A ['CHECK IF PERFORMED WITH CURRENT FIRM Lead Engineer/ Project Manager responsible for the grant management program for the City of Hollywood.The scope of work involved assisting with the identification and evaluation of available grant funding opportunities, preparation of grant/loan applications, monthly and quarterly reporting, existing and future grant administration, preparation of engineering supporting documentation, review of grant timelines and requirements.The list of projects involved water, wastewater, and stormwater infrastructure. Managed and executed the grants and loans funding applications submitted to Agencies like Broward County,FDOT,EPA, FDEO, FEMA,FDEP and others. ............. . (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Ft. Lauderdale:GT Lohmeyer WWTP 60-Inch Redundant Effluent Force PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Main(Fort Lauderdale, FL) 2023 Ongoing(est. 2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Deputy Project Manager for the GTL WWTP Redundant Effluent Force Main project. Design-Build services led by Ric-Man Construction Florida,with Wade Trim providing design, permitting, and construction administration services.The project includes design of a 60- inch PCCP FM which will be redundant to an existing aging 54-inch FM. Approximately 4,000 LF of 60-inch FM will extend from the GTL WWTP Effluent Pump Station Building and connect to the five deep injection wells.The project requires extensive coordination with Stakeholders, Utility Owners and Permitting Agencies including Port Everglades, Cruise Terminal, Broward County, Buckeye Gas, FPL, Marathon Gas, FDEP, and City of Fort Lauderdale.The Project also included roadway widening and drainage improvements along Eisenhower Blvd. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Sunrise:Golf Village Infrastructure Improvements (Sunrise, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2021 2021 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLL OCHECK IF PERFORMED WITH CURRENT FIRM Senior Engineer/ Project Manager responsible for providing water modeling engineering analysis, basis of design report,design, and permitting services for the installation of water mains,force mains, and stormwater infrastructure.The improvements involved the design of 53,000 linear feet of water mains replacements of aging 6-inch to 12-inch PVC and asbestos pipes, upsizing existing 2-inch through 4-inch water mains, 7,000 linear feet of force main replacement of 6-inch through 10-inch asbestos pipes, and design of exfiltration trenches to address localized flooding areas. Performed reviews of existing GIS files, as-builts,topographic surveys and geotechnical reports; provided utility coordination and evaluated existing conditions utilizing the WaterGEMS model software. Prepared permit application package for jurisdictional agencies. WADE TRIM CITY OF BOYNTON BEACH I RFD NO.PWE25-009 ENGINEERIN;QQ 6[SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 4 FORM 330 PART I: E Resumes 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 Tom Brzezinski, PE Principal-In-Charge A.TOTAL B.WITH CURRENT FIRM 36 34 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim Group(Tampa,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MBA, Finance& BS,Civil Engineering Professional Engineer: Florida(No. 63602) 18.OTHER PROFESSIONAL QUAUFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Tom has 36 years of experience managing,designing,and constructing various sized municipal engineering projects.With a strong background in water/wastewater/stormwater utility projects, he is well versed in a magnitude of project types and understands what it takes to deliver projects successfully. His experience includes serving as Principal-in-Charge delivering open work order type contracts, and he has performed this function for various clients. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Palm island and Hibiscus island Neighborhood improvements(Miami Beach, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2014 2023 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE gi CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for the project oversight and technical guidance in addressing the City of Miami Beach tailwater elevation requirement.The neighborhood improvements scope included raising and reconstructing the roadways,constructing a new drainage system with pumped outfalls,new water main installation, relocation of some water services,utility undergrounding,and roadway lighting and streetscape improvements.The stormwater drainage system required designing and installing three new pump stations with outfalls to Biscayne Bay: Palm Island Pump Station No. 1 and No. 2,and Hibiscus Island Pump Station No. 1. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Sunset Harbour Neighborhood Improvements(Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2023 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for the project oversight and technical guidance for this design-build project that consisted of a stormwater collection system, pump station,force main,and outfall structure to convey stormwater to Biscayne Bay.The submersible pump station was designed for 10 MGD and required an elevated control panel and access platform to keep the panel above flood elevation. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 41st Street 20-inch Water Main Replacement(Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2023 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for the project oversight in the design plans development of the replacement of a 16-inch with 1,200 LF of 20-inch DI/HDPE DR 11 water main replacement that includes horizontal directional drilling.The proposed water main replacement will connect to an existing water main on Pine Tree Drive,then run west under the Indian Creek waterway(Biscayne Aquatic Preserve)to Indian Creek Drive along 41st Street(State Road). (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 1163-18 FKAA Islamorada 36-inch Water Main Transmission(Islamorada, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPUCABLE) 2023 Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE a CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for the project oversight and technical guidance in the installation of 5 miles of a 36-inch steel pipe along US-1 in FDOT right-of-way from mile marker 79 to mile marker 84 in Islamorada.A 1,700-footlong subaqueous Tea Table Relief Channel crossing was included using horizontal directional drilling with HDPE pipe.The transmission main will replace an existing 30-inch- diameter pipe installed in the early 1980s.The alignment travels through a congested section of Islamorada. Due to several existing utilities in the area,the new pipe will be installed under the southbound lanes of US-1,making maintenance of traffic a significant challenge. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Donut Hole Water Mains(Miami Gardens, FL) 2019 2020 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for the project oversight and technical guidance in replacing the existing undersized and deteriorated water mains and existing main loop closures to improve systems pressure and provide fire flow protection and water service conversions within the County's City of Miami Beach, Donut Hole service area.The project included approximately 2,000 LF of 6-inch water main,21,400 LF of 8-inch water main,and 11,500 F of 12-inch water main, including the conversion of 506 water service from the back to the front of the properties. Prepared permits for the water mains,provided CADD design revisions,and located optimal points for air release valves. WADE TRIM CITY OF BOYNTON BEACH I RFU N0.PWE25-O09 I ENGINEERINNSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 5 FORM 330 PART I:E Resumes 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 Freddy Betancourt, PE QA/QC&Technical Advisor A TOTAL B WITH CURRENT FIRM 26 3 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Orlando, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Engineering&BSE,Civil Engineering Professional Engineer: Florida(No. 68072) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Freddy serves as our Water Resources Group National Pipeline Technical Lead where he focuses on growing our conveyance practice across the country while serving water and wastewater clients in Florida. He brings 25 years of experience in water transmission and distribution and wastewater collection with expertise in rehabilitation,design,trenchless technologies,and construction management. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 41st Street 20-Inch Water Main Replacement(Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2023 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM QA/QC for the design,bid,and construction administration services for 1,200 LF of 20-inch water main replacement, including horizontal directional drilling.The proposed replacement will connect to an existing water main on Pine Tree Drive,then west under the Indian Creek waterway(Biscayne Aquatic Preserve)to Indian Creek Drive along 41st Street(State Road). Permitting will be obtained from FDOT,USACE, RER, and FDEP. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) East Sunrise Water Main improvements(City of Sunrise, FL) 2018 2019 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM QA/QC Advisor responsible for preparing construction documents and associated permits for replacing over 35,000 LF of water main in the adjoining communities of Escape and Valencia.The project involved pipe-bursting existing aging water mains and replacing them with size-on-size pre-chlorinated and pressure-tested HDPE water mains. Existing water services, meter boxes,gate valves,and fire hydrants were replaced. Milled,resurfaced,and re-striped portions of the community's pavement. Post-design services included assistance with construction observation,certificates of completion,and requests for information during construction. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Jupiter inlet Colony Neighborhood Rehabilitation Project;Jupiter inlet Colony, PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) FL, Loxahatchee Environmental Control District(Jupiter, FL) 2018 2020 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE DCHECK IF PERFORMED WITH CURRENT FIRM Project Manager/Engineer of Record for the design of two microtunneling sections for this.75-mile,redundant effluent force main in a congested corridor. Microtunneling was selected based on groundwater conditions, known contamination in the area,and rock that is deep enough for trenchless construction.A 78-inch internal diameter microtunnel will be mined to house the 60-inch force main. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Southeast Seminole Heights Flooding Relief(Tampa, FL) 2020 Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor for design of stormwater conveyance,water main, and street improvements completed under progressive-design- build delivery method.Stormwater conveyance covered 15,000 LF encompassing box culverts, round culverts, laterals, inlets, interconnections to the existing stormwater system,and associated utility construction.Water main improvements included 17,000 LF of water mains,fire hydrants,water main adjustments,and all associated structures, manholes, removals, meters, and surface restoration. Street analysis and improvements include bike ramps and sidewalk design. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 13th Street Stormwater Improvements Project(Tampa, FL) 2008 2010 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Engineer for the 13th Street Stormwater Improvements Project for the City of Tampa, FL. This project was a component of the 12th Street Force Main Replacement Project which included design and construction of 24,000 ft of 24,42 and 48"force main replacement. Mr. Betancourt participated in the preparation of 30, 60,90,and 100%plans, public outreach and construction services for 2,050 LF of 24 and 36-inch diameter reinforced concrete pipe(RCP)and 36 x 54 stormwater inlets. dAA WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN4PSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 6 FORM 330 I PART I: E Resumes 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 Gary Prenger, PE QA/QC&Technical Advisor-Electrical A.TOTAL B.WITH CURRENT FIRM 30 3 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim (Cleveland,OH) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MBA,Systems Management&BS,Electrical Engineering Professional Engineer: Florida(No. 78934) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Gary has 30 years of experience providing electrical systems designs for water treatment plants. He designs power distribution systems,standby power generator systems,SCADA systems, motor controls, adjustable frequency drives and facility lighting. He also has experience in diagnosing faulty electrical systems and providing cost effective remedies. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Lift Station 87 Wet Weather Flow Transfer(St. Petersburg, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Electrical Engineer responsible for providing services for the design of a wet weather pump station and associated force main to balance wet weather flow between the Southwest and Northwest facilities during wet weather events. Pre-construction services for this progressive design-build project included an expedited schedule, utility coordination,value engineering,constructability analysis, permitting,and assisting the design-builder with developing a guaranteed maximum price for a new 3.5-MGD lift station,gravity sewer replacement,and approximately 2 miles of 16-inch force main installed via open-cut,jack-and-bore,and horizontal direction drill (HDD)construction methods. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Plantation Bay WTP improvements and Beverley Beach Booster Station PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) (Orlando, FL) 2023 Ongoing(est.2024) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Electrical quality control review for the upgrade of electrical systems,including motor control centers,variable frequency drives and backup diesel generator. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Lift Station 01 Replacement Design(Orlando,FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2023 Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 2 CHECK IF PERFORMED WITH CURRENT FIRM Lead Electrical Engineer for design of a new booster pump station.The design of a new 480V electrical distribution system, including VFDs,and a standby diesel generator for four inline booster pumps. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Park Road Collection System Expansion(Plant City, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLF E CHECK IF PERFORMED WITH CURRENT FIRM Lead Electrical Engineer responsible for providing electrical QC review.The project involved the rehabilitation of a 1.02-BGD influent pump station and rebuilding of existing pumping units, enhancing major process piping and valves,and evaluating and implementing a variable speed controller system, including VFDs and eddy current drives. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Dentrification Filter Rehab at South Cross Bayou WRF(Clearwater, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2024 Ongoing(est.2024) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Electrical Engineer providing services for rehabilitating a filtration system that will operate within the limits of existing permit limitations while providing greater reliability with less maintenance.These services are needed as the existing system is experiencing multiple failures concerning instrumentation, mechanical process,chemical feed,and media components. WADE TRIM CITY OF BOYNTON BEACH RFI)NO.PWE25-009 ENGINEERIN4I SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 7 FORM 330 ; PART I: E Resumes 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 David Mullen, PE, ENV SP Design Manager/Stormwater Pumping A.TOTAL B.WITH CURRENT FIRM and Conveyance Lead/Harmonization 12 12 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Miami,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Environmental Engineering; BS, Civil Engineering; BS, Professional Engineer: Florida(No.84384) Environmental Engineering 1P ()III)R PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) David brings 12 years of experience in design, permitting, and construction engineering for pipeline and stormwater projects. He acts as an effective liaison between the owner, engineer, and contractor, making sure communication is strong and issues are addressed. David is also adept at working with regulatory agencies and reviewing design and construction for permit requirements. Additionally, David has his PACP, LACP,and MACP certification. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETE PROFESSIONAL SI RVICES CONSTRUCTION(IF APDL ICABII Palm and Hibiscus Improvements(Miami Beach, FL) 2014 2023 COST,ETC.)AND SPECIFIC ROLE Lead Engineer for neighborhood improvements including raising and reconstructing the roadways, constructing a new drainage system with pumped outfalls, new water main installation, relocation of some water services, utility undergrounding, and roadway lighting and streetscape improvements. Several thousand feet of stormwater piping carried flow to two pump stations with capacities of 32cfs and 47cfs with fuel standby generators. Harmonization needs added by the owner at the beginning of construction required design modifications to the pump stations. David stayed in the field during construction to confirm design intent was maintained and the pump station was adequately sized during this evolving project. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED ............... PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Sunset Harbour Pump Stations(Miami Beach, FL) 2018 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Resident Engineer responsible for assisting in the redesign of the pump station discharges to outfall structures. In addition,the collection system improvements were designed and constructed to remove water from the streets faster, and to tie the collection systems for each of the pump stations together for added reliability. Replaced 6,000 LF of water main with 12-inch-diameter lines. Street and sidewalk elevations were raised to ensure they were above the anticipated sea level during seasonal high tides.The elevation change required unique harmonization features for each building entrance, patio, and driveway. EOR for micro pump stations added to address localized flooding concerns in lower lying patios and building entrances. (2)YEAR COMP.i'IU PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Bloswale Construction Services(Miami Beach, FL) 2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Assisted with RFI responses and design changes based on differing field conditions. Project consisted of design, permitting, and construction inspection of the first 3 Bioswale's within Miami Beach designed to pretreat or retain stormwater runoff before discharge into the pristine waters of the Biscayne Bay. (1)TITI E AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Palm and Hibiscus New Drainage Directive implementation (Miami Beach, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2018 2023 (3)BRII I DESCRIPTION(BRIE I SCOP(.SIZE COST,ETC)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Engineer of Record responsible for analysis and implementation of Miami Beach new drainage directive and Resolution No.2019- 30683 requiring the optional private drainage extension for private properties affected by road raising projects. Site specific drainage designs were completed for 144 properties and were determined to be eligible for private drainage improvements with 60 properties opting into the project.A total of 8 DERM CLII permit packages were submitted for construction and incorporated. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 1st Street(Alton Road to Washington Avenue) (Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2017 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE.SIZE.COST,ETC.)AND SPECIFIC ROLE 2 CHECK IF PERFORMED WITH CURRENT FIRM Design engineer responsible for raising roads, upsizing stormwater infrastructure, and a stormwater pump station with treatment units. The project consisted of designing multiple variations of streetscape enhancements, including an option with dedicated valet lane to improve traffic flow through the area.The streetscape beautification component of the project included greenspace, pedestrian safety, street and landscape lighting, and pavement material improvements. WADE TRIM CITY OF BOYNTON BEACH i RFQ NO.PWE25-009 ! ENGINEERIN4RSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 8 FORM 330 PART I: E Resumes 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 Salome Montoya, PE Utilities Pipeline Lead A.TOTAL B.WITH CURRENT FIRM 10 2 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Miami,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Civil Engineering Professional Engineer: Florida(No.95079) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Salome is a Civil Engineer with over 10 years of experience in design,and construction on multiple civil infrastructure projects. Her design experience includes pump station projects, installation of multiple large and small diameter water mains,and force mains design projects, including various pipeline installations through trenchless technologies such as micro tunneling,directional drilling, Jack and Bore,and slip lining. 19. RELEVANT PROJECTS (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITY AND STATE) isiamorada Transmission Subaqueous Crossing(isiamorada, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2021 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer assisting with the project which included five miles of 36-inch-diameter steel pipe installation along US-1 in FDOT right-of-way. Included is a 1,700-foot-long subaqueous crossing of Tea Table Relief Channel using horizontal directional drilling with HDPE pipe.The transmission main replaced an existing 30-inch-diameter pipe installed in the early'80s.The alignment travels through a congested section of Islamorada. Due to several existing utilities in the area,the new pipe was installed under the southbound lanes of US-1, making maintenance of traffic a significant challenge. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED GT Lohmeyer WWTP Redundant Effluent Force Main(Fort Lauderdale, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2024 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Lead Project Engineer for completing compliance assurance and providing design supervision for the design of a.75-mile,redundant 60-inch effluent force main through a congested corridor.The project includes integrating diverse installation methods such as above- grade,open-cut,and encased microtunneling to address site challenges. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Northwest 32nd Avenue Redundant 36-Inch Force Main(Miami,FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Ongoing(est.2026) Ongoing(est.2027) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for the route analysis,design, bid and construction administration services for 15,200 LF of 36-inch force main redundant pipeline.The large diameter force main is to be installed via open-cut and trenchless construction methods along NW 32nd Ave or selected route,across SFWMD C-8 canal and across FDOT SR 826 road. Permitting coordination includes multiple stakeholders and agencies through various municipalities. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Phase 3C Regional Interconnect(Sarasota,FL) 2022 2023 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer who assisted with the routing and feasibility study to evaluate route options and infrastructure requirements to enable regional connection with the Manatee County water system. Evaluations included pipeline routes,sizing, new pumping/trim facility needs and locations,and modifications to existing county and regional facilities needed to support this critical system interconnectivity project.This study refined estimated costs for all proposed new facilities and facility improvements. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Golf Village Infrastructure improvements(Sunrise,FL) 2019 2021 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Civil Designer for water modeling engineering analysis,design, permitting,and bidding services for installing water mains,force mains, and stormwater infrastructure. Performed reviews of existing GIS files,as-builts,topographic surveys,and geotechnical reports; provided utility coordination and evaluated existing conditions utilizing WaterGEMS Model. Prepared permit application packages for jurisdictional agencies and provided bidding assistance.The improvements involved the design of water mains replacements of aging 6-inch to 12-inch PVC and asbestos pipes,upsizing existing 2-inch through 4-inch water mains,6-inch through a 10-inch asbestos force main replacement,and design of exfiltration trenches to address localized flooding areas. Prepared a Basis of Design Report to present the decisions,assumptions,and design parameters to develop construction documents for the project. WADE TRIM On MANFB00111PCN`BEAREIF.#RFFROJIIII MOORITUNGINEERINi> [SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 9 FORM 330 I PART I:E Resumes 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 Jim Gunther, PE Construction Engineering Lead A TOTAL B.WITH CURRENT FIRM 38 4 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Tampa, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering Professional Engineer: Florida(No.45231) 18.OTHER PROFESSIONAL QUALIFICATIONS(PURI(CATIONS,ORGANIZATIONS,TRAINING,AWARDS,E 7C.) Jim has 38 years of experience in wastewater and water engineering as a design engineer and resident construction engineer. He has considerable experience in the various trenchless methods of pipeline construction, including micro tunneling, HDD,jacking and boring, and hand-mining using tunnel liner plates. He is primarily responsible for field construction services,water and wastewater pipeline design,pumping station design, and water and wastewater treatment plant design. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED POOL ESS 2021 O\,.1 C202�UCTIDN(IF APPLICABLE) Harbour Island Sanitary Force Main Replacement(Tampa, FL) (3)BRIEF DE SCRIPTION(BRIEF SCOPE SII(.COOL I ICJ AND SPIC;I IL BOL CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer during design performing QA/QC reviews and cost estimates, including preparing detailed sequence of construction and assisting in providing construction engineering and inspection services for 2 miles of 54-inch diameter DIP force main, 3,360 LF of 54-inch diameter fiber reinforced polymer mortar(FRPM/Hobas Pipe)force main, 1 mile of 48-inch diameter DIP reclaimed water main,twin 600 LF 73.5-inch-diameter steel pipe micro tunnels under the Port Tampa entrance,three 72-inch diameter steel pipe jack and bores under CSX railroad crossings,and a record-setting 3,200 LF of 78-inch diameter steel pipe micro tunnel under the Ybor Turning Basin from Berth 251 in Port Tampa to Cotanchobee Park in downtown Tampa.Tasks include value engineering, RFI responses, shop drawing reviews,construction team management,and oversight. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Lift Station 87 Wet Weather Flow Transfer(St. Petersburg, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED W/H C r'O(\'IRM Construction Engineer in charge of a part-time Senior Inspector making weekly site visits during construction to determine if work was performed in accordance with the Contract Documents. Work involved performing QA/QC review of the force main route selection/ determination during preliminary design services.The project included a new wet weather lift station, 16,000 LF of 16"force main, replacement of six sanitary sewer manholes, 320 LF of 8"sanitary sewer, 175 LF of 24"sanitary sewer and 190 LF of 30"sanitary sewer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Glbsonton Septic to Sewer Conversion(Tampa, FL) 2024 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECN IF PERFORMED WITH CURRENT FIRM Project Engineer responsible for assisting with the design and permitting to convert more than 1,300 parcels from septic sewer to vacuum sewer technology and conveying flow to a nearby force main. Work includes roadway and water main improvements. Additionally, 121,600 LF of vacuum sewer, 18,500 LF of 16-inch force main, and 76,600 LF of up to 18-inch water main is to be installed.There is also 121,600 LF of roadway restoration that will be required. (1)TOLL AND LOCATION(CITY AND STATE) 0)SEAR COMPLETED CONSTRUCTION(IF APPLICABLE) Southeast Seminole Heights Flooding Relief(Tampa, FL) 2020 Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROI F 2 CHECK II PERFORMED WITH CURRENT FIRM Resident Engineer providing construction engineering and inspection services, including document management, change management, oversight of two full-time City CAD CMD senior inspectors, and construction coordination for a major stormwater project.This progressive design-build project includes improvements for the stormwater conveyance of 15,780 LF of 4-foot-by-7-foot precast box culvert and 15-to 72-inch reinforced concrete pipe(RCP), 3,290 LF of 8-inch PVC wastewater gravity sewer collection, 18,000 LF of 4-to 12-inch ductile iron water distribution mains, micro tunneling 269 LF of 72-inch Class V RCP jacked pipe under 1-275, and all structures, manholes, and inlets including an outfall structure constructed on the Hillsborough River via a steel sheet piling type cofferdam. Providing QA/QC review of 60%and 90% plans, preparation of 60%and 90% specifications, stormwater RCP load calculations for pipe class,and bedding class selection during design. WADE TRIM CITY OF BOYNTON BEACH I RFD NO.PWE25-009 ENGINEERIN44SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 10 FORM 330 ( PART I:E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) r-. 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE AJ Gutz, PE, LEED AP Hydraulic Modeling A.TOTAL B.WITH CURRENT FIRM 22 2 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Cleveland,OH) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) ME,Civil Engineering, University of Florida Professional Engineer: FL#65003 BS,Civil Engineering, Michigan State University 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) AJ brings over two decades of experience in stormwater management system design,site civil design,stream restoration,green infrastructure,surface water modeling,stormwater quality management,and coastal engineering.This experience provides him the ability to identify and navigate design and construction constraints. His project experience spans multiple states serving communities, counties, large utilities,and private developers 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Design-Build of Lockhart WTP Expansion, Hernando County, FL PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Ongoing Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Lead Site Civil Engineer for the expansion of the Lockhart Water Treatment Plant.The project involved the construction of two new ground storage tanks and a high service pump station building to serve the plant expansion,as well as a modification and expansion of the existing stormwater control facility. Led site grading,stormwater management system,and permitting activities. Responsible for the design and permitting of the expansion of the existing dry retention and swale system serving the expanded project site. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Sanitary Sewer Overflow Control,City of Cleveland Heights,OH PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Ongoing Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE E CHECK IF PERFORMED WITH CURRENT FIRM Senior Engineer for the design of sanitary and water system upgrades, pre and post-construction monitoring and hydraulic modeling, management of maintenance activities, regulatory support, permitting,reporting,funding assistance,and construction management. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Advanced Stormwater Planning of Big Creek West Branch Problem Areas, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Northeast Ohio Regional Sewer District,Cleveland,OH Ongoing Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Project Manager providing Advanced Stormwater Planning services by reviewing existing conditions to understand local and regional flood impacts,developing and evaluating project alternatives to mitigate regional flooding,and proposing project phasing for the recommended alternative. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Engaging Dugway Communities in Designing Stream and Wetland PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Restoration,Chagrin River Watershed Partners,Willoughby, OH 2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Project Manager for feasibility study to determine benefits of creating an open channel drainage system through the City of Cleveland's Glenview Park.The area around the park is subject to significant flooding,and the open channel could potentially mitigate.Worked collaboratively with City Parks to determine how stormwater features and utility relocations could complement park updates and amenities. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Tampa Bay Desalination Facility Intake Connection Improvements,Phase II, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Tampa Bay Water,Tampa, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE CHECK IF PERFORMED WITH CURRENT FIRM Lead Site Civil Engineer for the construction of the improvements to the Tampa Bay Water Intake facility.The project involved the construction of a new pump house to serve new pumps to provide water from Tampa Bay to the desalination facility.The facility, located at TECO's Big Bend power station,was directly adjacent to Tampa Bay, necessitating careful coordination with FDEP and Hillsborough County EPC to ensure regulatory requirements were met. Led the design teams stormwater management design and permitting approach.The grading for the site was conducted to route runoff away from Tampa Bay and to the existing collections systems.Calculations were completed to demonstrate that the receiving system could accommodate the additional runoff without adverse impacts.Supported efforts by the contractor related to dewatering pumping to ensure no impacts to Tampa Bay. ERP and dewatering permits were obtained in time to meet the planned construction schedule. 0 10 WADE TRIM CITY OF BOYNTON BEACH F RFQ NO.PWE25-009 • ENGINEERIN41§SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 11 FORM 330 I PART I: E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13 ROLE IN THIS CONTRACT Sam Graybill, PE Conveyance Pipe Design 14 2 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim,Inc.(Tampa,FL) '�.EDJ CATION(DEGREE AND SPECIALIZATION) MS,Wastewater and Stormwater Engineering, University of Florida Professional Engineer: FL#81326 BS,Civil Engineering, Florida Atlantic Engineering 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Sam has over 14 years of experience as a project engineer and project manager. She has completed the design and construction of improvements for water distribution mains, sanitary collection mains,supply wells, and facility assessments which require significant coordination with regulatory agencies and a thorough knowledge of permitting procedures. She is well versed in the process for obtaining permits for construction as well as working with clients to maintain permits for overall facility compliance. 19.RELEVANT PROJECTS 11]TITL F AND'.O C AT 10 N(CITY AND STATE) (2)YEAR COMPLETED South Patrick/Riverside Drive Force Main Improvements, Ground Storage PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Tank, and South Beaches Collection System Improvements Ongoing N/A Brevard County Utilities Department, Melbourne, FL (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE.COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager for the assessment of the existing So. Beaches wastewater collection system. SewerGems and Optimatics were used to analyze recommendations for improvement and prioritize them for implementation. All recommendations resulted in additional design efforts under the South Patrick/ Riverside Drive Force Main Improvements, Ground Storage Tank and South Beaches Collection System program.The Assessment was completed in October 2024. ':I IiTI AND to uA ICIEYAN.,TA,r (2)YEAR COMPLETED Riverside Drive 30" Parallel Force Main Coordination with FDOT PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Brevard County Utilities Department, Melbourne, FL Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE.SIZE,COST.ETC.)AND SPECIFIC ROI F 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager for the design of 600 LF of 30"force main that will be constructed parallel to the existing 24" force main operating between LS B-20 and LS B-01 along South Patrick/ Riverside Drive. A portion of this design will be completed under an FDOT milling and resurfacing project(FPID: 448792-1) in this area. An additional 7,600 LF of the 30" parallel force main will be completed outside the FDOT project area. All designs for this project will be completed in 2025. (2)YEAR COMPLETED Jupiter Inlet Colony Neighborhood Rehabilitation,Jupiter Inlet Colony, FL PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2015 2018 '" - ❑CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for providing construction management and engineer of record services for the Jupiter Inlet Colony Neighborhood Rehabilitation.The project consisted of a new gravity sewer system and lift station, replacement of existing cement asbestos potable water main, a new stormwater drainage system consisting of 5,500 LF of exfiltration trench,and roadway reconstruction.This project was a joint project(developed through an Interlocal Agreement) between the Loxahatchee River District(sewer authority),the Village of Tequesta(water utility),and Jupiter Inlet Colony. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED South Howard Utilities Improvements Project PROFESSIONAL SERVICES -CONSTRUCTION(IF APPLICABLE) City of Tampa, FL Ongoing Ongoing(est. 10/2029) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COSI,EIC.)AND SPECS IC ROLL CEJ CHECK IF PERFORMED WITH CURRENT FIRM Project Manager for the upgrade and relocation of approximately 6,000 LF of various sized water main and approximately 3,200 LF of gravity sewer to accommodate proposed stormwater conveyance improvements to serve South Howard Avenue and the surrounding neighborhoods and watershed.This work is being completed as part of a design-build contract for the City with additional efforts including a route study to determine the optimal path for infrastructure along with a streetscape improvement plan. Design efforts are expected to start in early 2025. co 0 WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 : ENGINEERINT�AA �SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 12 FORM 330 PART I:E Resumes 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 Anthony Vecchio, PE Conveyance Pipe Design Engineer A.TOTAL B.WITH CURRENT FIRM 10 .5 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Tampa, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering Professional Engineer: Florida(No.94615) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Anthony has 10 years of experience working on water,wastewater,and stormwater infrastructure projects,the majority of which have consisted of designing the replacement and rehabilitation of water mains and sewers. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFEGT Lohmeyer WWTP Redundant Effluent Force Main(Fort Lauderdale, FL) 2024SSIONAL SERVICES OnCOgoing ingDN(IF. 026APPLICABLE) Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM QA/QC Reviewer of the 60%and 90%design plans.The project involved hydraulic modeling,design, permitting,and construction administration to the City of Fort Lauderdale for the installation of approximately 4,000 LF of 60-inch redundant effluent force main via open cut and microtunnel trenchless method.The project involves design and construction of the force main, line stops, relocation of third-party utilities, hydraulic and transient modeling, modification to 5 disposal injection wells, modifications to the effluent pump station manifold, bypass pumping and flow metering,electrical and instrumentations modifications, replacement/design of stormwater facilities. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Southern Hllsborough County Supply Expansion Pipelines(Tampa,FL) Ongoing Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM QA/QC Reviewer of 60%design plans for 18 miles of 42-, 54-,and 60-inch steel water transmission main. Managed plan production involving restoration,tree removal and protection,stormwater BMPs,and impacts to wetlands and other surface waters. Project included 14 trenchless installations,six creek/river crossings,and a CSX railroad crossing. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 1-270 at Watkins Mill(Washington Suburban Sanitary Commission, Laurel, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2016 2020 MD) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for relocating a 48-inch water main and 12-and 15-inch sewer to support the construction of an interchange between 1-270 and Watkins Mill Road. Responsible for designing the profile and horizontal alignment for 1 mile of 15-inch gravity sewer relocation, 1,500 LF of the 48-inch water main,ensuring the 48-inch water main crossed above the proposed sewer at three locations, determining the sewer flow design,and sequencing sewer construction. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Boot Lake Pump Station(Tampa,FL) Ongoing Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE.COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for the design of a stormwater pump station to replace an existing pump station that periodically pumps water from Boot Lake to Lake Carroll to maintain permitted water levels.The project involved coordination with TECO to relocate transformers and involved frequent collaboration with the property owner,whose property has a county easement on it for this infrastructure. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Partin Settlement Road Utility Relocation(Kissimmee, FL) 2023 Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for designing the relocation of 6,170 LF of 8-to 24-inch water mains,4,540 LF of 2-to 8-inch force mains,and 1,730 LF of 8-and 12-inch reclaimed water mains due to widening Partin Settlement Road. Line stops were often required due to the shortness of many relocations and the need to keep the mains in service. N A WAGE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINAgSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 13 FORM 330 I PART I: E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT ,,.+ k .,. Mike Demko, PE Pump Station Engineer/ Water Quality A -ALAI h WITH CLIP.,,T-1,,ti. 26 6 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Palm Bay, FL) 16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MBA, Business Administration & BS, Environmental Engineering Professional Engineer: Florida (No. 60454) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAIN;. Mike has 26 years of civil and environmental engineering experience including the design of wastewater pumping stations from 350 gpm to 500 mgd. He has performed pump station evaluations, condition assessments, design of modifications, demolition,and complete replacement. Mike has also designed force mains and gravity collection systems for residential areas. 19. RELEVANT PROJECTS 11)TITLE AND I OCATION(CITY AND STATE) (2)YEAR COMPLk_Tk.D Flow Diversion from Faikenburg WWTP to Valrico WWTP(Tampa, FL) PROFESSIONAL SERVICE S CONSTRUCTION(IF APPLICABLE) 2024 N/A - - 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer for evaluation and preliminary design of the 27-MGD at the 123-foot TDH Miller Road Master Pump Station.The project was designed to reduce the flow heading to the Falkenberg AWTP,which was reaching capacity,and redirect it to the Valrico AWTP. Provided condition assessments for several existing stations in the system, pump sizing,wet-well calculations, site layout, and design criteria.The pump station will be a self-cleaning trench-style wet well to reduce maintenance and odors. (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Southeast Seminole Heights Flooding Relief(Tampa, FL) 2020 Ongoing(est.2025) -t 0 CHECK IF PERFORMED WITH CURRENT FIRM QAQC review for the design of stormwater conveyance, water main, and street improvements completed under progressive-design- build delivery method. Stormwater conveyance covered 15,000 LF encompassing box culverts, round culverts, laterals, inlets, interconnections to the existing stormwater system, and associated utility construction. Water main improvements included 17,000 LF of fire hydrants, water main adjustments, and all associated structures, manholes, removals, meters, and surface restoration. Street analysis and improvements include bike ramp and sidewalk designs. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Stormwater Lift Stations Rehabilitation 2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COSI,EIC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager and Lead Engineer for the inspection and rehabilitation recommendation of four lift stations. Performed condition assessments for all four pump stations to determine and inventory current conditions. Reviewed record drawings, maintenance logs, run time reports, as well as permit information including issued permits and regulatory inspections. Interviewed City operations staff to gain input on their issues and concerns. Inspection forms were completed and photographs were taken for inventory documentation. Authored a technical memorandum including a project background, evaluation criteria, condition overview, and a prioritized list of recommended improvements for each pump station with cost estimates. (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITY AND STATE) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Lift Station C-01 Rehabilitation (Melbourne, FL) 2020 2021 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager providing design calculations,specifications, drawings, and coordinated permitting with FDOT and FDEP for a 184- GPM pump station. Coordinated frequently with other utility providers due to a congested force main corridor and a lack of record drawings for many existing utilities. Worked with Merritt Island High School to maintain service and access to the school because the station is located directly in front of the school. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED South Central Regional Wastewater Treatment Facility Pump Station PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Rehabilitation(Melbourne, FL) 2021 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager and Engineer of Record for the design and construction of two RAS and two WAS pumping stations.The work included piping replacement, pump replacement, meter replacement,and electrical upgrades. O LU WADE TRIM CITY OF BOYNTON BEACH I RFD NO.PWE25-009 i ENGINEERINAQAASIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 14 FORM 330 PART I: E Resumes 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 Jim White, PE Structural Design Engineer A.TOTAL B.WITH CURRENT FIRM 39 29 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim (Detroit,MI) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering Professional Engineer: Florida(No. 71068) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Jim White is a structural engineer who has focused on wastewater,wet weather improvement and water projects. His pragmatic approach to finding the most cost-effective solution generates designs that mix time-tested techniques and new methods.Skilled in building information modeling(BIM),he uses this tool to streamline the design process,fine tune layouts,and sequence work to minimize impacts to existing operations.Whether he is evaluating the structural integrity of a wet well,designing the foundation for a concrete tank,or rehabilitating a roof,Jim builds on past experience to deliver a practical,operator-friendly design. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPUCABLE) Flow Diversion from Falkenburg WWTP to Valrico WWTP(Tampa,FL) 2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Structural Engineer for the redirection of up to 3 MGD of wastewater from the Mitchell Road Master Pump Station to the Valrico AWTP via the Clay Avenue pump station and existing 24-inch discharge force main and evaluating the opportunity to divert 1.3 MGD from Nature's Way pump station to Valrico AWTP via the Miller Road pump station.The project tasks included four pump station evaluations, retrofitting, and redirection of flows to maximize the capacity and life of the existing AWTPs.The scope items included design and engineering,alternative analysis,permitting, public outreach and involvement,electrical engineering and controls,SCADA system compliance,odor control,and construction inspection services. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED GT Lohmeyer WWTP Redundant Effluent Force Main(Ft. Lauderdale, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2024 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Structural Engineer for the hydraulic modeling,design, permitting,and construction administration services for the installation of approximately 4,000 LF of 60-inch redundant effluent force main via open cut and microtunnel trenchless method.The project involved design and construction of the force main, line stops,relocation of third-party utilities, hydraulic and transient modeling, modification to 5 disposal injection wells,modifications to the effluent pump station manifold, bypass pumping and flow metering,electrical and instrumentations modifications,replacement/design of stormwater facilities. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Gibsonton Septic to Sewer Conversion(Tampa,FL) 2022 2022 ....... ..................... (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Structural Engineer for assisting with the design and permitting to convert more than 1,300 parcels using septic sewer to vacuum sewer technology and conveying flow to a nearby force main.Work included roadway and water main improvements.Additionally, 121,600 LF of vacuum sewer, 18,500 LF of 16-inch force main,and 76,600 LF of up to 18-inch water main was installed.There was also 121,600 LF of roadway restoration. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPUCABLE) Lift Station 87 Wet Weather Flow Transfer(St.Petersburg, FL) 2022 2022 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLF 0 CHECK IF PERFORMED WITH CURRENT FIRM Structural Engineer for a new 3.5-MGD lift station and force main to transfer flows between two treatment plants. Designed foundation and 12-foot acoustical enclosure for this unique structure that provides the flexibility to roll the pumps out and relocate them. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED CS-i02 Rehabilitation of Pump Station 1 Improvements(Detroit, MI) PROFESSIONAL SERVICES CONSTRUCTION ICABLE) 2022 Ongoing(est.st•22029) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Structural Engineer providing professional engineering,study,design,bid and negotiation,construction administration,system operation and maintenance manual development,and operator training services in connection with the PS-1 raw sewage pumping station improvements at the GLWA Water Resource Recovery Facility(WRRF).The project involved a wet weather design capacity of 1,225 MGD raw sewage.Work included rehabilitation and rebuilding of existing pumping units; improvements to major process piping and valves;potential addition of a variable speed controller(including VFD's and eddy current drives at a minimum);facility architectural,electrical, instrumentation,structural and HVAC improvements.p WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIN4I3fSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 15 FORM 330 PART I: E Resumes 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 Lindsey Scott, PE Sanitary Force Main Engineer A TOTAL B.WITH CURRENT FIRM 7 5 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Tampa,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BSE, Environmental Engineering Professional Engineer: Florida(No.93130) 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Lindsey has 7 years of experience in the water/wastewater industry with a focus on pipeline design of water main,reclaim water main,force main,gravity sewer,and alternative sewers.She has designed pipelines up to 72 inches in diameter using construction techniques such as open cut,direction drill,jack and bore,and microtunneling. 19. RELEVANT PROJECTS (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITY AND STATE) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Southeast Seminole Heights Flooding Relief(Tampa, FL) 2020 Ongoing(est.2025) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE E CHECK IF PERFORMED WITH CURRENT FIRM Lead Pipeline Engineer for designing 18,000 LF of water main from 6 to 24 inches in diameter and aiding the production of storm and gravity sewer plans using Civil 3D.Coordinated with the storm,roadway,and gravity sewer groups throughout the design. Performed ongoing plan revision through the construction services phase and observed construction. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Harbour island Sanitary Force Main Replacement(Tampa, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2021 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Design Engineer for approximately 14,000 LF of 54-inch force main and 5,000 LF of 48-inch reclaimed water line to be constructed via open cut,jack and bore,and microtunnel.Tasks included conducting utility coordination to locate conflicts,creating the construction plan set, utilizing Civil 3D for both pipelines'horizontal and vertical design,and performing ongoing plan revisions through the construction services phase. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Pasadena 36-inch Force Main Replacement(St.Petersburg, FL) 2018 Ongoing(est.2024) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Engineering Assistant for utility coordination to locate conflicts for a proposed 36-inch force main. Project tasks included assisting with Civil 3D vertical and horizontal alignment design, identifying the restoration limits,and updating the engineer's cost estimate. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Gibsonton Septic to Sewer Conversion(Tampa,FL) 2021 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE El CHECK IF PERFORMED WITH CURRENT FIRM Design Lead for implementing a new vacuum wastewater collection system to eliminate septic tanks along the near shore water of Tampa Bay.The scope included the design for the removal and replacement of all water mains in the Gibsonton service area constructed of asbestos cement pipe and the design of a new vacuum collection system. Responsible for collecting data, reviewing existing County utilities, identifying properties that require easements,preparing design plans, permitting,and managing design engineers and subconsultants. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Park Road Collection System Expansion(Plant City,MI) 2022 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Design Engineer for expanding service along Park Road for future development.The design included hydraulic modeling and route evaluation, resulting in a duplex pump station and 1,500 LF of force main. 700 LF of the force main is an 8-inch open cut,and the remaining 750 LF is a 10-inch HDD.Construction is under a CMAR contract,and Wade Trim will provide CEI services. WADE TRIM CITY OF BOYNTON BEACH ; RFQ NO.PWE25-009 t ENGINEERIN65QSIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 16 FORM 330 PART I:E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12 NAMF 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Starr Alfonso Utility Coordination A.TOTAL B.WITH CURRENT FIRM 2 1 15.FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Miami,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Environmental Engineering N/A 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Starr has over two years of experience as a Water Resources Engineer providing technical planning,design,and construction support on various water projects including system planning,combined sewer overflow,collection system,pump station,water,stormwater, conveyance,process design, hydrologic and hydraulic models,and other wastewater projects. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Northwest 32nd Ave Redundant 36-inch Force Main(Miami, FL) Ongoing(est.2026) Ongoing(est.2027) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer responsible for providing utility coordination,reporting,as-builts, plans development,and restraint calculations for the design and construction of a force main system, including route selection,study report,and permitting. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED 41st Street 20-inch Water Main Replacement(Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2023 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Engineer assisting on-site inspection of 20-inch DI/HDPE DR 11 water main replacement that includes horizontal directional drilling. The proposed water main replacement connected to an existing water main on Pine Tree Drive then west under the Indian Creek waterway(Biscayne Aquatic Preserve)to Indian Creek Drive along 41st Street(State Road). (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED GT Lohmeyer WWTP Redundant Effluent Force Main(Ft.Lauderdale,FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2024 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Engineer responsible for providing support for the design,permitting,construction,testing, and startup of the GT Lohmeyer WWTP. The project included the installation of approximately 4,000 linear feet of 60-inch redundant effluent force main via open cut and microtunnel trenchiess method. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Peace River Brackish Welifleid Project(Arcadia, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Engineer responsible for maintaining the status log, preparing and reviewing shop drawings for the preliminary design of a new 15-MGD brackish raw groundwater wellfield,reverse osmosis treatment facility,concentrate injection wells,and conveyance piping. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SOIRL S2S Conversion Program(Melbourne,FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Ongoing(est.2025) N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Engineer responsible for providing assistance on roadway improvement drawings.The project involves designing and permitting for 3 separate service areas using vacuum technology,gravity sewer,or a combined hydrid approach. Funding for this project is from the Save Our Indian River Lagoon initiative. WADE TRIM CITY OF BOYNTON BEACH ( RFQ NO.PWE25-009 ( ENGINEERIN6'&SIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 17 FORM 330 PART I:E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key perso .) 12 NAME 13.ROLE IN THIS CONTRACT ^^,aRSm,mxmm Oscar Duarte, PE Gravity SeweEngineer A.TOTAL B.WITH CURRENT FIRM 34 13 15.FIRM NAME AND LOCATiON(CU rAND STATE) Wade Trim(Palm Bay, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Environmental Engineering&BS, Mechanical Engineering Professional Engineer: Florida (No. 6058) 18.OTHER PROFESSIONAl QUAUFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AV. Uoourt34youoofoxporien000mmrufo|| mngoofwestewaturoo||eodon.8ravi1yoewor,tranxmiunion.teatment. undefUuan1 disposal planning. He emphasizes the design and construction of gravity and vacuum wastewater collection systems, but he has also incorporated hybrid systems using low-pressure technology in remote areas. He has led the design of major septic-to-sewer projects for the Village of Islamorada, Brevard and Hillsborough Counties,the City of Palm Bay,the FGUA, and the Carolinas. Oscar has also worked closely with the Florida Department of Environmental Protection to pursue SRF loans and Spring grants to assist clients in funding various needed projects. 19. RELEVANT PROJECTS (2)YEAR COMPLETED 11)TITLE AND LOCATION(CITYAND STATE) "oor.nwwuamvICEa CONSTRUCTION(IF APPLICABLE) American Beach Water and Sewer improvements(Orlando, FL) 2022 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE OCH,,/,PERFORMED WITH CURRENT FIRM Lead Design Engineer responsible for the State Revolving Fund pursuit and preliminary design to remove 233 low-income residents from septic systems to centralized sewer.The project initially evaluated various technologies such as vacuum sewer, low pressure, and gravity sewer as part of the facilities plan for state funding.The project resulted in the design of 16,312 LF of 8-inch gravity sewer and 18,480 LF of 6-inch potable water mains throughout the community. (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITY AND STATE) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) SOIRL S2S Conversion Program (Viera, FL) Ongoing(est.2025) Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE CHECK IF PERFORMED WFTH CURRENT FIRM Project Manager for five projects within the septic to sewer conversion program for the Brevard County Utilities Department.The various service areas required the design and permitting of new collection systems for several coastal neighborhoods located on and around Merritt Island.The collection system designs include approximately 9,700 LF of 8"gravity sewer and 119,000 LF of various sized vacuum sewer mains. Combined,these systems will serve approximately 1,650 parcels that utilize septic sewer technology. (2)YEAR COMPLETED mTITLE AND LOCATION(CITY ANO STATE) PROFESSIONAL cmxoco CONSTRUCTION(IF APPLICABLE) Gibsonton Septic to Sewer Conversion (Tampa, FL) 2021 Ongoing(est.2026) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE.COST,ETC.)AND SPECIFIC ROLE CHECK IF PERFORMED WITH CARRENT FIRM Project Engineer responsible for assisting with the design and permitting to convert more than 1,300 parcels using septic sewer to vacuum sewer technology and conveying flow to a nearby force main. Work included roadway and water main improvements. Additionally, 121,600 LF of vacuum sewer, 18,500 LF of 16-inch force main, and 76,600 LF of up to 18-inch water main was installed. There was also 121.600 LF of roadway restoration. (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITYAND STATE) PROFESSIONAL SERVICES CONSTRUCTION(IF APPUCABLE) Cogan Drive Force Main and Water Main Extension (Palm Bay, FL) 2018 2019 (3)BRIEF DESCRIPTIO (BRIEFSCOPE.SIZE,COST,ETC.)AND SPECIFICROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager responsible for leading the design to install a new force main on Cogan Drive to ease high-system pressures in the City's force main piping network.The new force main will alleviate flows from an undersized force main and serve as a conduit to the South Regional WRF. (1)TITLE AND LOCATION(CITYAND STA ' (2)YEAR COMPLETED Middle Plantation Key Wastewater Collection System Vacuum Pump Station PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) uaiamoxmdm. F4 2013 2016 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROI I CHECK IF PERFORMED WITH CURRENT FIRM Assistant Project Manager and Lead Design Engineer responsible for design of the vacuum pump station used to collect wastewatr from the residential and commercial customers of Middle Plantation Key.The project also included design of force main to transmit wastewater from the vacuum pump station to the booster pump station in North Plantation Key and the conceptual design for a 14-mile future force main to connect.The project took into account the harsh saltwater environment, high water table,and rock sub- grade of the Florida Keys to provide the Village with the flagship pumping station to be used as the model for future stations to be constructed on the remaining four islands. WADE TRIM CITY OF8OvwTOHBEACH | RFONO.PW[25'OOS ENGINEERINSIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 18 FORM 330 ( PART I:E Resumes 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 Andy Franosz, DBIA Constructability A.TOTAL B.WITH CURRENT FIRM 30 2 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim(Tampa, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Business Administration General Contractor 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Andrew has 30 years of experience in water and wastewater project delivery serving in a variety of roles on treatment facility projects throughout Florida, including Design-Build director,project director, preconstruction manager, project manager,construction manager, superintendent,lead estimator,and project engineer.Andrew has led the delivery for more than 35 Florida projects,valued at over $850M,using various methods such as Design-Build,construction manager at risk(CMAR),job order contract, best value,and design- bid-build(DBB)delivery methods. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Pasadena 36-Inch Force Main Replacement Phase 3(St. Petersburg, FL) 2018 Ongoing(est.2024) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 8 CHECK IF PERFORMED WITH CURRENT FIRM Constructability and CMAR GMP Reviewer for various route alternatives for a proposed 36-inch force main.Work included preliminary design report,preparation of final design documents,specs,and estimates for 5,300 LF of 36-inch force main and coordination with permitting agencies,including the Florida Department of Environmental Protection (FDEP)for Minor Modification and Environmental Resources Permits,and a Pinellas County Right-of-Way Use Permit. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Phase 3C Regional Interconnect(Sarasota, FL) 2022 2023 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Constructability and CMAR GMP Reviewer for the interconnection of the regional drinking water transmission system with the Manatee County water system.The 10-mile pipeline,featured 36-inch and 42-inch-diameter steel pipes,aimed to enhance water system reliability,delivery capacity,and water quality management in Sarasota County. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Park Road Collection System Expansion(Plant City,FL) 2022 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Constructability and CMAR GMP Reviewer for the expansion of a wastewater collection system along Park Road to accommodate future development.The project involved designs for a duplex pump station and 1,500 LF of 8 and 10-inch force main. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) St.Petersburg NWWRF improvements(St. Petersburg, FL) 2021 2024 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Director responsible for overseeing improvements to the NWWRF.The scope of work included the construction of a new influent pump station;new headworks with odor control and flow splitting;a new reject storage system with two 7.5-MGD pre-stressed storage tanks;temporary pump stations;interconnecting piping;multiple piping tie-ins; new and upgraded injection wells;and electrical, instrumentation,and SCADA system improvements.The new headworks facility utilizes Hydro-Dyne and HeadCell technologies for solids screening and grit removal. PCL used creative solutions to ensure operational plant maintenance and compliance to construct the new improvements within the congested site footprint. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED St. Petersburg NWWRF Wet Weather Capacity Improvements(St. Petersburg, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2017 2020 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Program and Preconstruction Manager responsible for overseeing wet weather capacity improvements.The project included upgrades to improve the filtration treatment and provide additional effluent disposal capacity during wet weather events at the 20-MGD Northwest Water Reclamation Facility.The project consisted of three new Kruger disk-type tertiary filters;filter piping modifications;a new backwash system;new pumps;permanent piping to new discharge wells;below-and above-ground piping; influent and effluent tie-ins at the existing filtration structure; new electrical, instrumentation, and control systems.Construction included acidizing the existing discharge well to increase capacity and modifying existing injection wells to increase injection capacity and improve operation and maintenance by bringing the wellhead above grade.These improvements allowed the City to re-rate its discharge capacity. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERINPaSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 19 FORM 330 PART I:E Resumes 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 Wayne Hoffmann Grant Administration A.TOTAL B.WITH CURRENT FIRM 18 9 15 FIRM NAME AND LOCATION(CITY AND STATE) Wade Trim, MI(Bay City) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA,Professional/Technical Writing N/A 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC., Wayne Hofmann brings a 18-year career focused on working with design and construction teams to develop projects that are feasible, fundable, and within budget. He is also a leader of FundingScout, a corporate initiative to connect funding opportunities to client needs. In addition to his funding experience,he has also been involved with business development and marketing. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITYAND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Funding&Grant Writing Support(Tampa,FL) N/A N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE El CHECK IF PERFORMED WITH CURRENT FIRM Funding Lead responsible for assisting the Hillsborough County Utilities Department on an as-needed basis for sewer and stormwater project funding needs and advising on improvements to a successful grant submission for a $6.1M award for the Ruskin/Wimauma Low-Pressure Sewer System/Septic-to-Sewer Project. (1)TITLE AND LOCATION(CITYAND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABi I Wyandotte DDA Capital improvement Program (Wyandotte, MI) 2023 Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE O CHECK IF PERFORMED WITH CURRENT FIRM Project Director responsible for developing funding strategies for a $12 million Capital Improvement Plan (CIP). Scope of work included grant writing, evaluating the DDA's revenue and debt capacities, and developing project communications for distribution to elected leaders and potential funders.To date,Wayne's assistance has resulted in nearly$5 million in support for the project. Project Director responsible for developing funding strategies for a $12 million Capital Improvement Plan (CIP). Scope of work included grant writing, evaluating. (1)TITLE AND LOCATION(CITYAND SIATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Dearborn Heights FundingScout(Dearborn Heights, MI) N/A N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Director for assisting the City of Dearborn Heights position for and pursue federal, state, and private funding opportunities since December 2022, including sources related to major flooding disasters in the City.To date,Wade Trim's FundingScout services have resulted in over$26 million in grant awards for the City. (2)YEAR COMPLETED (1)TITLE AND LOCATION(CITY AND STATE) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Bronx River Outfall improvements(Bronx, NY) 2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLL 0 CHECK IF PERFORMED WITH CURRENT FIRM Technical Advisor supporting project designers and NYCDEP staff on a successful $21 million grant for two sewer outfall rehabilitation projects. (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Ann Arbor Downtown Development Authority FundingScout(Ann Arbor, MI) 2024 Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager for assisting the City of Ann Arbor position for and pursue federal,state, and private funding opportunities.The contract has included specific support for the Office of Sustainability Innovations and the Downtown Development Authority. Successful grants have included an $803,000 MEDC Revitalization and Placemaking grant and $2.8 million EV Charging Grant from USDOT. (1)TITLE AND LOCATION(CITYAND STATE) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Clean Water State Revolving Fund Project Plan (Dearborn Heights, MI) TBD TBD (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Funding Advisor for the City Engineer's office recommending combining drinking water projects to achieve high scores for the state's project priority list.The project,which included lead service line replacement,water meter replacement, and 3 miles of water main replacement, received a $17.1M package of grants and principal forgiveness. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN6'OE�A SIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 2L FORM 330 PART I: E Resumes 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 Robert Dickson, PE Constructability A.TOTAL B.WITH CURRENT FIRM 36 >1 15.FIRM NAME AND LOCATION(CRY AND STATE) Type here... 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering,University of Michigan Professional Engineer: Florida(No. 72909) 18 OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Rob has more than 36 years of progressive engineering,construction and management experience in infrastructure capital improvement programs,focused primarily on water and wastewater projects. He has worked in engineering consulting,construction, and government sectors, making him well-suited to manage and deliver these programs/projects. Rob successfully leads large-scale capital improvement initiatives for government agencies,collaborating with engineers,project managers,utility operators,constructors, and staff,on projects from $100 thousand to$90 million. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SOIRL Zones M,N,and T Septic to Sewer(Brevard County, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Ongoing 2027(est) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE WI CHECK IF PERFORMED WITH CURRENT FIRM Project/Construction Manager during the construction phase of the Brevard County septic to sewer project,Zones M, N and T located in Merrit Island. The project consists of three(3)vacuum pump stations,approximately eight(8)miles of 4"and 6"vacuum collection piping,associated vacuum collection chambers,force main extensions, relocation of an existing lift station,and related roadway restoration. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Florida Resilient Infrastructure and Adaptation Program(RIAP)(Village of PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Key Biscayne, FL) 2024 2026(est) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Program Director and Manager for the Village's multi-year$400M plus RIAP,protecting its residents,their property,and the island's quality of life from impending increase in flooding,rising sea levels,and environmental changes by building a stronger, more resilient Community.The program included stormwater system improvements,roadway improvements,shoreline protection, utility hardening, and replacing and relocating water main and sanitary sewer. Program included significant funding through the State of Florida's CWSRF loan program. (1)TITLE AND LOCATION(CITYAND STATE) (2)YEAR COMPLETED Water,Wastewater,and Reuse Capital improvements Program(Kissimmee, PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) FL) Ongoing Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Acting in a subconsultant role,served as the Program Manager providing oversight and technical/contract supportto the program team. The program included water,sewer,and reclaim linear asset improvements and relocations. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED American Beach Septic to Sewer and Water Main Improvements, Florida PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Governmental Utility Authority(FGUA)(Nassau County,FL) 2023 2025 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Capital Program Manager for complete septic to sewer conversion and water main installation for the historic American Beach community on Amelia Island, FL.Scope included design and construction of gravity sanitary sewers,two lift stations,and water main to service a 300-lot community immediately adjacent to the Atlantic Ocean. Project was partially funded by an SRF loan. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Chatmire Septic to Sewer Improvements, FGUA(Dunnellon,FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPUCABLE) 2023 2025 (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT ARM Capital Program Manager for the design and construction of the septic to sewer conversion within the Chatmire community in the City of Dunnellon,FL. Project was funded through a State of Florida Springs Protection grant. 9 WADE TRIM CITY OF BOYNTON BEACH I RFp NO.PWE25-009 ENGINEERINSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 21 FORM 330 PART I: E Resumes 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 Andrew List, PE Roadway Design Engineer A.TOTAL B.WITH CURRENT FIRM 10 10 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering Professional Engineer,Florida No.87190,2019 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Miami Streetscape and Street Tree Master Plan (Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2023-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The project requires identifying opportunities within the existing right of way for additional planting through modifications to the current facilities including the addition of medians, reduction of lane widths, construction of bulb outs, removal of parking and even removal of travel lanes. A report was created for 12 various locations throughout the City of Miami documenting the existing typical sections and corridor uses. Potential landscape areas,as well as the approximate square footage of those areas,were then identified for each of the 12 locations.Potential typical sections were then developed to include the potential landscape areas. Project Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Design Criteria Package for Repair and Reconstruction of Citywide Roads PROFESSIONAL SERVICES CONSTRUCTION(IFAPPI.ICABLE) (Miami-Dade County, FL) 2019-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM This City of Miami project includes, but is not limited to, developing a Design Criteria Package that addresses drainage improvements, stormwater modeling, reconstruction, milling and resurfacing,sidewalks, Americans with Disabilities Act(ADA) compliant ramps, curbs and/or gutters, pavement markings and striping, roadway signage, utility coordination, and limited landscaping services. The scope of services also includes surveying, geotechnical investigations and testing, and related services necessary for the preparation of the Design Criteria Package for a variety of different streets and intersections located throughout the City of Miami that are currently in very poor condition and require reconstruction and/or repairs.As Project Manager,Andrew is providing coordination with client(City of Miami) to develop a Design Criteria Package, including 30% plans,for various locations throughout the City of Miami to go out for bid. He also provided bid assistance to the City of Miami during project procurement. Project Manager/Supervisor. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Crandon Blvd Improvements(Miami-Dade,FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 3/2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Crandon Boulevard is a four-lane divided roadway with 30 mph posted speed limit. The corridor is severely congested at several intersections along the corridor. While the list of recommended improvements is substantial, the Village of Key Biscayne desires to address improvements in phases such as design of an exclusive right turn lane and extension of left-turn lane at a couple of intersections along Crandon Boulevard. Andrew is the Design Project Manager and Roadway/MOT EOR for this project. He also provided day to day construction administration services and coordination with client (Village of Key Biscayne) and contractor (Southeastern Engineering Contractors, Inc.)during construction. Project Manager/Supervisor. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Bicycle, Pedestrian improvements, and Ludlam Canal Pathway improvements PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Design(Village of Virginia Gardens,FL) 2020-2022 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM As Project Manager, Andrew is providing day to day construction administration services and coordination with owner/client (Village of Virginia Gardens), CEI, and contractor (Florida Engineering & Development Group) during construction. Drainage and crosswalk improvements are also included as part of the FDOT approved LAP grant. Miami-Dade Traffic Permits(for the new one-way section)were required as part of this project. Project Manager. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Flagler Street Downtown Beautification Civil Engineering Services for PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Roadway,Parking,and Pedestrian Accommodations(Miami-Dade County, FL) 2011-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The project entails the reconstruction of Flagler Street into a pedestrian-friendly,event-ready corridor with brick pavers,sidewalk widening, valet and parking reconfiguration,and enhanced drainage. It includes traffic calming features,new lighting and hardscape design, utility relocations,and new water and sewer lines.As Project Manager,Andrew leads construction administration and coordination with the City of Miami,Lanzo Construction,and key stakeholders. 0 WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERINMSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 22 FORM 330 PART I: E Resumes 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 Carlos Morales Harmonization A.TOTAL B.WITH CURRENT FIRM 26 1 15 FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Architectural Engineering N/A 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED North Bay Village Stormwater Design Management Support(North Bay PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Village, FL) 2019-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The project encompasses design management and grant support services for the Village of North Bay Village's(NBV)multi-million-dollar Stormwater Bond Program. Building on the foundation of the Village's Stormwater Master Plan,developed by BCC,this initiative focuses on the phased implementation of critical infrastructure improvements to address flooding, sea level rise, and long-term community resilience. In parallel, BCC supports the Village with ongoing grant management assistance related to stormwater, planning, and construction projects. Our services include aiding in grant pursuits, ensuring compliance with funding requirements, and maintaining documentation and reporting throughout the grant lifecycle. BCC has provided continued support for the Village's participation in the Florida Resiliency Grant Program and other key state and federal funding opportunities focused on stormwater and coastal resilience. Senior Project Manager. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Town Center Gateway(Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPUCABLE) 2020-2024 N/A .... ............... .... ... .... (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The project involved the development of a 28-story mixed-use high-rise located in the City of Miami Beach. Stormwater management was successfully implemented through two drainage wells and a specialized exfiltration trench with a sand filter, specifically designed for the garage area drain.The determination of the finished floor elevation (FFE)was coordinated with the City of Miami Beach,which planned to raise the roads in the future as part of the North Beach Project. Consequently,the FFE was established two feet higher than the existing road level, and to achieve a seamless transition,the harmonization of the right-of-way(ROW) involved the implementation of a series of steps and ramps.In addition to the stormwater management components,the project encompassed the installation of two sanitary sewer manholes and approximately 500 linear feet of 12-inch DIP watermain.This comprehensive approach ensured compliance with city standards and regulations, addressing various infrastructure aspects to support the successful development of the high-rise. Senior Project Manager. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED MS4 Permit Monitoring&Reporting(Surfside, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2021 -2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WRH CURRENT FIRM The project consisted of the professional engineering services to ensure compliance with National Pollutant Discharge Elimination Systems (NPDES) and Stormwater Regulatory Monitoring, as well as Compliance Reporting on behalf of the Town of Surfside. This responsibility includes assisting the Town in fulfilling the necessary obligations for annual reporting of their current NPDES MS-4 Permit to the Florida Department of Environmental Protection (FDEP). Senior Project Manager (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Abbott Avenue Stormwater improvements(Surfside, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2021-2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The project was divided into two phases. Phase I consisted of providing comprehensive civil engineering services of the existing stormwater drainage condition of Abbott Avenue, spanning from 90th Street to 96th Street. The scope of services encompasses the evaluation and assessment of the current stormwater drainage conditions,as well as the preparation of a detailed report offering viable options to mitigate issues associated with ponding and standing water. The report included a review and evaluation of all existing pertinent information and materials, including plans, narratives, calculations, and the ICPR model. Furthermore,the design furnished a findings and conclusion report,appraising the effectiveness and cost-efficiency of previously proposed solutions.Phase II consisted of a series of drainage improvements,which included the design of two underground stormwater pump stations located at the intersections of Abbott Avenue with 91st Street and 92nd Street. Each pump station was designed to discharge into three stormwater injection wells, with an additional overflow connection leading to the intercoastal waterway.To regulate the flow,a control structure with a flap gate was incorporated to ensure that the stormwater would not reach the intercoastal until the desired design pressures were achieved. Project Role:Senior Project Manager WADE TRIM CITY OF BOYNTON BEACH RFQ N0.PWE25-009 ENGINEERIN§DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 23 FORM 330 PART I: E Resumes E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME w. .�.. � 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Lazaro Ferrero, PE Stormwater Drainage Engineer A.TOTAL ' B.WITH CURRENT FIRM 40 11 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami, FL) 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS,Civil Engineering Professional Engineer, Florida No. 58025, 2002 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Florida Engineering Society(FES)Member 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Lauderhill Basin B Drainage improvements East of the Turnpike PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) (Lauderhill, FL) 1/2024- 7/2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE D CHECK IF PERFORMED WITH CURRENT FIRM This project involves the design and permitting for Basin C, located east of the Florida Turnpike, between just south of NW 12 Ct and just north of NW 18 Ct. BCC will maximize the amount of exfiltration trench within the project limits and determine the amount of runoff extraction for permitting purposes. A half-day field reconnaissance visit will be conducted to assess site and drainage conditions, followed by a field assessment report.The City will use its consultants for topographic surveys and utility locations,with BCC coordinating and reviewing the collected data to ensure completeness. Engineer-of-Record. . 'rl %'• . J'Ir"� ,. (2)YEAR COMPLETED SR 607/Emerson Avenue from North of SR 614/indrlo Rd.to South of 25th 'IIOFESSIONALSERVICES CONSTRUCTION(IF APPLICABLE) Street SW(Broward County, FL) 2022-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST.FTC.)AND SPECIFIC ROLE ❑ CHECK IF PERFORMED WITH CURRENT FIRM This project is a Resurfacing, Restoration, and Rehabilitation (RRR),widening the exiting shoulder and construction of missing sidewalk. There is approximately 2.56 AC of additional impervious area.Therefore,water quality treatment and flood attenuation will be provided with exfiltration trenched and reshaping the existing roadside swales.Senior Project Engineer. I l TITLE AND LOCATION(CITY AND SIA (2)YEAR COMPLETED US-27/Okeechobee Road from Broward County Line to West of HEFT (Miami- SERVICES CONSTRUCTION(IF APPLICABLE) Dade County, FL) 2019-2021 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE Q CHECK IF PERFORMED WITH CURRENT FIRM The proposed project includes intersection improvements, and improvements to the Frontage Road; access management modifications to median openings along SR 25.The proposed drainage consists of a series of ditch bottom inlets, 24-inch exfiltration trenches, and 18-inch and 24-inch pipes which either discharge into the Miami (C-6 Canal)from dry retention areas that provide water quality treatment and flood attenuation. Mr. Ferrero was responsible for the drainage design and hydraulic modeling of the pre-development and post-development conditions. He is also responsible for the preparation of Stormwater Management reports, and permit acquisition from the South Florida Water Management District(SFWMD).This project included more than 200 drainage structures and 13,500 LF of Exfiltration Trenches. Engineer-of-Record. (1)TITLE AND LOCATION(CITY AND STATE (2)YEAR COMPLETED Districtwide Drainage Design and Plans Review Consultant Services(Miami- PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Dade and Monroe Counties, FL) 2015-Ongoing 2019-Ongoing (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Mr. Ferrero was a Senior Project Engineer for the Districtwide Drainage Design & Plans Review Consultant Services for FDOT District 6. Mr. Ferrero oversaw compiling drainage comments and coordinating with Ribbeck Engineering(as well as ADA Engineering in a previous contract)to input into the ERC system. Scope of work included drainage analysis, design, permit review services; retrofitting existing drainage systems; permit compliance; hydrologic/hydraulic modeling; bridge hydraulics;scour analyses; retention/detention pond, exfiltration trench, drainage well analysis and design; drainage feasibility studies; analysis and design of drainage "Push Button" projects;and urban&rural drainage system analysis and design. Senior Project Engineer. (1)TITLE AND LOCAL ION(CITY AND STATE) (2)YEAR COMPLETED US-27/Okeechobee Road from East of NW 107th Avenue to East of NW 116th PROFESSIONAL SERVICES I CONSTRUCTION(IF APPLICABLE) Way(Mlaml-Dade County, FL) 2021 -Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The proposed improvements includes reconstruction of SR-25/US-27/Okeechobee Road using rigid pavement and grade separation over NW 116th Way; implementation of ramps from SR-25 to the Frontage Road; reconstruction of NW 116th Way from SR-25/ Okeechobee Road to the entrance of Hialeah Gardens. Mr. Ferrero was responsible for the drainage design. He oversaw preparing the drainage layout, designing drainage structures, performing hydraulic modeling, and preparing bridge hydraulics report for the bridges 0 on NW 121st Way and NW 116th Way.This project included more than 400 drainage structures and 10,800 LF of Exfiltration Trenches Engineer-of-Record. Q WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINNISIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 24 FORM 330 PART I: E Resumes 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 Hendric Mendez, PE Street Lighting A.TOTAL B.WITH CURRENT FIRM 12 8 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami,FL) ...................... 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Civil Engineering Florida Professional Engineer No. 85282 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) IMSA Traffic Signal Field Technician Level II 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Design Services on SR-60/Indlan River Blvd.from N of Canal Bridge W.of PROFESSIONAL SERVICES CONSTRUCTION(IFAPPUCABLE) Merrill P. Barber Bridge(Palm Beach,FL) 2021-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The intent of this project is to improve operations and safety at the existing intersection of SR 60/ Indian River Boulevard and SR 60/ Merrill P. Barber Bridge.The operational performance of this intersection was noted to have some concerns due to an unprotected left turn signal phasing along SB Indian River Blvd.as well as excessive queuing due to the heavy use of the NB right turn lane movement at the intersection.The scope of services includes the preparation of Contract Documents to construct the recommended improvements which include: Restripe of the SB approach to provide dual left turn lanes with protected signal phasing;this will require upgrading span wire assembly to mast arm;Extend the Northbound right turn lane to accommodate congestion queues;and remove the Northbound free flow right turn lane and remove pedestrian island.Traffic Engineering Operations Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR A1A RRR from Flamingo Ave to S.of Pine Ave(Palm Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM BCC was the lead on this project.This RRR project runs along SR AlA in Broward County from Flamingo Avenue(MP 6.434)to South of Pine Avenue (MP 7.433).The existing typical section consists of a 3-lane undivided Urban Minor Arterial with 10'travel lanes, and 11' Two-Way Left Turn Lane,4'undesignated bike lanes,2'drop curb(curb and gutter at intersections and some bus stop locations),and 6' sidewalk on both sides.The existing typical section between Commercial Blvd.and South El Prado Avenue also consists of an additional southbound through lane. The intent of the project is to mill and resurface the existing pavement, provide signal upgrades at the signalized intersections, install decorative Tear Drop light poles, and replace non-compliant pedestrian curb ramps.Traffic Engineering Operations Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 823/Flamingo Road Vghtng(Broward County,FL) PROFESSIONALSERVICES CONSTRUCTION(IF APPLICABLE) 2022 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Signalization and lighting design services,along with public involvement(PIO)services,are required to prepare comprehensive contract documents for the proposed improvements along SR 823/Flamingo Road from Pembroke Road to south of SR 820/Pines Boulevard in Broward County. The project scope includes the design of upgraded roadway lighting systems to enhance nighttime visibility and safety,the development of signalization improvements to optimize traffic operations and reduce congestion,and coordination with utility agencies as needed.Public involvement efforts will support the project through proactive community outreach,stakeholder engagement, and public meetings to ensure transparency and address community concerns throughout the project lifecycle. Lighting Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 23(Toll 23)from SR 21(Blanding Boulevard)to North of Argyle Forest PROFESSIONAL SERVICES `CONSTRUCTION(IF APPLICABLE) Boulevard Design-Build (Duval and Clay Counties,FL) 2014-2015 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Project proposed the complete reconstruction of SR 23 and construction of three new interchanges. Mr. Mendez was tasked with the design of new signalized intersections at ramp intersections at the Blanding Blvd, Oakleaf Plantation Parkway and Argyle Forest Blvd. interchanges.The design of conventional and under deck lighting throughout the entire project and side streets.The scope of services includes the design of a new ITS system is composed of Dynamic Message Sings(DMS),CCTV and MDVS systems. ITS Designer. . .. ...... .......... . (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED .............. Intersection Improvements along SW 24th Street/Coral Way from SW 117th PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Avenue to SW 87th Avenue(Miami-Dade County, FL) 2023-2025 N/A ..... ............. .... (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM This project consists of improvements to 13 intersections along SW 24th Street/Coral Way, as recommended by the 2022 Coral Way Traffic Study. This project includes operational, capacity, and safety improvements at these intersections which include, but are not limited to,roadway widening to accommodate additional storage,storm water drain system,signing and pavement markings,signalization improvements and upgrades, roadway lighting,and landscaping.Traffic Engineering Operations Engineer. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIN§RSIGN ANG ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 25 FORM 330 I PART I: E Resumes 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 Jean Rodriguez, PE Cost Estimating& A.TOTAL B.WITH CURRENT FIRM Grant Administration 7 2 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami,FL) 16.EDUCATION(DEGREE AND SPECIAI I7ATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPL INE) BS, Civil Engineering Florida Professional Engineer No. 98401 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 Golf Village Infrastructure Improvements(Sunrise, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2019-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ❑CHECK IF PERFORMED WITH CURRENT FIRM The project is located in the City of Sunrise,Broward County,and is bounded by N.University Drive(State Road)to the east,N.Pine Island Road (County Road)to the west,SW 20th Courttothesouth,and NW29th Streettothe north.The proposed improvements involve the design of water main replacements for aging 6-inch to 12-inch PVC and asbestos pipes,upsizing of existing 2-inch through 4-inch water mains,replacement of 6-inch through 10-inch asbestos cement force mains, and the design of exfiltration trenches to address localized flooding concerns. As part of the design process, a Basis of Design Report will be prepared to outline the design assumptions, decisions, and parameters used to develop the 100% construction documents for the project.The scope includes providing a cost estimate to support budgeting and funding decisions. This cost estimate will be developed based on the preliminary and final design documents, incorporating unit costs,quantities, and contingencies, and will be updated at key project milestones to reflect the evolving design. Civil Project Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Pump Station 9143 Improvements Design(Miami, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2021 -2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Due to the upcoming construction of the MSC Cruise Terminal on Dodge Island (expected March 2024) and the associated increase in sewer flows, improvements to Pump Station PS-9143 were required to handle the added capacity. The design includes upsizing pumps to increase flow from 239 GPM to 378 GPM, raising TDH from 38 FT to 70 FT, replacing the wet well and valve vault, installing a permanent generator,and making site improvements for maintenance access.As part of the design scope, a detailed cost estimate will be developed to support budgeting and funding,covering construction,equipment,labor,and contingencies.The estimate will be refined throughout the design process to ensure alignment with project scope and stakeholder expectations. Civil Project Engineer (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Village of Pinecrest General Engineering Consultant(Village of Pinecrest, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2022 -Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM With this project, BCC will be able to update the Village's Stormwater Master Plan without going through a formal solicitation. It will also allow BCC to assist in analyzing and designing stormwater improvement projects to address projected sea level rise and help the Village enhance its resiliency.The project scope includes providing the full spectrum of drainage analysis and design services to address areas prone to flooding and future sea-level rise conditions. BCC prepared cost estimates for proposed stormwater improvements to support the Village's capital planning, budgeting, and potential funding applications. Civil Project Engineer. (2)YEAR COMPLETED Bonaventure Water Service Line&Water Main Replacement Construction PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Administration Services (Sunrise, FL) 2022-Ongoing N/A 0 CHECK IF PERFORMED WITH CURRENT FIRM BCC will provide the Bonaventure Water Service Line & Water Main Replacements and Construction Administration Services. BCC will represent the City (Owner) during construction and facilitate all instructions and communication between the contractor and the City. Responsibilities include reviewing and approving the Schedule of Values (SOV), Pay Applications, Requests for Information (RFIs), and Change Orders(COs)submitted by the contractor,as well as regularly observing the project's progress to ensure the quantity and quality of work performed. As part of pre-construction support, BCC will also provide a cost estimate for the construction scope, assisting the City in evaluating project feasibility, budget planning, and funding allocation. Civil Engineer Designer, CEI. (CITYAND STATE) (2)YEAR COMPLETED Sawgrass Fuel Facility Rehab Construction Management Services (Sunrise, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2021-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM This project includes the reconstruction of the existing City of Sunrise Sawgrass Fuel Station within the Sawgrass Utility Complex.The new station will include installation of the new above ground unleaded and diesel double wall fuel tanks, fuel dispensers, new canopy, replacement in kind of the fuel management system, improvements to existing electrical building, and a new access driveway for the proper circulation of fleet vehicles and fuel delivery trucks. ��]] WAGE TRIM CITY OF BOYNTON BEACH I RFp NO.PWE25-009 ENGINEERINNSIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 26 FORM 330 PART I: E Resumes 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 Dacha Quintana, PE Signalization A.TOTAL B.WITH CURRENT FIRM 22 18 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering, LLC(Miami,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Civil Engineering Florida Professional Engineer No. 67393 18 OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Temporary Traffic Control-Advanced IMSA Level I and II 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Design Services on SR-60/Indian River Blvd.from N of Canal Bridge W.of PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Merrill P. Barber Bridge(Palm Beach, FL) 2021-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE.COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The intent of this project is to improve operations and safety at the existing intersection of SR 60/ Indian River Boulevard and SR 60/ Merrill P. Barber Bridge.The operations performance of this intersection was noted to have some concerns due to an unprotected left turn signal phasing along SB Indian River Blvd.as well as excessive queuing due to the heavy use of the NB right turn lane movement at the intersection.Scope of services includes the preparation of Contract Documents to construct the recommended improvements which include: Restripe of the SB approach to provide dual left turn lanes with protected signal phasing;this will require upgrading span wire assembly to mast arm;Extend the Northbound right turn lane to accommodate congestion queues;and remove the Northbound free flow right turn lane and remove pedestrian island.QC Engineer for the Signing and Pavement Marking Plans and Signalization Plans. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 7 Transit Corridor Improvements(Palm Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022-2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The intent of this project is to enhance the transit passenger,bicycle and pedestrian experience through mobility and safety improvements along Orange Drive and Taft Street. The recommended improvements are to add 5' Sidewalk on the northside of Orange Drive from Turnpike On-Ramp to SR-7. Widen pavement to provide bicycle lanes on Taft Street from SR-7 to N 40th Avenue, mill, resurface and correct cross slope on Taft Street and replace existing loops at N 56th Avenue and N 46th Avenue signalized intersections. Engineer of Record for the design and preparation of Signing and Pavement Marking Plans. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 814/Atlantic Blvd RRR from NW 27th Ave to NW 16th Ave.(Palm Beach, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2022-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM This RRR project runs along Atlantic Blvd(Roadway ID:86130000)in Broward County from NW 27th Ave(MP 3.591)to NW 16th Ave(MP 4.591).The existing typical section consists of a 6-lane divided Urban Minor Arterial with 11'-12'travel lanes,type F curb&gutter and sidewalk on both sides.The intent of the project is to mill and resurface the existing pavement,provide signal upgrades at the signalized intersections, and replace non-compliant pedestrian curb ramps. Engineer of Record for the design and preparation of Signing and Pavement Markings and Signalization Plans. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 804/Ocean Dr RRR from SR 5/ US 1 to SR AlA(Palm Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The purpose of this Task Work Order is to provide design services to prepare Contract Documents for the required improvements under the Resurfacing,Restoration,and Rehabilitation(RRR)Project on SR 804/E Ocean Avenue from SR 5/US 1 to SR A1A/N Ocean Blvd. Scope included the installation of Rectangular Rapid Flashing Beacon(RRFB)assemblies at a new mid-block crosswalk. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR AlA RRR from Flamingo Ave to S.of Pine Ave(Palm Beach,FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE CHECK IF PERFORMED WITH CURRENT FIRM This RRR project runs along SR A1A in Broward County from Flamingo Avenue (MP 6.434) to South of Pine Avenue (MP 7.433). The existing typical section consists of a 3-lane undivided Urban Minor Arterial with 10' travel lanes, and 11'Two-Way Left Turn Lane, 4' undesignated bike lanes,2'drop curb(curb and gutter at intersections and some bus stop locations),and 6'sidewalk on both sides.The existing typical section between Commercial Blvd. and South El Prado Avenue also consists of an additional southbound through lane. The intent of the project is to mill and resurface the existing pavement, provide signal upgrades at the signalized intersections, install decorative Tear Drop light poles,and replace non-compliant pedestrian curb ramps. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINADSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 27 FORM 330 I PART I:E Resumes 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 Kerl-Ann C. Coore-Vickers, PE Signing& Pavement Markings A.TOTAL B.WITH CURRENT FIRM Engineer 19 11 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami, FL) 16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Civil Engineering; BS, Civil Engineering Professional Engineer Florida No. 87383,2019 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Professional Services for Bridge Structural Engineering Projects- E20 - PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) DTPW-02(Miami-Dade County, FL) 2021-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST.ETC.)AND SPECIFIC ROI F 2 CHECK IF PERFORMED WITH CURRENT FIRM Signing and Pavement Marking Project Engineer for a Continuing Services Contract involving miscellaneous Task Work Order (TWO) assignments including inspections and evaluations,scoping reports,bridge repairs,structural steel painting,cathodic protection systems, and bridge replacements. Projects also included maintenance of traffic, public involvement (meetings, outreach), signing, pavement markings, phased construction,environmental permitting,specifications,and technical special provisions. Post design services included review of shop drawings,Requests for Information(RFI's),material certification,and on-call support to the contractor during construction. (I)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 9A/i-95 Ramps Rigid Pavement Rehabilitation Southbound Off Ramp to PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) SW 25 Road (Miami-Dade, FL) 2021 -2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM Traffic Operations Engineer responsible for the design and preparation of Signing & Pavement Marking Plans and Signalization Plans. This project consisted of the Rehabilitation of five ramps on 1-95 in Miami. Roadway work entailed full-depth slab replacement of existing cracked concrete pavement, repair of concrete pavement joints, mill and resurface the existing asphalt pavement at the ramp terminals and shoulders, guardrail upgrades, and reconstruction of existing damaged curb & gutter as well as curb & gutter segments impacted by slab replacement and guardrail reconstruction.Signing and pavement markings work required the update of all sub-standard ground- mounted signs, replace and upgrade all pavement markings.Two signalized intersections at the 1-95 ramp terminals and SW 25th Road required improvement. Improvements consisted of new pedestrian signalization, replacement of existing traffic signal loops to video detection system and replacement of existing mast arms being impacted by roadway widening. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SW 24th Street(Coral Way) Intersection improvements (Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) FL) 2023 -Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROL). 0 CHECK IF PERFORMED WITH CURRENT FIRM Signing and Pavement Marking Project Engineer for the design of intersection operational and safety improvements along SW 24th Street(Coral Way)from SW 117th Avenue to SW 87th Avenue in Miami-Dade County, FL. Improvements include minor widening, milling and resurfacing,drainage,signal improvements, signing and pavement markings, lighting, and utilities. (1)TITLE AND LOCATION(CITY AND STATE) SR 9(1.95)Express Lanes Phase 3C Design-Build (95 Express/I-595 Direct Connectors,SR 9/1-95 from Stirling Road to Broward Boulevard, SR 9/1-95 2018-Ongoing 2018-Ongoing at SR 862/ 1-595 Bridge Painting(Broward County, FL) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPEC IC ROL I CHECK IF PERFORMED WITH CURRENT FIRM Project Engineer assisting with Signing& Pavement Marking plans.This project is part of Phase 3C of the 1-95 express lanes,spanning 9 miles from Hollywood Boulevard to Broward Boulevard, with 2 miles of improvements along 1-595. It includes direct connections between 1-95 and 1-595 and the painting of 17 bridges. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 836/1-395 from West of 1-95 to MacArthur Causeway Bridge(Miami-Dade PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) County, FL) 2011 -Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COSI,ETC.)AND SPECIFIC ROLF 8 CHECK IF PERFORMED WITH CURRENT FIRM Signing& Pavement Marking Plans Reviewer for preparing the preliminary geometric design for the reconstruction of the entire 1-395 corridor,from the original terminus at the west side of the I-95/Midtown Interchange (I-95/SR 836/1-395)to the original corridor terminus at the West Channel Bridges of US 41/MacArthur Causeway.This project was developed to improve mainline operations along 1-395, reduce congestion on the surface streets below and provide enhanced access to the Performing Arts Center and surrounding areas of downtown Miami. 0 WADE TRIM CITY OF BOYNTON BEACH i RFU NO.PWE25-009 ENGINEERING SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 28 FORM 330 PART I: E Resumes 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 Oscar Oliva, PE MOT/TTCP/SWPP Engineer A.TOTAL B.WITH CURRENT FIRM 17 9 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION, - 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Civil Engineering;BS,Civil Engineering Professional Engineer, Florida No. 75502,2013 18.OTHER PROFESSIONAL QUALIFICATIONS(PIIBUCATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Advanced Temporary Traffic Control(MOT) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Design,Build,Operation, and Maintenance Services for an Intelligent PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Transportation System and Smart Parking System, Phase! & II. Design-Build 2019-Ongoing N/A Operate and Maintain (Miami Beach, FL) (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Engineer of Record for traffic control plans for the installation of closed-circuit television cameras (CCTV), microwave vehicle detectors (MVDS), dynamic message signs(DMS),travel time Bluetooth sensors, a microwave wireless communications network, parking counters with local availability parking count LED information sign,a Regional Central Control Center and custom ITS/ATMS control software.The DMS support structures consisted of decorative custom structures.Additional responsibilities included design project management, ITS design,miiscellaneous structural design, utility coordination, electrical calculations,traffic control and plans production. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 25 (Okeechobee Road)from East of NW 116 way to East of NW 87 Avenue PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) (Miami-Dade County, FL) 2016-2025 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST.ETC.)AND SPECIFIC ROI I 0 CHECK IF PERFORMED WITH CURRENT FIRM Project Manager and Engineer of Record for the final design of the largest segment of the Okeechobee Road corridor.This project includes the reconstruction of Okeechobee Road and design with third level bridges over NW 87th Avenue and second level flyover bridges to and from Okeechobee Road and NW 87th Avenue.The design will also include the realignment of NW 103rd Street as well as widening of NW 87th Avenue, NW South River Drive, and NW 106th Way. (1)TI' , AND LOC' DN(CITY AND STATE) (, , MDX Work Program 87410.030: Design-Build Services for SR 874 Ramp PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Connector to SW 128th Street(Miami-Dade County, FL) 2015-2022 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC R01 F ..IF PERFORMED WITH CURRENT FIRM Project Manager and Roadway Engineer of Record for the MDX ramp connectors from SR 874(Don Shula Expressway)to SW 128th Street. The project included third-level flyovers over the SR 874/SR 821 interchange and widening 1.5 miles of SW 128th Street.Additional work involved traffic signals, lighting, ITS design, and utility coordination. Responsibilities included project management, roadway, drainage, traffic operations, and structural design. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED SR 836/1-395 from West of 1-95 to MacArthur Causeway Bridge(Mlaml-Dade PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) County, FL) 2011 -Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM Roadway Engineer supporting FDOT in the concept development, procurement, and design of the 1-395 corridor reconstruction from the 1-95/Midtown Interchange to the West Channel Bridges of the MacArthur Causeway.The project aims to improve mainline operations, reduce surface street congestion, and enhance access to downtown Miami. Work also involves reviewing roadway,traffic control, signing,pavement marking, and signalization plans. (1)TITLE AND LOCATION(CITY AND Slim! (2)YEAR COMPLETED SR 924/NW 119 Street Adaptive Signal Control Technology Pilot Project PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) (Miami-Dade County, FL) 2017-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM The Florida Department of Transportation has issued this Request for Proposal (RFP) to solicit competitive bids and proposals from proposers for deploying an adaptive signal control technology(ASCT)system along SR 924/NW 119 Street from the eastern terminus of SR 924 Gratigny Parkway(west of NW 32 Avenue)to NW 5 Avenue (east of 1-95) and along SR 9/NW 27 Avenue from NW 110 Street to NW 119 Street as specified within these Contract documents.As the Engineer of Record for the Traffic Control Plans(TCP),work includes assisting with the design, installation, integration, testing, documentation, training, warranty, and technical support services for the project. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN@4SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE ?y FORM 330 PART I: E Resumes 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 Jean Pierre Valle, PE, CFM, ENV SP Hydraulic Modeling Engineer A.TOTAL B.WITH CURRENT FIRM 8 2 15.FIRM NAME AND LOCATION(CITY AND STATE) BCC Engineering,LLC(Miami,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS,Water Resources Engineering Professional Engineer,Florida No.99390,2024 18.OTHER PROFESSIONAL QUALIFICATIONS(PUBLICATIONS,ORGANIZATIONS,TRAINING,AWARDS,ETC.) Certified Floodplain Manager,Envision Sustainability Professional 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Lauderhill Vulnerability Assessment (Broward County, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2022-2023 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM The City of Lauderhill developed a Stormwater Management and Flood Protection Master Plan(SMFPMP)to evaluate drainage conditions within the City's five(5) primary drainage basins.The City of Lauderhill Vulnerability Assessment(VA)will expand the SMFPMP to meet the requirements of s.380.093(3)(c),F.S.This includes determining the specific risks posed by flooding due to sea-level and groundwater rise,as well as the increased frequency,duration,and intensity of rainfall events.As part of this effort,hydraulic modeling will be utilized to simulate current and future drainage system performance under various flood scenarios,helping to accurately identify flood-prone areas and evaluate system vulnerabilities.The VA also identified critical and regionally significant infrastructure,owned and/or maintained by the City,that is susceptible to flooding,thereby supporting targeted adaptation and mitigation strategies.Water Resources Engineer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED Village of Pinecrest Vulnerability Assessment (Miami-Dade County, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2023-2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM For the Village of Pinecrest, this project involves conducting a comprehensive vulnerability assessment to evaluate the impacts of flooding,storm surge,and sea level rise on the community's infrastructure and natural systems.As part of the effort,advanced hydraulic modeling is employed to simulate current and future conditions, identify at-risk areas, and evaluate the capacity and performance of existing drainage and stormwater systems.The findings informed the development of adaptation strategies and prioritize infrastructure improvements to enhance resilience. Services also included data collection, risk and asset analysis, community engagement support, and preparation of a detailed report with actionable recommendations to guide the Village's long-term planning and capital investments. Water Resources Engineering Designer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED North Bay Village Contract for General Professional Engineering and PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) Architectural Services(Miami-Dade County,FL) 2019-Ongoing N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE 0 CHECK IF PERFORMED WITH CURRENT FIRM This North Bay Village project includes multiple task work orders on Harbor and Treasure Islands, providing comprehensive engineering, architectural, and planning services. The scope covers roadways, marine, traffic, drainage, water and sewer, site development, and building systems.Services include hydraulic modeling,design,permitting,cost estimating,project management,construction inspection, and sustainability and landscaping support.Deputy Project Manager. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED City of Doral Vulnerability Assessment(Miami-Dade County, FL) PROFESSIONAL SERVICES CONSTRUCTION(IFAPPLICABLE) 2022-2024 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM As part of this Service Order, BCC Engineering supported the City of Doral (City) in completing the Vulnerability Assessment(VA),per s. 380.093, F.S., which identified areas within the City most susceptible to damage from increased sea-level and groundwater rise.The assessment incorporated hydraulic modeling to simulate flooding scenarios and evaluate the impact of rising water levels on the City's drainage infrastructure, enabling a detailed understanding of vulnerable zones and informing mitigation strategies. Water Resources Engineering Designer. (1)TITLE AND LOCATION(CITY AND STATE) (2)YEAR COMPLETED LBJ East 1-635 Expansion(Dallas County,TX) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2019-2022 N/A (3)BRIEF DESCRIPTION(BRIEF SCOPE,SIZE,COST,ETC.)AND SPECIFIC ROLE ®CHECK IF PERFORMED WITH CURRENT FIRM This project consisted of a reconstruction and improvement of 11.2 mile section of 1635 in Dallas County. Developed the hydrologic U analysis using HEC-HMS and performed hydraulic calculations using HY-8.Assisted in the preparation of the final report and created maps and exhibits.Water Resources Engineer. WADE TRIM CITY OF BOYNTON BEACH RFU NO.PWE25-009 ENGINEERINPOESIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 30 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 Michael J. Avirom Professional Surveyor&Mapper a.TOTAL b.WITH CURRENT FIRM 32 32 15.FIRM NAME AND LOCATION(City and State) Avirom&Associates, Inc. (Boca Raton, Florida) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) 2006 Associate in Arts/Palm Beach State College Florida/Professional Surveyor and Mapper 2011 Bachelor of Arts/Florida Atlantic University License/LS7253 Geographic Information System 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards.etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) I (.21 Y Town of Palm Beach Undergrounding Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach, Florida Current/ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm a. Sketch and descriptions for utility easements; construction services to facilitate mapping entire town for underground placement of FPL lines Project Manager/CADD technician (1)TITLE AND LOCATION(City and State) Lantana GIS Mapping PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana, Florida 2025 (3)BRIEF DESCRIPTION(Brief scope,size.cost.etc.)AND SPECIFIC ROLE I)/i Check if project performed with current firm b. Sanitary/sewer and drainage as-builts for multiple lift stations throughout the City of Lantana to assist the engineer with the Storm Sewer System GIS Development Party Chief/CADD technician (1)TITLE AND LOCATION(City and State) I (21 Bamboo Lane& Palmer Road PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Boynton Beach, Florida � 2025 (3)BRIEF DESCRIPTION(Brief scope,size.cost.etc.)AND SPECIFIC ROLE L I Check if project performed with current firm c. Sketch and description for rezoning the area between N. Federal Highway and the ICWW and just north of Bamboo Lane and south of Palmer Road Project Surveyor (1)TITLE AND LOCATION(City and State) I (21 YEAR COMPLETED Skees Road/Okeechobee Landfill PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Palm Beach, Florida Yearly (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE U Check if project performed with current firm d. GPS positions of monitoring wells and obtaining elevations; as-builts;aerial mapping;specific purpose survey; topographic survey; tree survey Project Surveyor (1)TITLE AND LOCATION(City and State) I ($)YEAROMPLVTED Swinton Avenue PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach, Florida 2025 I (3)BRIEF DESCRIPTION(Brief scone.size.cost.etc.)AND SPECIFIC ROLE I Check if project performed with current firm e. Right-of-way surveys for the redesign of the intersection at Swinton Avenue and SE/SW 4th Street Project Surveyor c WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERIN@fiSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 31 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Com.late one Section E for each ke .erson. 12 NAME 13. ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Craig Meier Corrosion Engineer a.TOTAL 40 b.WITH CURRENT FIRM 25 15. FIRM NAME AND LOCATION(City and State) Corrosion Control Incorporated, Rutledge, GA 16. EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science Chemical Engineering NACE CP4 Cathodic Protection Certified Specialist API-57o Pipeline Inspector 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Trail g,Awards,etc.) Mr.Meier is a degreed Chemical Engineer with more than 40 years of experience in the fields of piping inspection,coatings and cathodic protection.He is certified by NACE as a Cathodic Protection Specialist and a Coating Inspector,and by API as an API-57o pipeline inspector.Over the past 4o years,Craig has provided piping inspection and corrosion control services throughout the world.This includes mechanical integrity evaluations for piping systems as well as developing life extension programs.He provided design and support for multiple FKAA projects including Windley Key,Florida City,Plantation Key, Islamorada water mains. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Keys Aqueduct Authority, Cathodic Protection New PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Water Main, Islamorada, FL. Project Engineer 2023 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm This project involved a complete field study of the proposed pipeline right-a-way, and corrosion control design documents including specifications, calculations and drawing details. Contract Value $18K. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hillsborough County,Corrosion Control Study and Evaluation,Central PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Hillsborough Pressure Booster Pump,Hillsborough County,FL. Project Engineer 2019 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check It project performed with current firm This project involved a corrosion control study and evaluation for the 60-inch water transmission mains. Contract Value$27K. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Project Engineer,City of Tampa,Harbor Island 48-Inch Force Main PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Project Engineer 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm This project involved the corrosion control evaluation and design for a new 48-inch force main. Contract Value$15k. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Council Bluffs,Cathodic Protection on 36 Inch Levee Force Main, PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Council Bluffs,IA Project Engineer 2012 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm This project involved corrosion studies and the design of a cathodic protection system for a 36-inch diameter levee force main. Contract Value $11K. (1)TITLE AND LOCATION(City and State) 2 YEAR COMPLETED Project Engineer, Collier County,Corrosion PROFESSIONAL SERVICES CONSTRUCTION(H applicable) Investigation Ductile Iron Pipe Fittings, Collier County, Project Engineer 2010 FL e• This project involved a corrosion investigation on the ductile iron pipe fittings for 16 and 24-inch branch laterals associated with a water well field. Contract Value $6K. 7,7 DO NOT LET FORM GO BELOW THIS LINE WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ! ENGINEERIN@fiSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 32 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME '13.ROLE IN THIS CONTRACT I 14.YEARS EXPERIENCE Dameion Donaldson Electrical Engineer a.TOTAL b.WITH CURRENT FIRM 21 16 15.FIRM NAME AND LOCATION(City and State) Electrical Design Associates, Inc.(Boca Raton,FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Electrical Engineering FL Professional Engineer#70851 Florida International University/2003 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,Awards,etc.) Florida Engineering Society(FES),Illuminating Engineering Society(IES) 19.RELEVANT PROJECTS 11)TITLE AND LOCATION(City end State) I (21 YEAR COMPLETED Repump&Booster Stations Electrical&I&C Evaluations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Port St.Lucie,FL 2022 2023 (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE I.1 Check if project performed with current frm Electrical Design Associates, Inc.(EDA)was contracted to provide an electrical assessment of eight booster and re- pump stations for the City of Port St.Lucie. The purpose of the project was to outline design shortfalls and/or aging of a. plant infrastructure and equipment that may lead to electrical and operational issues. Our scope of work included the following:Collect and review all available information;Perform field visits in order to observe existing conditions;Perform facilities evaluation and condition assessments; Prepare draft and final TM summarizing facility/infrastructure improvements associated with the power distribution and computer(PLC/HMI)systems as it relates to rehabilitation, repair,and replacement;and Prepare Estimates of OPCC for rehabilitation,repair,and replacement items determined from the facilities evaluation and condition assessments. (1)TITLE AND LOCATION(City and State) I (21 YEAR COMPLETED Key Haven Utility Improvements PROFESSIONAL SERVICES CONSTRUCTION(N applicable) Florida Keys Aqueduct Authority, FL 2017 2018 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE IL]Check if project performed with current flim Electrical Design Associates, Inc.(EDA)was contracted to provide engineering services for the referenced project.Our b. scope of work included the following:Electrical design associated with the required upgrades of the existing plant lift station.We provided design associated with the demolition of existing District B and District C lift stations and design associated with the proposed District C and District D lift stations,including the incoming utility service and electrical power distribution. EDA was also responsible for electrical design associated with the demolition of the existing grinder lift station,and design associated with the proposed grinder station including the incoming utility service and electrical (1)TITLE AND LOCATION(City and State) I (21 YEAR COMPLETED Lift Station 309 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Boynton Beach,FL 2016 2017 (3)BRIEF DESCRIPTION(Brief scope,size.cost.etc.)AND SPECIFIC ROLE ILi Check it project performed with current frm Electrical Design Associates, Inc. (EDA)was contracted to provide engineering services for the referenced project.Our scope of work included the following:Electrical design included a new power distribution system designed to support the c. entire station including the replacement of the jockey pump with a full size pump and a diesel standby pump. The station control system included a new control panel utilizing the ACE3600. The new power and control systems were housed within the existing generator building. The design also addressed the conduits extending through classified spaces and from non-classified to classified spaces including the use of EYS fittings at the point of entrance and/or exit in accordance with NFPA 820. (1)TITLE AND LOCATION(City and State) I (21 YEAR COMPLETED Condition Assessment for Stormwater Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(H applicable) City of Miami,FL 2021 n/a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.I AND SPECIFIC ROLE IL]Check if project performed with current frm d Electrical Design Associates, Inc.was contracted to provide electrical engineering services for the referenced project. The City of Miami(CITY)requested thirteen(13)stormwater pump stations have their electrical equipment evaluated in order to complete a condition assessment in anticipation of the future SCADA Integration project and future upgrades of electrical equipment. The pump stations were inspected to identify the existing condition of the electrical components and create an inventory of components. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED PBC System Wide Wellfield Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County,FL ' 2020 Ongoing s. (31 BRIEF DESCRIPTION(Brief scone.size.cost.etc.)AND SPECIFIC ROLE IL]Check if project performed with current frm Electrical Design Associates, Inc.(EDA)was contracted to provide electrical and instrumentation design and bidding for improvements to surficial aquifer production wells located at two(2)of the County's water treatment plants(Nos.2&8) throughout the Palm Beach County Water Utilities Department(PBCWUD)service area. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV.8/2016)PAGE 1 LO WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 "' ENGINEERIN@7SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 33 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT I 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Paul Dean Engle, PSM SUE Survey Manager 30+ 1 15. FIRM NAME AND LOCATION (City and State) InfraMap Corp.,West Palm Beach, Florida 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Relevant Coursework: Survey I, Survey II, Survey III, Roads Professional Surveyor and Mapper#5708 and Highways, Legal Descriptions and Legal Concepts 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Town of Surfside OH-UG Conversion WR 4269737 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Surfside, Florida 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm a. InfraMap provided QLB utility designating and completed 30 QLA test holes(out of 150 contracted)in support of phase I the utility undergrounding project. Mr. Engle provided professional review,judgement, and oversight for this project. Phase I Value: $34,255, Phases II & III Value: $68,000 ea. (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Lead and Copper Rule Revision Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft. Lauderdale, Florida 2024 b.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE III Check if project performed with current firm InfraMap completed 528 QLA test holes,confirming the finite location, material type and condition for each hole under the lead pipe conversion study for the City of Ft. Lauderdale. Mr. Engle provided professional review and oversight for this project.Value: $352,882. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Victoria Park Stormwater Project, Phase I PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft. Lauderdale, Florida 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm C. InfraMap performed QLB utility designation and completed 60 QLA test in the neighborhoods of Progresso Village, Victoria Park, and the SE Isles. Mr. Engle provided professional review and oversight for this project. Phase I Value: $54,271. Phase II Value TBD. (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED City of Delray Beach Areas 5& 10 Reclaimed Water Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach, Florida 2024 d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE J Check if project performed with current firm InfraMap provided QLB utility designating and targeting, and completed 25 QLA test for the reclaimed water line design in areas 5 and 10. Mr. Engle provided professional review and oversight for this project.Value: $35,900. (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED New High Service Pump Station at Fiveash WTP PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft. Lauderdale, Florida 2024 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. InfraMap provided QLB utility designating and survey as well as and completed 24 QLA test holes for the city of Ft. Lauderdale. Mr. Engle provided professional review and oversight for this project.Value: $28,401. STANDARD FORM 330(REV. 7/2021) PAGE 2 WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERIN@ASIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 34 McFARLAND JOHNSON E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT I 14.YEARS EXPERIENCE David R.Rosa Environmental a TOTAL b WITH CURRENT FIRM 25+ 5 15. FIRM NAME AND LOCATION(City and State) McFarland-Johnson,Inc.,Miami Gardens,FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL BS-University of Sagrado Corazon/Natural Sciences,PR/2001 REGISTRATION(State and Discipline) Certificates:Turner School of Construction Management;FDEP SWPPP Inspector(#19226);HUD N/A Introduction to NEPA;Part 58 Environmental Review for HUD-Assisted Projects;HUD Site Planning and Feasibility;HUD Assessment Tool for Environmental Compliance;EIA Campus NEPA Technical Writing;USACE Statewide/FL Statewide Wetland Delineation 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Mr. Rosa has 25+ years of experience in the environmental and engineering fields in the public and private sector. His professional experience includes institutional,water and wastewater,energy,environmental,transportation,housing and building sector projects.He has served as a Project Manager and Environmental Discipline Manager for several projects funded under CDBG,HUD and FEMA/FDEM HMGP requiring the ability to effectively handle multiple tasks in a fast-paced environment. His expertise includes National Environmental Policy Act (NEPA) documents, compliance, coordination, permitting, studies, compensatory mitigation, monitoring and environmental management. He has completed multiple Environmental Assessments and supporting studies for community developments and public housing improvements and modernization. He is also a Qualified Environmental Professional as defined in 312.10 of 40 CFR Part 312 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED NYC Build It Back Program—Hurricane Sandy Recovery Program, PROFESSIONAL SERVICES CONSTRUCTION of applicable) Staten Island,Queens and Brooklyn I NY 2017 N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I [ ]Check if project performed with current firm Environmental Discipline Manager responsible for environmental permitting effort. Project involved design, environmental reviews and permitting services for the CM/Design Build reconstruction/rehabilitation/replacement of over 700 homes. (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Monroe County Crane Blvd Shared Use Path,Monroe County,FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) On going N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I [X]Check if project performed with current firm b. Environmental Project Manager supporting the Engineering Design,and responsible the NEPA, Permitting and Mitigation services for the Crane Blvd Shared Use Path Project. Scope of work for this project includes engineering design, state and federal environmental permitting,comprehensive agency coordination,detailed habitat evaluation and fulfillment of NEPA,including NHPA Section 106 and USDOT Section 4(f)consultation. Scope also included SFWMD Environmental Resource Permit,USAGE Section 404 Permitting,Contamination Assessment and site investigations. (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED City of Fort Lauderdale GTL WWTP 60-Inc Dia.Force Main Design- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Build Project 2025 Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I [X]Check if project performed with current firm Environmental Lead providing support to the design-build team and responsible for the preparation of Wetland and Biological Report, c' Tree Surveys, SWPPP Plans, Pre-Construction Soil and Groundwater Contamination Sampling, Construction Dewatering Plans Construction, Environmental Soil and Management Plan, and the review of permit applications such as SFWMD Environmental Resource Permits, Wetland Permit, and Dewatering Permits. Also assisted with the agency coordination and pre-application meetings. The project consisted of the installation of+/-4,000 linear feet of effluent force main,via a combination of micro tunneling and open-cut. The project was divided into three different phases(Phases 1A-1B,2 and 3). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED HUD Environmental Assessment for Alturas de Cupey Public Housing PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Modernization 2017 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [ ]Check if project performed with current firm d. Environmental and Permitting Manager responsible for the preparation of the NEPA Environmental Assessments and all federal and state permit application for this project. Scope included pre-application meetings and consultations with SHPO,USFWS and building department. STANDARD FORM 330(REV.8/2016)PAGE 2 e WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN@RSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 35 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT I 14.YEARS EXPERIENCE Edil H. Pena Jimenez Stormwater a. TOTAL b. WITH CURRENT FIRM 28 3 15. FIRM NAME AND LOCATION(City and State) McFarland-Johnson,Inc.,Binghamton,NY 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS/Civil Engineering/Polytechnic University of Puerto Rico/ FL/PE 1995 PR/PE 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc) Edil is a Senior Transportation Engineer and Project Manager with a strong civil engineering background with many years of experience. He is accomplished in planning,designing,and executing engineering projects from conceptual through project completion,with strong troubleshooting and problem-resolution skills. He has designed many complex highway and roadway projects as well as civil engineering projects encompassing institutional and commercial facilities with complex geometry,grading, drainage,utility coordination,and stormwater facilities.He is highly organized and detail-oriented,demonstrating broad strengths and experience in civil site design,roadway engineering,and 3D corridor modeling. Edil also has proficient knowledge of Open Roads Geopak,Autodesk Civil 3D, ICPR4, Hydraflow Hydrographs, Hydraflow Storm Sewers, Microsoft Project, Microsoft Office, and others. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED City of Miami Beach Traffic Signal Relocation at 5900 Collins Avenue PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 10/2025 a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ZCheck if project performed with current firm Sr. Project Manager and Engineer of Record for the engineering design, permitting, and construction support documentation services necessary for relocating the traffic signal at 5900 Collins Ave, including a temporary relocation.This relocation is required for the installation of a new subaqueous sewer force main, which is planned to be replaced in coordination with this project. (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Golden Pines Roadway and Drainage Improvements-SW 23 Street, SW PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 24 Street, SW 24 Terrace,and SW 25 Street,from SW 27th Avenue to SW 32nd Avenue, City of Miami, FL b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE F.Check if project performed with current firm QA/QC manager responsible for the quality and accuracy of the 3D corridor modeling and plans production. The project consisted of reconstructing four roadway segments to address ponding and flooding issues in the community, providing a new typical section, a new vertical profile,a new drainage system, sidewalks,driveways, and signing and pavement markings. The project was separated into four sets of roadway plans, requiring four different 3D corridor models and CADD files, one for each roadway segment improvement. (1) TITLE AND LOCATION(City end State) I (2)YEAR COMPLETED City of Miami Beach Evacuations Plans for Government Buildings, PROFESSIONAL SERVICES CONSTRUCTION(n Applicable) Miami, FL 10/2025 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I ZCheck if project performed with current firm c. Project Manager. This project involves engineering design, environmental permitting, and NEPA compliance for a 10-foot-wide, 5,300-foot-long shared use path along the east side of Crane Boulevard (Upper Sugarloaf Key, MM 19-20).The path will enhance connectivity between residential neighborhoods, provide a safe route to Sugarloaf School (K-8),and link the USFWS Upper Sugarloaf Trail to the Overseas Heritage Trail on US-1. Design will follow FDOT standards and include wetland impact assessment. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Sweetwater Strom Drainage Improvements-Northern Area Phase 2— PROFESSIONAL SERVICES CONSTRUCTION of Applicable) NW 108 Avenue from NW 17th Street to NW 21st Street, Sweetwater, FL d (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I ❑Check if project performed with current firm Lead design engineer and EOR responsible for the design of all roadway and drainage improvements. The project was part of the City of Sweetwater Master Stormwater Management Plan to address ponding and flooding issues. It consisted of reconstructing the roadway, providing a new typical section with curb and gutter, raising the roadway with a new vertical profile, and installing a new drainage system, including 829 ft of exfiltration trench, sidewalks,driveways, and signing and pavement markings. (1) TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED NE 2nd Avenue Design-Build Project from NE 69th Street to NE 84th PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Street, Miami Dade County Public Works, Miami, FL e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE L]Check if project performed with current firm Lead drainage engineer and drainage EOR. Performed the drainage system design, including ICPR Modeling of 2,162 Ift of French Drain and more than 125 interconnected drainage structures. Responsible for drainage design and permitting. Project entailed roadway reconstruction. new tvoical section with curb and autter.and adiustina the roadway with a new vertical profile. STANDARD FORM 330(7/2021)PAGE 1 WADE TRIM CITY OF BOYNTON BEACH % RFD NO.PWE25-009 I ENGINEERING PSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 36 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a TOTAL b WITH CURRENT FIRM Aaron Cutler,CGC, PMP Construction Manager 23 3 15. FIRM NAME AND LOCATION(City and State) South Florida Engineering Services,Inc.Loxahatchee,FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) A.A.S.-Civil Engineering Technology, I Certified General Contractor-Florida 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Certifications: State of Florida Certified General Contractor,Project Management Professional Project Management Institute(PMI),Red Vector FDOT Asphalt Paving Level One Certification,Florida Department of Environmental Protection Stormwater Erosion and Sedimentation Control- Certified Stormwater Mana•ement Insiector No.21817 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FPL CWRC Effluent Reclaimed Pipeline Turkey Point PROFESSIONAL CONSTRUCTION(If applicable) SERVICES Homestead,FL 2023-2024 May 2024 8 (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm X This SFES project is a joint venture design build with Black&Veatch/Overland Contracting Group and Giannetti Contracting Corporation.The Giannetti Contracting Team hired SFES to provide Project Management Oversight and Site Representative Oversight included full contract administrative tasks to ensure the project remained on schedule and compliant with all special conditions and requirements. Role:Construction Manager I Construction Cost:$34,217,577.28 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seacrest Beautification FDOT LAP Project PROFESSIONAL CONSTRUCTION(If applicable) Delray Beach,FL SERVICES 2021 2022 b (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE Check if project performed with current firm CEI Construction Manager for B&W on this Full Roadway Replacement Project,Construction Administration,Public Outreach,and FDOT LAP Coordination,Sidewalk Replacement,Pedestrian crosswalks and dedicated bike lane improvements. Role:Construction Project Manager I Construction Cost: $1,735,860.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Beach Master Plan Phase 2 PROFESSIONAL CONSTRUCTION(If applicable) Delray Beach,FL SERVICES 2020 2021 c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm CEI Construction Manager for B&W on this Beach Improvements and Decorative Roadway Intersection Replacement Project, Construction Administration,Public Outreach,and FDOT LAP Coordination,Sidewalk Replacement,Beach Access Pedestrian Fencing, ADA Ramps. Role:Construction Project Manager I Construction Cost: $5,500,000.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Atlantic Dunes Seawall Replacement PROFESSIONAL CONSTRUCTION(If applicable) Delray Beach,FL SERVICES 2021 2022 d (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Construction Manager for B&W on this Seawall Replacement Improvement Project.This project included Construction Management, Inspection Services,Contract Administration,Permitting Compliance,Outside Engineering Coordination,and Public Outreach. Role:Construction Manager I Construction Cost:$847,843.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FKAA&Wade Trim Islamorada Transmission Main Replacement PROFESSIONAL CONSTRUCTION(If applicable) SERVICES Islamorada,FL 2023(ongoing) 2023(ongoing) e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE x Check if project performed with current firm Construction Manager for Large Diameter Steel Welded 36-inch Transmission Water Main Replacement Project,Construction Administration,Public Outreach,FDOT Coordination,Roadway Replacement, Heritage Trail Replacement,and Direct Owner Purchase Administration,Design Engineer Coordination.Grant Administration. Role: Construction Manager I Construction Cost:$45,000,000.00 WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINH()ESIGN ANI]ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 37 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Senior Geotechnical Ia.TOTAL Ib.WITH CURRENT FIRM Rutu Nulkar, P.E. EngineerlQA/QC Review I 20 I 20 15 FIRM NAME AND LOCATION (City and State) Terracon Consultants, Inc. (West Palm Beach, FL) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S., Civil Engineering, University of Florida, 2004 Professional Engineer: FL: 70625, (02/2027) B.S., Civil Engineering,Veermata Jijabai Technological Institute, 2001 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Affiliations: American Society of Civil Engineers(ASCE) Florida Engineering Society(FES) r 9. RELEVANT PROJECTS (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED East Flagami Flood Improvements Reasonable Assurance PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) Reports(RARs)/NW 38th Court to NW 42nd Avenue and NW 2024 Not Applicable (N/A) 1st Street to NW 7th Street Miami, FL 1(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) AND SPECIFIC ROLE El Check if project performed with current firm Senior Geotechnical Project Engineer/Project Manager. The project consists of utility improvements along the project a. corridor including the proposed construction of one stormwater well system for storm run-off in the proposed area.Provided subsurface exploration and geotechnical engineering services for the utility improvements project. The geotechnical engineering report included site location and exploration plans, boring logs with field and laboratory data, stratification based on visual soil (and rock) classification, groundwater levels observed during drilling, subsurface exploration procedures, description of subsurface conditions, exfiltration test results, geotechnical engineering recommendations for pipe backfill, and geotechnical foundation recommendations for the proposed pump station. Four RARs included current geologic conditions and recommendations for well depth casing that would be sufficient to restrict buoyancy from a Class G-III aquifer into a Class G-Il aquifer system. Fee:$130,347 (1)TITLE AND LOCATION (City and State) I (2)YEAR COMPLETED City of Dania Beach DCP for Southeast Stormwater I PROFESSIONAL SERVICES I CONSTRUCTION Of applicable) Improvements 2022 N/A Dania Beach, FL (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Senior Geotechnical Project Engineer/Project Manager.This project consists of stormwater drainage improvements within b. the area bound from west to east by Federal Highway and SE 5th Avenue and from the south to the north from SE 10th Street to SE 2nd Street. The proposed structures included two pump stations and an exfiltration trench. Terracon performed subsurface exploration and geotechnical engineering that included the advancement of test borings,exfiltration tests, pavement cores, and double ring infiltrometer(DRI tests). The samples obtained in the field were laboratory tested. The firm provided information and geotechnical engineering recommendations relative to subsurface soil (and rock) conditions, groundwater conditions, pavement core information, exfiltration test results, and recommendations for the proposed pump stations. Fee: $38,584 I(1)TITLE AND LOCATION (City and State) I (2)YEAR COMPLETED NW 84th Avenue Improvements from 58th Street to 74th Street I PROFESSIONAL SERVICES I CONSTRUCTION (If applicable) Miami FL 2021 N/A I(3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Senior Geotechnical Project Engineer/Project Manager. The proposed improvements project includes roadway C. reconstruction, a proposed stormwater system of continuous interconnected exfiltration trench, utility relocations, sidewalks, curb and gutter,signage, mast arms,and signalization.As PM, Rutu managed the project and Terracon's staff, and was in responsible charge of the signed and sealed geotechnical data report. Terracon performed subsurface exploration (borings and percolation tests) and geotechnical engineering services, and provided information and geotechnical engineering recommendations relative to subsurface soil (and rock)conditions, groundwater conditions,and percolation test results.Fee: $31,916 d.I(1)TITLE AND LOCATION (City and State) I (2)YEAR COMPLETED STANDARD FORM 330(REV.7/2021) 7 WADE TRIM CITY OF BOYNTON BEACH RFP NO.PWE25-009 1 ENGINEERIN9 SIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 38 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each ke person. 12 NAME 13 F IN THIS CON,'.'� - "EARS EXPERIENCE B WITH CURRENT FIRM SHARON J.MERCHANT PRINCIPAL-IN-CHARGE , 30 YEARS 22 15 FIRM NAME AND LOCATION(City and State) THE MERCHANT STRATEGY,INC—1804 NORTH DIXIE HWY,STE B,WEST PALM BEACH,FL 33407 16 EDUCATION(DEC,:: ;'FCIAI I7A710h:i (S'ATl AO()D'SCIPt INF' FLORIDA STATE UNIVERSITY—B.S.—INTERNATIONAL BUSINESS N/A 18. OTHER PROFESSIONA, UUP.,.IFICAT • ttung Andrus.ct ) Sharon J. Merchant is a distinguished professional with an impressive career spanning over 30 years, illtmarked by her leadership in both public and private sectors.As a former Member of the Florida House of Representatives and the current President of The Merchant Strategy(TMS), she brings a wealth of experience in public involvement, governmental relations, and community relations. Sharon's illustrious career includes her tenure as a Member of the Florida House of Representatives,where she played a pivotal role in shaping policies and representing the interests of her constituents. 19.RELEVANT PROJECTS AN;) (CA),and State) ,�I 'EAR COMPLETED PROFECES CONSTRUCTION/SEACOAST UTILTIES—WATERMAIN REPLACEMENT SERVIC ZONAL CONSTRUCTION(a applicable) SERVICES PROJECTS—CITY OF PALM BEACH GARDENS,FLORIDA Ongoing NA , The PGA Golf Club Estates development project overseen by CES Consultants encompassescomprehensive Pe _by CBRIEF main a. improvements, involving the replacement of the existing asbestos cement (AC) water main with new ductile iron pipe (DIP). Additionally,the project includes the installation of sewer point of service cleanouts to properties lacking them.Sharon is the Public Involvement Specialist Senior for multiple Seacoast Utilities projects with CES Construction. The projects are the Garden Isles Water Main Replacement project, Crystal Pointe project, Captain's Key project, and the Juno Isles East Water Main Replacement project, all located in Palm Beach Gardens. She is responsible for Quality Assurance and Quality Control. The overall estimated j cost for services and outlined expenses is$53,490. (2) YEAR COMPLETED WHITING TURNER — CITY OF HOLLYWOOD CMAR NORTH BEACH UTILITIES 't PROFESSIONAL CONSTRUCTION(if applicable) I SERVIES UNDERGROUNDING CONVERSION PROJECT -HOLLYWOOD,FLORIDA ongoing NA ,_r AND SPECIFIC RC. -ct performed with current 1, 6 The North Beach Utilities Underground Conversion, a Go Bond project, includes the hardening of utilities for barrier island north beach area outside of the BCRA district to include residential streets east of A1A to the ocean. Includes pavement restoration,road resurfacing and replacement of streetlights. Sharon is the Public Involvement Specialist Senior for this City of Hollywood CMAR North Beach Utilities Underground Conversion Project. She is responsible for all Quality Assurance and Quality Control. Their estimated total cost for these services amounts to$25,825,covering communication, meeting coordination, hotline management, collateral creation,and quality control for the project.The total estimated project of$5.5 Million (1) TITLE ANDLOCAIION(Gry and Srate� _ _ I (2) YEAR COMPLETED AECOM —CITY OF BOYNTON BEACH — COQUINA COVE DRAINAGE PROJECT — I PROFESSIONAL CONSTRUCTION(if applicable) SERVICES BOYNTON BEACH,FLORIDA ongoing NA (3) BRIEF DESCRIPTION(Brierscope.size.cost Cc.)AND SPECIFIC ROLE '"pheri,A S.r*enr r.m The project scope includes complete standard paving,grading,and drainage with improvements to the potable water line on Ocean c. Inlet Drive to improve fire protection.The proposed drainage system may consist of new piping, inlets,and outfalls to provide some relief to localized flooding. Sharon is the Public Involvement Manager of this project with AECOM for the Coquina Cove Drainage Project in Boynton Beach, Florida. Sharon is responsible for Quality Assurance and Quality Control and will attend all neighborhood and public meetings. With an estimated total of 192 hours, their meticulous services aim to ensure transparent communication, community engagement,and effective public outreach throughout the project's duration,totaling an estimated cost of$23,451.16. (1) TITLE AND LOCATION(City and State) O YEAR COMPLETED 1PROFESSIONAL 1 CONSTRUCTION(if applicable) WGI — CITY OF DELRAY BEACH NORTH SWINTON AVENUE ROADWAY sERvlcEs UNFDERGROUND UTILITY IMPROVEMENTS PROJECT—DELRAY BEACH,FLORIDA 2024 t NA ---------- (3) BRIEF DESCRIPTION sIze rnc'et;l AND SPECIFIC ROLE , The scope of this project is to provide civil engineering and design services to design complete roadway and underground utility cl• improvements: sewer/drainage/sanitary force-main/street lighting, and roadway signage; and prepare project implementation documents including plans, specifications, permits, and project cost estimates in accordance with City policies, procedures, standards,and requirements for roadway improvement and utility improvement/replacement of approximately 1.5 miles of roadway and utility improvements.The project also includes streetscape improvements. Sharon is in charge of all quality control and quality assurance for this City of Delray Beach North Swinton Avenue Roadway Underground Utility Improvements project. The overall estimated cost for services and outlined expenses tallies to$57,573.40. (2) YEAR COMPLETED CITY CORRIDOR UTILITY PROFESSIONAL CONSTRUCTION(if applicable) CRIPTION(Burr•rope.size,cost.t ,: SERVICES OF BOYNTON BEACH-CENTRAL SEACRESTBEACH,FLORIDA IMPROVEMENTS PROJECT -BOYNTON 2021 2021 � � - };Check it praec?performed .r;eM firm The project scope included improvements include watermain replacement, wastewater force main, stormwater system upgrades 8. including new exfiltration trench, pavement overlay, landscape relocations, and miscellaneous upgrades to driveway aprons and sidewalks. Sharon was the Public Involvement Senior Specialist for the Water Main Replacement Scope/Central Seacrest Phase II Project. She oversees all public involvement activities, including meetings with stakeholders, maintaining project hotline and preparation of collateral materials.The estimated total cost for these services amounts to$22,000.00. STANDARD FORM 330(REV.7/2021) Nj Yt11C Nr♦MT f1a11f10Y WADE TRIM CITY OF BOYNTON BEACH RIO NO.PWE25-009 I ENGINEERINE7 SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 39 SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section Ffor each project.) 1 21.TITLE AND LOCATION(CITY AND STATE) {, {, 22.YEAR COMPLETED Palm Island and Hibiscus Island Neighborhood Improvements (Miami PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Beach, FL) 2014 2023 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach,FL Matthew LePera,PE 305.673.7000 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE,SIZE.AND COST) PROJECT SIZE As a design-build team,Wade Trim and Lanzo Construction completed neighborhood 14.3 miles of roadway elevation infrastructure improvements for the City of Miami Beach's stormwater management 117,500 LF of water mains(8-inch) program.The improvements included raising and reconstructing the roadways, 110,000 LF of stormwater(24-to constructing a new stormwater drainage system with pumped outfalls, new water main 60-inch) installation, relocation of some water services, utility undergrounding, roadway lighting, streetscape improvements, and bike lanes.The stormwater drainage system was modeled I Three pump stations(20 to 30 MGD) using ICPR software and the detailed design for the collection system was completed using AutoCAD C3D. The stormwater drainage improvements required the design and PROJECT COST (DESIGN /CONSTRUCTION) installation of three new pump stations with associated collection systems, treatment $3M (design)/ $42M(construction) trains, and outfalls to Biscayne Bay. Stormwater is treated through a trash rack and continuous deflection separation (CDS) unit to remove trash,debris,sediment, and hydrocarbons from the runoff. It is then pumped to a dissipation structure and through the DISCIPLINE: outfall piping to the outfall. [l Urban Road Design with Experience The water distribution system improvements included 3.2 miles of new, 8-inch ductile Elevating and Harmonization iron water main throughout both islands.The water mains were installed along the public streets, including new fire hydrant assemblies,tie-ins to the existing water mains, and 2 Stormwater Pipe Design service connections at each parcel.The stormwater system included three pumping stations ranging from 20 to 30 MGD and over 10,000 LF of 24-to 60-inch stormwater Q Design and Permitting of pipelines.The project scope was expanded during construction to include evaluating Stormwater Pump Stations and all 296 properties for eligibility for a private side collection system based on the Miami Water Quality Treatment Systems Beach revised 2019 drainage policy implementing the requirements of Resolution 2 Stormwater Hydraulic Modeling 2019-30683.The evaluation included updating the ICPR model to evaluate the addition of private drainage connections and resulted in 63 properties opting into the program [J1 Roadway Design requiring site specific drainage design and 8 additional DERM class II permitting packages. Because every resident on both islands was impacted, a detailed public involvement program was undertaken including engineering involvement in on site in r s;:,,,,.....„ • . -. ....--:.,. .. ,. iiv;:•.-••-_ ill ,-, P `jam,''•. y( \I .„ . • .ice 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT A (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Wade Trim Miami, FL DB Team/ Engineer of Record WADE TRIM CITY OF MIAMI BEACH i 2024-524-OF I PROFESSIONAL BgiGN SERVICES FOR THE NORTH BEACH TOWN CENTER 40 (NORTH SHORE 0)NEIGHBORHOOD IMPROVEMENT PROJECT SECTION 2.3.1 i PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 2 . 21.TITLE AND LOCATION(CITY,A _._.. ...,,...., ... .,.: ., .. AND STATE) 22.YEAR COMPLETED Sunset Harbour Neighborhood Improvements (Miami Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2014 2022 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach,FL Matthew LePera, PE 305.673.7000 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRA: ;INCLUDE SCOPE.SIZE AND COST! PROJECT SIZE The City of Miami Beach is a series of natural and man-made islands. With a ground elevation ranging from 2 to 10 feet above sea level, managing stormwater during heavy 1.2 miles of roadway elevation rainfall and king tides can be difficult. Improvements were undertaken in the Sunset Two pump station rehabilitations Harbour Neighborhood, one of the lowest-lying areas in the City,to serve as the pilot for a New 20-MGD pump station $400-million City-wide stormwater management program. 20-inch water mains The City adopted a significant increase in the tailwater elevation for design of stormwater projects in early 2014.The ground elevation in the Sunset Harbour area is near the design PROJECT COST (DESIGN /CONSTRUCTION) tailwater elevation and below it in some areas.The system that pumped stormwater from $1.4M (design)/ $26M (construction) the Sunset Harbour Pump Stations No. 1 and 2 to nearby injection wells was no longer a feasible way to dispose of stormwater. DISCIPLINE: Wade Trim designed upgrades for the existing pump stations and designed a third pump station under a Design-Build contract.The improvements were modeled in ICPR to 2 Urban Road Design with Experience confirm the proposed improvements would have sufficient capacity for the design storm Elevating and Harmonization and the detailed design was completed in AutoCAD C3D. Water quality vortex structures were added to the pump stations,the injection wells were decommissioned, and the Q Design and Permitting of discharges were re-piped to larger outfall structures. Control panels were elevated 2 feet Stormwater Pump Stations and above the flood elevation.The new Sunset Harbour Pump Station No. 3 is a pre-cast Water Quality Treatment Systems concrete station with a trash rack,wet well, and pollution control structures designed to Q Water Mains,Force Main and the new standards.Two submersible pumps were provided with a capacity of 7,000 GPM Sanitary Sewer Design each. Water quality treatment structures and a gravity bypass with Tideflex valves were incorporated into the design.The design team eliminated an energy dissipator by upsizing 2 Stormwater Hydraulic Modeling the discharge pipe. This was the first project in the City to combat sea level rise by raising the neighborhood infrastructure.The elevated roadway design created challenges where building finish floor elevations in the largely commercial neighborhood remained 2 to 3 feet below the crown of the road elevation. Each property required an individual harmonization solution to maintain ADA-compliant access to the buildings. In several areas,the roadway width was decreased to make room for a larger sidewalk and patio area near the building entrances. I Positive drainage was established in these areas to keep any minor flooding at the • drainage structures away from the building entrances. Significant public outreach efforts ,Lir - - 11116°1*. � were undertaken with property owners impacted by the project. '' (s \ �.; ,M • zF - w bb\ 9'1 1 -. .. a 'A }"x' p._ . .. F7r K ' 111111/ ,F.......t - , 4 .a"A=40„i3. ti"'p�ilJ '�i i .:tom .'-T;, ,,T w,. \ .- 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE A Wade Trim Miami,FL DB Team/ Engineer of Record WADE TRIM CITY OF MIAMI BEACH 12024-524-OF 1 PROFESSIONAL B5iGN SERVICES FOR THE NORTH BEACH TOWN CENTER 41 (NORTH SHORE a)NEIGHBORHOOD IMPROVEMENT PROJECT SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 3 21.TITLE AND LOCATION (CITY AND STATE) .... .. 22.YEAR COMPLETED Southeast Seminole Heights Flooding Relief (Tampa, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2019 Ongoing(est.2025) 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Tampa Saad ElBakkouri 813.274.8469 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE,SIZE,AND COST) PROJECT SIZE As the lead engineer on a design-build team with Nelson Construction, Wade Trim designed the stormwater conveyance system on this flooding relief project. Design 12.9 miles of storm conveyance(18-to services included route selection, hydrologic modeling, preliminary design report, 60-inch) co-funding assistance, permitting,final design,geotechnical engineering,surveying, 2.9 miles of roadway elevation sustainable stormwater treatment systems,transportation upgrades, and preparation 24 inch water mains of guaranteed maximum price(GMP). Segments 1 and 2 consisted of 11,600 LF and 3,700 LF of box culvert, round culverts, laterals, inlets, interconnections to the existing stormwater system, and associated utility construction. Nearly 11,700 LF of water main PROJECT COST (DESIGN /CONSTRUCTION) was also replaced. $4.6M (design)/ $30M(construction) Major elements included 5,507 LF of 4- by 7-foot concrete box culvert(CBC);210 LF of 72-inch reinforced concrete pipe(RCP) installed using trenchless construction techniques; DISCIPLINE: 1,863 LF of 60-inch RCP; 59 LF of 54-inch RCP;2,898 LF of 48-inch RCP; 1,025 LF of 42-inch RCP; 1,295 LF of 36-inch RCP; 2,270 LF of 30-inch RCP;299 LF of 24-inch RCP; 0 Urban Road Design with Experience 420 LF of 18-inch RCP;4,937 LF of 8-inch sanitary sewer; 15,774 LF of 6-inch water Elevating and Harmonization main; 506 LF of 8-inch water main; 1,480 LF of 20-inch water main; 1,022 LF of 24-inch water main; 21 new fire hydrants;20 water main adjustments to 2-inch through 30-inch 2 Stormwater Pipe Design water mains; and all associated structures, manholes, removals, meters, and surface Q Design and Permitting of restoration. Stormwater Pump Stations and Water Quality Treatment Systems An outfall structure was designed on the Hillsborough River as one of the main points of stormwater discharge.The structure splits the flow into two structures, each with an Q Roadway Design internal basket/screen that captures and prevents any trash or debris from entering the river.The structure dissipates flow and settles out suspended sand using a series of internal weirs.Two effluent openings at the structure's point of discharge are large enough for a baby manatee to swim into during a high tide or major storm event. With some help from the local group, Friends of the Hillsborough River, lockable manatee gates were �; . — - designed and constructed to prevent this from happening. '''+ ` We designed marked bicycle lanes on Osborne Avenue at the end of the project, and on .- - ' Hillsborough Avenue west of Central Avenue. q " ' • - s '+E{ fi�'�t' - :.avow/ - ._.snr�.es l •i, ey1 1 . 7✓ # i ' ., -y�.i1b ♦r.�. • i- .14. .=;1,R ... . _ D 1 kw A A - - a� I , i -.-.....e, "�- s , f ` .... • - •� �, k. - ' —tea : e i \ 4\ 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT A (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Wade Trim Tampa,FL DB Team/Engineer of Record WADE TRIM CITY OF MIAMI BEACH 12024-524-OF j PROFESSIONAL BfiiGN SERVICES FOR THE NORTH BEACH TOWN CENTER 42 (NORTH SHORE 0)NEIGHBORHOOD IMPROVEMENT PROJECT SECTION 2.3.1 ( PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 4 - 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Donut Hole Water Mains (Miami Gardens, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2019 2020 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade WASD Marisela Aranguiz-Cueto 786.552.8894 24.BRIEF DESCRIPTION OF PROJECT AND RFI FVANCE TO THIS CONTRACT(INCLUDE SCOPE.SIZE.AND COST) PROJECT SIZE The Miami-Dade Water and Sewer Department extended drinking water service to an underserved area in the City of Miami Gardens known as the Donut Hole area.The i 6.5 miles of 6-,8-,and 12-inch ductile existing undersized and deteriorated water mains and main loop closures were replaced iron pipe water mains to improve system pressure and fire flow protection. As the lead engineer on a design- build team with Lanzo Construction Company,Wade Trim provided design, permitting, and PROJECT COST(DESIGN/CONSTRUCTION) engineering services during construction. More than 6.5 miles of new 6-, 8-, and 12-inch $608K(design)/ $9.5M (construction) ductile iron pipe water mains were installed, and over 500 service connections were relocated from the rear to the front of properties.All ancillary piping,tapping, and tie-in connections were designed to facilitate successful construction and commissioning of the new water main system, along with property and pavement restoration. DISCIPLINE: A two-phase approach was used to expedite the project schedule. Construction began on Q Water Mains Design the larger distribution main while the smaller neighborhood lines and associated meter IZI Construction Engineering and switchovers were still being designed and coordinated with residents.The private meter Administration switchovers required close coordination among the contractor, residents, and design staff to minimize the disturbance to private property. Wade Trim construction engineering services included construction administration, -- • resident engineering, and inspection, attendance of pre-construction meetings,shop Wa 6.1....>L I1 drawing review, RFI review,site field visits,substantial and final completion site field — • - I — visits, permit closeout, and certification. • i -.. - .�$ JS. t r -- fig', 1 'tt., ,- — 1, ,44k.-0 ; sr -'-'; -7_ _ l'...1..1/2,ifi.,::4::::::!,._;,,_,,:K - .. S .A ,rb".r 111 ..y -� ' s _ • ME - K � ,x- '. tea'' f 1 ` L2,. Q y.- LFi� rn.. i 4 i��`� y 1• 1,1-. t max;;, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (2)FIRM LOCATION 3 k:'. Wade Trim Miami, FL DB Team/ Engineer of Record WADE TRIM CITY OF MIAMI BEACH ! 2024-524-OF i PROFESSIONAL GiSiGN SERVICES FOR THE NORTH BEACH TOWN CENTER 4;1 (NORTH SHORE 0)NEIGHBORHOOD IMPROVEMENT PROJECT SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 5 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED American Beach Water and Sewer Improvements (American Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION OF APPLICABLE) 2022 2024 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER FGUA Teresa Irby-Butler, P.E., CGC,ENV SP 407-629-6900 x 106 24.BRIEF DESCRIPTION OF PROJECT AND REI FVANCF TO THIS CONTRACT(INCLUDE SCOPE.SIZE.AND CO`,. PROJECT SIZE After more than two decades of effort, potable water and centralized sewer are serving American Beach,a historic African-American coastal community on Amelia Island in 118,480 LF of potable water mains and Nassau County, FL. An infrastructure renewal project was led by the Florida Governmental fire flow ranging from 2-to 6-inch, Utility Authority(FGUA)through an interlocal agreement with the County. Private wells and 16,312 LF of 8-inch gravity sewer,2,186 septic tanks serving residential and commercial properties were replaced to provide a LF of 4-inch force main, and two new safe and reliable water and sanitary sewer system and fire protection, improve community wastewater pumping stations health and welfare, and promote economic growth in the area. PROJECT COST (DESIGN /CONSTRUCTION) To minimize financial impacts on this low-income community, Wade Trim assisted FGUA in obtaining State Revolving Fund (SRF) loans from the Florida Department of Environmental $575K(design)/ $8.8 M (construction) Protection (FDEP). Initial efforts included conducting a preliminary environmental assessment, determining existing and future land use, developing future flow rates and peaking factors, preparing conceptual alignments and a route study to co-locate two pipelines through the corridor, and supporting many public presentations to residents and DISCIPLINE: County officials. Due to limited availability of funding in 2021,the project was designed and permitted in 3.5 months to help FGUA obtain two SRF loans totaling$8.6 million 0 Water Mains,Force Main and for construction,which included partial principal forgiveness.The entire project was Gravity Sewer Design completed at no cost to residents. IZI SRF Loans The design includes 18,480 LF of potable water mains and fire flow ranging from 2- [l Property Acquisition Efforts to 6-inch, 16,312 LF of 8-inch gravity sewer, 2,186 LF of 4-inch force main,and two new wastewater pumping stations that can handle 79,250 gallons per day. A total 0 Resurfacing of All Roadways of 311 water and sanitary sewer connections were incorporated in the design. Wade Trim assisted in property acquisition efforts to locate the new utilities. Ultimately,233 residents transitioned from septic systems to centralized gravity sewer, reducing the negative impacts of excess nutrient pollution on the local environment and water quality. Complete resurfacing of all roadways in the American Beach community was also completed. e - " Y:- 4' •i-' .. 3It w AlAr- ,CfYY _ 'l f ..mow r U. • ✓ 4 T 3rp AW T • yF "•-•/A t' � }- . - ,a 4 -4- .' l ye ., �1 #1/i _ •'''cr a '.J'r`f`r'b --%,:"..,4'..7/. 4 . ,-;.--M ia37 ��r 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT A . (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Wade Trim Tampa,FL Prime(Lead Engineer) WADE TRIM CITY OF MIAMI BEACH 12024-524-OF ! PROFESSIONAL BGN SERVICES FOR THE NORTH BEACH TOWN CENTER 44 (NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT' SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 6 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED SOIRL Septic to Sewer(Zone N, M and T) (Vlera, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2024 2026 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Brevard County Lucas Siegfried, PE 321.633.2089 24 BRIEF DESCRIPTION OF PROJECT AND RFI FVANCE TO THIS CONTRACT(INCI US! ISO SITE.AND COSTI PROJECT SIZE The Indian River Lagoon is a unique and diverse ecosystem spanning Brevard County and four other adjacent counties, providing economic and environmental benefits to local I Vacuum collection system for residents and businesses. However,failing septic systems have led to declining water approximately 85 residential homes quality, prompting Brevard County and the Save Our Indian River Lagoon (SOIRL) Initiative to identify targeted septic system "Zones"for conversion to centralized sanitary sewer PROJECT COST(DESIGN/CONSTRUCTION) systems. $1.05M(design)/ $32.9M(construction) Wade Trim was engaged to develop a master plan for phasing 10 zones over the program schedule while ensuring adherence to the County's funding constraints. As part of this effort, Wade Trim worked closely with County officials to prioritize zones,determine the DISCIPLINE: appropriate collection system technologies, and phase implementation for cost efficiency and environmental impact reduction. [I Vacuum,Gravity,Low-Pressure, Hybrid Sewer Systems Design Following the master plan, Wade Trim initiated the design of the 10 identified zones, Property Acquisition Efforts along with three additional zones assigned under a separate contract.These designs incorporated a mix of vacuum, gravity, low-pressure, and hybrid sewer systems, depending 0 Hydraulic Modeling on site conditions and County objectives.To streamline implementation, priority was given to siting vacuum pump stations(VPS) on County-owned properties,while Wade 2 Public Outreach Trim provided land acquisition assistance when additional property was required.To Q permitting optimize cost efficiency and attract competitive bids,smaller projects were strategically bundled, grouping zones with similar collection system technologies. In certain instances, Q MOT Plan zone boundaries were adjusted during the design phase to maximize grant funding opportunities, allowing for the inclusion of additional properties that provided higher Construction Engineering nitrogen reduction, increasing eligibility for external funding. 414! < °P 111111006. 414 S fJ . 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Wade Trim Palm Bay,FL Prime/Lead Designer WADE TRIM CITY OF MIAMI BEACH ! 2024-524-OF ! PROFESSIONAL BRIGN SERVICES FOR THE NORTH BEACH TOWN CENTER 45 (NORTH SHORED)NEIGHBORHOOD IMPROVEMENT PROJECT' SECTION 2.3.1 1 PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 7 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Gibsonton Septic to Sewer Conversion (Tampa, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2024 Ongoing 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Hillsborough County Gita Iranipour 813.734.4549 .......................... 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRA! 'JCLUDE SCOPE,SIZE,AND COST, PROJECT SIZE Hillsborough County's Gibsonton area is served with septic tanks, private wastewater systems, or remains unserved.The geographical limits of Gibsonton are bounded by 16 miles of vacuum main several waterways including the Alafia River to the north, Bullfrog Creek to the east,and I Five miles of force main Tampa Bay to the west. In an attempt to protect these waterways,the County hired Wade 17 miles of existing asbestos water mains Trim to provide wastewater services to all parcels in the area using a vacuum wastewater and service laterals were replaced collection system, eliminating septic systems.The conceptual design report includes a hydraulic analysis, determination of required vacuum pump stations, hydraulic analysis of force mains, and a corridor routing analysis locating new vacuum mains and other PROJECT COST(DESIGN / CONSTRUCTION) pipelines.This is being followed by a master implementation plan to provide initial project $5.93M (design)/ $64M (construction) phasing and budgets, identify points-of-connection to existing wastewater systems, and establish design and construction standards for the County's overall septic-to-sewer program. Preliminary and final design phase services include design drawings for vacuum DISCIPLINE: pump stations,vacuum mains, location of valve pits, new water mains,force mains, roadway restorations including milling and resurfacing.The vacuum pump station consists Q New Vacuum Pump Stations of vacuum pumps and a collection tank, sewage pumps, odor control, and SCADA. 2 Replacement of All Water Mains and Permitting, construction phase services,construction management and observation, and Force Mains post construction services are also being provided. Many of the residential streets in this Q Roadway Restoration area are narrow and many parcels are served with water mains constructed of asbestos cement pipe that will be removed and replaced.The installation of the vacuum main, Q MOT Planning associated service laterals,force mains, as well as the removal and replacement of the asbestos cement pipe will adversely impact the local public roads. A public outreach 2 Community Outreach program will be implemented to garner public support and increase understanding of permitting the project. Major intersection and local railroad crossings call for trenchless installation technologies including jack-and-bore and horizontal directional drill.With portions of 0 Construction Phase Services the corridor congested with many utilities,several existing force main pipelines will be consolidated into the main force main between the vacuum pump station and system point-of-connection. 1. i 1 .. ,7. .r--- .' ,.... 44111,ted - '7 " .. 1 ♦• 4 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE A. Wade Trim Tampa,FL Prime/Lead Designer WADE TRIM CITY OF MIAMI BEACH i 2024-524-OF i PROFESSIONAL ISAGN SERVICES FOR THE NORTH BEACH TOWN CENTER 46 (NORTH SHORE 0)NEIGHBORHOOD IMPROVEMENT PROJECTigu SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 8 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Westcliff Flood Control (Fort Worth,TX) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2011 Ongoing(est.2025) 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Fort Worth Mike Bennett, PE 817.392.7891 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE.SITE AND COSI) PROJECT SIZE Wade Trim assisted the City of Fort Worth with drainage and flood control improvements .7 miles of 21-to 60-inch storm sewer in the Westcliff Drainage District.This fully developed urban area has little open space for stormwater improvements. Combined 1D and 2D hydrologic and hydraulic modeling PROJECT COST(DESIGN /CONSTRUCTION) was developed to evaluate the Westcliff South and North Districts'existing storm sewer capacity and the extent and depth of existing surface flooding. $1M+(design)/ $14M(construction) To alleviate future flooding, underground storage and sewer improvements were recommended. Wade Trim identified a phased program to optimize use of available DISCIPLINE: funding to initially solve problems in the South District that also benefit the North District by eliminating cross-district surface flooding.Wade Trim also coordinated with City staff 0 Stormwater Pipe Design to identify and design routes for a portion of the conveyance improvements that would coincide with future street rehabilitation projects.This minimized disruption, optimized the RI. Design and Permitting of implementation schedule, and opened up an additional funding source. Stormwater Pump Stations and Water Quality Treatment Systems Wade Trim was subsequently contracted to design the improvements in two phases. Q Stormwater Hydraulic Modeling Phase 1 consisted of 3,500 LF of 21-to 60-inch reinforced concrete pipe and reinforced box culvert ranging from 7-foot by 7-foot to 10-foot by 8-foot.The project required tunneling under a railroad crossing and coordinating with the City Water Department on water and sanitary sewer improvements. Phase 2 was divided into two parts to minimize local disruptions. Phases 2A and 2B modified conveyance sewer routing to coincide with other City improvement projects.The resulting alignment included 1,420 feet of reinforced concrete box culverts and extensions for future connections. A 10-foot by 10-foot reinforced concrete junction box was also added to accommodate connection with future large-diameter storm drain improvements and storage facilities. If -,-`-;-...—.. 4-_,;,...-- ' . t.:s'..'.'4,0'''S. - 2... ,L., --..,_ : ,.44,,.ir .,. If . . _ _ , __. ...,„ , - -----,. *4,4- * \�` '-.--,-.,01. +" Her y ,Y �, 1) :R�. Sj �. yr♦4�+• - r .1141111r • ,4 t . •.` i .• . . -\ flt y w 5y J '1. art''. c. '-- tLt2 ' - 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE A. Wade Trim Dallas,TX Prime/Engineer of Record WADE TRIM CITY OF MIAMI BEACH 12024-524-DF PROFESSIONALSIGN SERVICES FOR THE NORTH BEACH TOWN CENTER 47 (NORTH SHORED)NEIGHBORHOOD IMPROVEMENT PROJEC SECTION 2.3.1 1 PROJECT EXPERIENCE(SECTION F) ' F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 9 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED GT Lohmeyer WWTP Redundant Effluent 60-Inch Force Maln (Fort PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Lauderdale, FL) 2023 Ongoing(est.2026) 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Fort Lauderdale Daniel LaCross 954.426.1221 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCI I.DF SCOPE.,;F.AND COST) PROJECT SIZE Wade Trim is the lead Design-Build Lead Engineer for Ric-Man Construction Florida I .7 miles of 60-inch force main providing hydraulic modeling, design, permitting, and construction administration for the installation of 4,000 linear feet of 60-inch redundant effluent force main via open PROJECT COST (DESIGN / CONSTRUCTION) cut and microtunnel trenchless method.The pipe material will be prestressed concrete cylinder pipe below grade and ductile iron above grade. In addition, roadway widening and $3.4M (design)/ $45.9M(construction) drainage improvements of Eisenhower Blvd. The project involves design and construction of the force main, line stops, relocation DISCIPLINE: of third-party utilities, hydraulic and transient modeling, modification to 5 disposal injection wells, modifications to the effluent pump station manifold, bypass pumping 2 Force Main Design and Construction and flow metering, electrical and instrumentations modifications, replacement/design of stormwater facilities.The project included an expansion of the lanes of traffic of the Q Relocation of Third-party Utilities Eisenhower Boulevard and detailed maintenance of traffic drawings,to accommodate construction of the shaft on the road without impeding traffic.The work is located Q Hydraulic and Transient Modeling adjacent to Port Everglades and fuel storage facilities,where contaminated soils and 0 Modifications to 5 Disposal groundwater are present. Injection Wells This project has multiple stakeholders and utility owners requiring extensive coordination. 2 Modifications to the Effluent Pump The force main is being designed in phases to meet specific contract deadlines and Station Manifold interacting with 5 major capital improvement projects that overlapped in project corridor. Permits and approvals are required from the City of Fort Lauderdale, Port Everglades, Q Replacement/Design of Stormwater Broward County, SFWMD, and FDEP. Facilities El Roadway and Drainage Improvements + • v I 1 Extensive Coordination of Multiple W�,,,iz,,i4 I, .• ' '' ‘41r+`: • ` Stakeholders A. gi,...„ _41/4... . __. ., . - -•:• ._.„ al___ __ _ •i.,,,, ' •.. , I - , ... „ .V a 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROI F P Wade Trim Tampa and Miami, FL DB/Engineer of Record (1)FIRM NAME (2)FIRM LOCATION (3)ROLE R. McFarland Johnson Hollywood, FL Subconsultant(Environmental) WADE TRIM CITY OF MIAMI BEACH i 2024-524-OF i PROFESSIONAL loS.0 SERVICES FOR THE NORTH BEACH TOWN CENTER 48 (NORTH SHORE 0)NEIGHBORHOOD IMPROVEMENT PROJECTIJ SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 10 21.TITLE AND LOCATION(CITY AND STATE) - 22 YEAR COMPLETED North Bay Village Stormwater Pump Station Assessment and Design, PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) (North Bay Village, FL) 2021-2024 2024 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME - C.POINT OF CONTACT TELEPHONE NUMBER North Bay Village Marlon Lobban, PE 305.756.7171 EXT. 66 MLobban@nbvillage.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE,SIZE,AND COST) PROJECT SIZE BCC assisted North Bay Village (Village) in developing its first stormwater master plan (SWMP). As part of the SWMP development, it was determined that North Bay Island PS Capacity:24,240 GPM (NBI)would require two 27 cubic feet per second (CFS) pump stations(PS), and roads PROJECT COST (DESIGN/CONSTRUCTION) would need to be raised by approximately two feet to meet the projected sea level and groundwater rise during a 2050 planning horizon.The Village retained BCC to design the $275,415(design) PS within the grant timeline under the current General Engineering Services Contract. $5 Million (construction) Under the contract, BCC services include hydrologic/hydraulic modeling,water quality modeling, design,surveying,feasibility studies, geotechnical investigations, permit preparation, construction plans,specifications, and contract documents.They also DISCIPLINE: assist with reviewing contractor bids, provide comprehensive project management services, and offer construction engineering and inspection services. Services include 2 Urban Road Design with Experience comprehensive engineering for stormwater system modeling, planning, and design; Elevating and Harmonization secondary drainage studies; engineering analysis and design; and environmental Q Design and Permitting of engineering and permitting. Stormwater Pump Stations and Water Quality Treatment Systems 4 \ � -- Q Stormwater System Modeling ` § \ -\ – , – — — .• ,------ [� Environmental Engineering i , 2 Permitting ` — — — . J 114 , .. t/1ST fU:TUC PIM w _ 11.f.'.,.IST fURI � K f V IOMN0•11}1,ow,{ ,ILI*640,IY„L IN., 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE o, A. BCC Engineering,LLC Miami,FL Lead Designer C WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ENGINEERINM SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 49 SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 11 . 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Flagler Street Downtown Beautification (Miami, FL) PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2011-2019 2019-2024 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Lanzo Corporation/ Hector Badia, PE, Director of the Office of 305.416.1236 City of Miami Department of Capital Capital Improvements HBadia@miamigov.com Improvements r..;,.- PROJECT SIZE The City of Miami Office of Capital Improvements project involves the beautification Project Length: 0.36 miles of Flagler Street in Downtown Miami, Florida, encompassing roadway, parking, and pedestrian accommodations.The professional civil engineering services provided PROJECT COST(DESIGN/ CONSTRUCTION) include stormwater hydraulic modeling,full roadway reconstruction with concrete brick $1.5 Million (design) pavers, elimination of curbing in favor of flush valley gutters and continuous trench $20 Million (construction) drains,sidewalk widening,valet parking system implementation, on-street parking reconfiguration, and coordination with the landscape architect to propose trees in a corridor densely populated with underground utilities,which are designed and permitted for relocation.The project's goal is to transform Flagler Street into a pedestrian-friendly DISCIPLINE: roadway that can be closed for special events, creating a street plaza environment. Additionally,traffic calming measures such as lane narrowing, high-visibility pedestrian Q Urban Road Design with Experience crosswalks, and decorative street furniture have been introduced.The project also Elevating and Harmonization includes new hardscape patterns, street lighting design, a new water distribution line, Q Stormwater Hydraulic Modeling two sanitary sewer gravity lines, and a redesigned drainage system for a 100-year service life. Extensive coordination with the Miami Downtown Development Agency [l Roadway Reconstruction (DDA), Miami Parking Authority, Utility Agency Owners(UAOs), and permitting authorities is integral to the project. Furthermore, BCC provided Construction, Engineering, and 2 New Water Distribution Line Inspection services. Z. Two Sanitary Sewer Gravity Lines New Redesign Drainage System �,. 1!I ;IlI Ij. Permitting I l ��1 0 Construction,Engineering,and • :... ' Inspection '�,i''r E 4 a k V ' ".\ j • ': Pi ' ,.. , ii F. , , . .. ., r , -_., .. . ., ...,, . . ., . _J. , , .. .% __ ,y. ic , I. w -. ,,, , . .....,1 .. . r :.1)x`1 4. , . : , .,( 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT o (1)FIRM NAME (2)FIRM LOCATION (3)ROLE A. N BCC Engineering, LLC Miami, FL Lead Designer AA WADE TRIM CITY OF BOYNTON BEACH : RFQ NO.PWE25-009 ENGINEERIN8OESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 50 SECTION 2.3.1 1 PROJECT EXPERIENCE (SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 12 21.TITLE ANDLOCATION(CITY AND STATE) 22.YEAR COMPLETED Convention Center Pump Station at The Intersection of Washington PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) Avenue and Dade Boulevard (Miami Beach, FL) 2015-2016 2016-2018 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Jay Fink, PE 305.673.7080,JayFink@miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE,SIZE,AND COST) This Design-Build Neighborhood Improvements Project encompassed an area of PROJECT SIZE approximately 84 acres.The improvements included the installation of 2 pump stations PS Capacity:20,000 GPM consisting of 4-20,000 GPM low-head axial pumps, stormwater pipes ranging from 72" 84 Acres(Approx.) to 96",water quality treatment structures discharging treated runoff directly into a duplex wet well, a long energy dissipater structure, and approximately 175 feet of new seawall PROJECT COST (DESIGN/ CONSTRUCTION) by the most updated City of Miami Beach Public Works standards.This project took into $5.5 Million (construction) consideration the effects of sea level rise and ensured that this facility would function properly for the estimated design life of the project. Mr. Ferrero assisted in the hydraulic modeling and preparation of construction drawings. DISCIPLINE: 2 Min.60"Stormwater Pipe Design iiiimoil [l Design and Permitting of Stormwater Pump Stations and Water Quality Treatment Systems art v�li ,r..rw•, r } [� Stormwater Hydraulic Modeling • irc Err . . I hi � GGAI giiiiii iIli i II61 1\u`i A♦ 0u11•�ut\101u‘111111���■ 14...:' `' 40; 1 ' 1 1,,, `x_.\1,�NI ,,,,, \, \��,®�,,, ( : _ ' illvm‘x....e ........ _. ��,, : �Iq' �a i rw d�0k - _ , i ink _ , 1_..- ,..._.. ( - .-;• _ . -,. - , �„ I 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE BCC Engineering,LLC Miami,FL Lead Designer a WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ! ENGINEERINP§SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 51 SECTION 2.3.1 I PROJECT EXPERIENCE(SECTION F) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS PROJECT 20.EXAMPLE PROJECT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 13 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED 41st St. Water Main Replacement PROFESSIONAL SERVICES CONSTRUCTION(IF APPLICABLE) 2023 2024 23. PROJECT OWNER'S INFORMATION A.PROJECT OWNER B.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Omar Mendoza 305.673.7080 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(INCLUDE SCOPE,SIZE,AND COST) To replace aging water main, increase capacity, and prepare for future infrastructure PROJECT SIZE improvements,the City of Miami Beach upsized 1,200 LF of water main along 41st Street and across the Indian Creek Waterway. Located 10 miles east of the Miami International 1,200 LF of water main Airport,the project site is a high tourism area within FDOT right-of-way(ROW)that offers PROJECT COST (DESIGN CONSTRUCTION) one of few access points to the beach. As prime designer, Wade Trim led a team of subconsultants in geotechnical,survey, utility, and maintenance of traffic(MOT). $249,523 (design)/$2.7M (construction) Existing 16-inch, cast iron,water main from Pine Tree Drive to Collins Avenue,that was attached to the 41st Street Bridge,was replaced with 20-inch HDPE water main under the waterway.The east and west tie-in points were installed via open-cut construction. DISCIPLINE Horizontal directional drilling(HDD)was used to cross the waterway. Key design challenges included a compound curve, HDD alignment due to the ROW limitations and a 0 Water Main Replacement congested utility corridor. Additionally,the HDD profile navigated a challenging soil-rock 0 MOT interface,while aligning with the bridge and avoiding its substructure and pilings. [l Congested Utility Corridor Maintaining site access for residents,tourists,and emergency vehicles during construction was paramount. Further, multiple residential buildings had their only parking 2 Permitting entrance within the MOT limits.This required tight staging, drilling, and pipe-fusing areas Q Stakeholder Coordination at either end of the project, along with night work for the pipe pullback operation within 200 feet of the beach. In addition,the HDD machine was placed on the west side of 41st Street to avoid closing access to the beach through Indian Creek Drive. Permitting was facilitated through multiple departments from FDOT, USACE, RER, and FDEP. ' �? ti. Stakeholder coordination and permitting were extensive to avoid concurrent projects; :„..-..' 1 stay within federal, local, and state requirements; and prepare for projects on the City's horizon.While separate ongoing water main replacement projects needed to tie c gjSM°p ' -I ' I into the new 41st Street water main, upcoming projects that require the water mainow 1 I.. '" —�to be complete include the FDOT 41st Street Bridge Rehabilitation, resurfacing and ( rehabilitation of Collins Avenue and Indian Creek Drive,and Miami Beach's 41st Street = Beautification of landscaping and hardscape improvements. "sL{ CA _ ROAD J .A i 1111' �., ..� - • . c 9. 1 - I .- Le... — . . "61.11/1 - -'''`'..-..,7. 14 ——-___ _ ,._____y �• - s;-3,- I.."'" t t...-3 ,-"-- (• rj,}, 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE o, A.-, . Wade Trim,Inc. Miami,FL Prime/Lead Designer 0 N WADE TRIM CITY OF BOYNTON BEACH i RFQ NO.PWE25-009 I ENGINEERINPfiSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 52 FORM 330 ( PART I:G KEY PERSONNEL G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F (Fill in`Example Projects Key"section below before completing table.Place X" under project key number for participation in same or similar role.) NAMES OF KEYPERSONNEL ROLE IN THIS CONTRACT mu ®Ei (From Section F,Block 12) (From Section E,Block 13) 1 2 3 4 5 6 9 10101 Shari Ramirez, PE Project Manager/Water Mains • • Tom Brzezinski,PE Principal in Charge • • • • • • Freddy Betancourt,PE QA/QC and Technical Advisor • • • • Gary Prenger,PE QA/QC and Technical Advisor • • • David Mullen,PE Design Manager/ Stormwater Pumping and Conveyance Lead/ • • • Harmonization Salome Montoya,PE Utilities Pipeline Lead • • James Gunther, PE Construction Engineering Lead • AJ Gutz,PE Hydraulic Modeling • Sam Graybill, PE Conveyance Pipe Design • Anthony Vecchio, PE Conveyance Pipe Design • Mike Demko, PE Pump Station/Water Quality • • Jim White, PE Structural Design • • • Lindsey Scott,PE Sanitary Force Main Engineer • • • • Starr Alfonso Utility Coordination • • • • Oscar Duarte, PE Gravity Sewer • • • Andy Franosz, DBIA Constructability • • Wayne Hoffman Grant Administration •. Henric Mendez, PE Street Lighting • Jean Rodriguez,PE Cost Estimating/Grant • Administration Dacha Quintana,PE Signalization • Keri-Ann C.Coore-Vickers,PE Signing&Pavement Markings • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(FROM SECTION F) N UMBER TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Palm Island and Hibiscus Island Neighborhood 7 Gibsonton Septic to Sewer Conversion (Tampa, FL) Improvements(Miami Beach, FL) 2 Sunset Harbour Neighborhood Improvements(Miami 8 Westcliff Flood Control(Fort Worth,TX) Beach,FL) 3 Southeast Seminole Heights Flooding Relief(Tampa, 9 GT Lohmeyer WWTP Redundant Effluent 60-inch Force Main FL) (Fort Lauderdale, FL) North Bay Village Stormwater Pump Station Assessment and 4 Donut Hole Water Mains(Tampa, FL) 10 Design (North Bay Village, FL) 5 American Beach Water and Sewer Improvements 11 Flagler Street Downtown Beautification (Miami, FL) (American Beach, FL) 6 SOIRL Septic to Sewer(Zone N,M and T) (Viera, FL) 12 Convention Center Pump Station at The Intersection of Washington Avenue and Dade Boulevard (Miami Beach, FL) 13 41st St. Water Main Replacement(Miami Beach, FL) r WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ENGINEERING SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 53 FORM 330 PART I:G KEY PERSONNEL G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS(Cont.) 28.EXAMPLE PROJECTS LISTED IN SECTION F (Fill in'Example Projects Key'section below before completing table.Place'X'under project 27.ROLE IN THIS key number for participation in same or similar role.) 26.NAMES OF KEY PERSONNEL CONTRACT (From Section E,Block 12) (From Section E,Block 13) 1 2 3 4 5 6 7 Q 9 10 lancemai Lazaro Ferrero,PE Stormwater Drainage • • Oscar Oliva, PE MOT/TTCP/ SWPP • Jean Pierre Valle,PE Hydraulic Modeling • Andrew List,PE Roadway Design • Carlos Morales Harmonization • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(FROM SECTION F) NUMBER TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Palm Island and Hibiscus Island Neighborhood 7 Gibsonton Septic to Sewer Conversion (Tampa, FL) Improvements(Miami Beach, FL) 2 Sunset Harbour Neighborhood Improvements(Miami • 8 Westcliff Flood Control (Fort Worth,TX) Beach,FL) 3 Southeast Seminole Heights Flooding Relief(Tampa, 9 GT Lohmeyer WWTP Redundant Effluent 60-inch Force Main FL) (Fort Lauderdale,FL) North Bay Village Stormwater Pump Station Assessment and 4 Donut Hole Water Mains(Tampa, FL) 10 Design (North Bay Village, FL) 5 American Beach Water and Sewer Improvements 11 Flagler Street Downtown Beautification(Miami,FL) (American Beach,FL) 6 SOIRL Septic to Sewer(Zone N, M and T) (Viers, FL) 12 Convention Center Pump Station at The Intersection of Washington Avenue and Dade Boulevard(Miami Beach, FL) 13 41st St.Water Main Replacement(Miami Beach, FL) 0 QQ WADE TRIM CITY OF BOYNTON BEACH i RFC)NO.PWE25-009 ENGINEERINPalSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 54 FORM 330 PARTI: HBI H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. The City of Boynton Beach is seeking a qualified Our firm is a nationally recognized, multidisciplinary engineering consulting firm to provide engineering engineering consulting firm specializing in stormwater design and environmental review services for the management, conveyance and pumping,and San Castle Neighborhood Project.The project pipeline design. involves upgrading drainage, utilities, and roadway improvements for the San Castle neighborhood, which Our extensive expertise in stormwater design is is located in the area north of NE 26th Avenue,West of supported by our presence in 23 offices across Grove Road/Orchid Road, South of Mentone Road,and 9 states, including locations in Florida: Miami, East of N.Seacrest Boulevard. Tampa, Orlando, and Palm Bay. Exhibit 1 presents key statistics about our firm, including our years of Wade Trim is pleased to partner with the City in experience, ENR rankings, and other notable metrics. transforming the San Castle Neighborhood into a resilient and thriving community.We understand the All of the firms on our team share a common service regular inconvenience to the neighborhood, particularly philosophy,striving to support the City of Boynton to vehicular and pedestrian mobility,from high tide or Beach in its resiliency goals.This philosophy enables heavy rain events, and our team is prepared to address seamless teamwork necessary for the protection these challenges. of property and infrastructure throughout the San Castle neighborhood. Introduction to the Team At Wade Trim,we are committed to maximizing the Wade Trim has partnered with BCC Engineering value of your infrastructure investment. For nearly (BCC)to bolster our capabilities in roadway design, a century,we've been solving complex engineering stormwater drainage, and hydraulic modeling. challenges to create stronger communities. BCC Engineering is a multidisciplinary engineering firm with a proven track record of delivering innovative, EXHIBIT 1 WADE TRIM BY THE NUMBERS • • 1926 • • YEAR Established • oh�o0oh�o EMPLOYEE-OWNED, �1�1 I'I �i�t �y, ,P� 101 Florida Staff CLIENT-CENTRIC CULTURE • 23 49112 • • 25� Across Municipal FlClientsorida I n RANK IN RANK IN SEWER& SANITARY& WAST500 ENR E STORM SEWER •• FLORIDA OFFICES DESIGN FIRMS DESIGN F 500 • FIRMS Tampa • Orlando • Palm Bay • Miami • _ WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 I ENGINEERIN?RSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 55 FORM 330 i PART I: H B I resilient, and community-focused infrastructure Additionally,Victor Herrera with BCC used to be a solutions across Florida. With over 31 years of Wade Trim employee and worked with our team experience, BCC has relevant experience in roadway on the City of Miami Beach Palm & Hibiscus Island design,drainage system upgrades, and water Neighborhood Improvements and Sunset Harbor and sewer utility improvements.Their team has Neighborhood Improvements projects. successfully led neighborhood revitalization initiatives for municipal clients across South Florida. Several of our key team members have previously worked at BCC, collaborating closely with BCC's Victor Herrera and other BCC staff members on multiple With extensive experience in flood protection, projects.This personal work history brings an elevated sea-level rise, and water quality issues, level of respect and understanding on how to work the Wade Trim/BCC Team is well-prepared together. Our shared history of collaboration will to design resilient and environmentally contribute to the success of this project. responsible systems that meet the City's challenges head-on. Firm Qualifications The Wade Trim/BCC Team possesses exceptional Assigning the right team members on the project is an qualifications in stormwater pumping and conveyance, important early step in any project.The Wade Trim/ stormwater management, roadway design, water BCC Team is positioned with local subconsultants to and wastewater pipeline design, climate resiliency, be a reliable and responsive consultant while delivering and more.The following is a summary of our Team's on the City of Boynton Beach's project. Our approach qualifications in these areas. is based on the belief that we will function as an extension of the City's staff. Stormwater Pumping and Conveyance Wastewater and stormwater conveyance has been a We believe every high-performance team is rooted cornerstone of our practice for nearly a century. From in working collaboratively,together and with the City, our early days designing community wastewater and to create a network of like-minded professionals water infrastructure,we've evolved to handle lift/pump focused on delivering high quality design and stations with capacities up to 1 billion gallons per day. engineering services. As our projects have grown in size and complexity,so too has our technical expertise.We begin by thoroughly Wade Trim will serve as the prime lead on this project understanding your needs and drivers to ensure we with BCC Engineering as a key teaming partner.We deliver the most effective solution.The following are a have also engaged nine subconsultants to create a few key projects we have worked on similar in scope: diverse team that will ensure the City receives all the necessary services for a successful project delivery. • City of Miami Beach Stormwater Palm and Exhibit 2 on the next page outlines the individual Hibiscus Neighborhood Improvements Project. strengths of our team members as well as our The stormwater drainage system in the Palm and collective strengths as a group. Hibiscus project required designing and installing three new pump stations with outfalls to Biscayne Bay ranging from 40,000 to 60,000 GPM. History Working Together • City of Miami Beach Sunset Harbour Island Wade Trim and BCC have recently partnered on the Neighborhood improvement Project. In the award- City of Hollywood contract to provide construction winning Sunset Harbour project,a new, pre-cast engineering and inspection services. concrete pump station was designed to the new standards. QQnn WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERINPRSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 56 FORM 330 { PART I: H 6 I EXHIBIT 2 Collective Strengths and Roles for the Wade Trim Team Collective Firm Strengths Wade Trim I Project Management, QA/QC,Technical Advisors, • Our team specializes —• ® Design Manager, Harmonization, Hydraulic Modeling, Conveyance Pipe Design, Pump Station, Water Mains, Sanitary Force Mains, in stormwater Gravity Sewer, Constructability, Permitting, Cost Estimating, management and Construction Engineering, Grant Administration flood protection, using Nationally recognized, multidisciplinary engineering consulting firm cutting-edge analytical specializing in stormwater management,conveyance and pumping, and tools and sustainable pipeline design. technologies. Our BCC I QA/QC,Technical Advisors, Roadway Design, Team is well-equipped —. BCC Stormwater Drainage, Hydraulic Modeling, Cost Estimating, to design resilient Grant Administration stormwater systems » Over 30 years of experience in roadway design,drainage system that improve water upgrades,and water and sewer utility improvements. quality and protect the The Merchant Strategy(TMS) I Public Outreach' Boynton Beach San » Extensive experience, including Boynton Beach,in public engagement, Castle Neighborhood —' government and community relations,crisis management,social media, from flooding risks. and media relations,with a focus on minimizing disruptions during public • Our Team's expertise in infrastructure projects such as roadway expansions and utility upgrades in underground utilities McFarland Johnson I Environmental, Blue Green Stormwater design, permitting, ® Infrastructure and construction Highly skilled professionals with unique knowledge of NEPA,environmental engineering ensures reviews for Community Development Block Grant(CDBG), HUD type that we provide projects. reliable solutions tailored to meet the South Florida Engineering Services I Construction Inspection' specific needs of » Over 20 years of experience in project engineering and construction South Florida's unique management services. environmental conditions. Terracon I Geotechnical Engineering • Our team has provided —. TER » Over 60 years of professional engineering expertise and a strong presence in CDBG services to the City of Boynton Beach with more than three decades of experience wihin communities for the local geologic settings. several decades, focusing on the Corrosion Control Inc. I Corrosion Control development of action — » Extensive experience providing corrosion engineering services throughout the plans, developing state of Florida for a variety of utilities,and analysis of soil corrosivity and approaches to program corrosion control design for new water mains. management, and Inframap I SUE Services assisting recipients —. ® Successfully completed more than 26,000 projects and designated more in creating and than 32 million feet of utilities. implementing compliance plans. Avirom I Surveying Services' -+ AVS » Working with the City of Boynton Beach since 1991, providing services such as boundary surveys,topographic/route of line surveys, platting services, and sketch and descriptions. 'MBE/WBE/SBE Firms EDA I Electrical Engineering' 2 In the process of obtaining SBE EDA » Specializing in electrical and instrumentation design for water and wastewater facilities for over 27 years. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERIN9ASIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 57 FORM 330 I PART I: H B I This was the first project in the City to combat sea level rise by raising the neighborhood infrastructure. • City of St.Petersburg Lift Station 87 Wet Weather Flow Transfer Project.We delivered the City's first = progressive award-winning design-build project to ' pie/111 Ill -„ � help the City resolve the challenge of balancingIIP- wet weather flows between the City's southwest - ate;.; and northwest facilities during wet weather events. The project entailed designing and constructing a T. new 3.5 MGD lift station,three miles of 16"force <__ main, and modifications to an existing lift station to City of St.Petersburg:Lift Station 87 Wet Weather project connect the new force main. Our staff also has extensive knowledge in AC pipe _ replacements via open-cut and pipe bursting. Our projects are proof of what our team can accomplish. - 7-4 _ ; Wade Trim has delivered numerous pipelines in recent times across Florida including: 1 7-! ,11_.- • Miami-Dade Water and Sewer Dept. (WASD) i '" (Donut Hole).: 21,385 LF of 8-inch, 11,486 LF of f 12-inch, and 1,900 LF of 6-inch ductile iron water -77'—'7 mains and fittings ■ FGUA(American Beach): 18,480 LF of 2-to City of Miami Beach:Palm and Hibiscus Stormwater 6-inch water mains and fire flow, 16,312 LF of Neighborhood Improvements project 8-inch gravity sewer, 2,186 LF of 4-inch force 1 main, and two new wastewater pumping stations • Tampa Bay Water(Southern Hillsborough 16 County Expansion): 15 miles of 60-inch water 4,..4 transmission main .° i A;-� • Miami-Dade WASD(FM Rehabilitation): 3 miles 1; ,. fir _ of 72-inch force main aoi . ,," `---_. • Peace River Manasota Water Supply Authority (Phase 3C Regional Interconnect): 7 miles of '"'` 42-inch water transmission main • Florida Keys Aqueduct Authority(isiamorada): Design and CEI services for 5.5 miles water City of Miami Beach:Palm and Hibiscus Stormwater Neighborhood Improvements project transmission main of 36-inch,with another 1.5 miles currently under design and CEI services for another 7 miles Utility Pipelines • City of Tampa (Harbour Island): 13,500 LF of Wade Trim has one of the largest Florida-based 54-inch-diameter force main and 5,000 LF of pipeline design teams in the area and continuously 48-inch-diameter reclaimed water main for the delivers small and large diameter pipeline projects Harbour Island project for municipal clients. From septic to sewer or • City of Ft. Lauderdale(GT Lohmeyer):4,000 LF of neighborhood improvements,our team has a 60-inch effluent force main from the WWTP to the great grasp at understanding project corridors and disposal injection wells 41 performing multi-utility designs in shared spaces. p • Miami WASD Donut Hole Water Mains.Wade Trim WADE TRIM CITY OF BOYNTON BEACH REQ NO.PWE25-009 ENGINEERIN9 SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 58 FORM 330 I PART I:H E I replaced the existing water mains and loop closures design of stormwater facilities. in an unserved area in the City of Miami Gardens to Our team partners BCC also have extensive utility improve system pressure and fire flow protection. • City of Tampa Harbour Island Force Main BR I 3• .*N- �� 1 • i"I'' - , ' Ai •i : t; 4d. t -t`"1 r. .. City of Ft.Lauderdale:GT Lohmeyer WWTP Redundant Effluent Force Main project Miami Dade WASD:Donut Hole Water Mains design and construction experience.They are Replacement Project.Wade Trim completed a route currently delivering the very first Close Tolerance Pipe evaluation, design, and construction of 13,500 LF Slurrification (CTPS) project in the State of Florida for of 54-inch-diameter force main and 5,000 LF of AC pipe elimination. 48-inch-diameter reclaimed water main.This was one of the longest drive microtunnels in Florida under • City of Sunrise CTPS Project. BCC Engineering the Garrison Channel for the City of Tampa. led the design and implementation of a trenchless • Ft.Lauderdale GT Lohmeyer WWTP Redundant pipeline replacement for the City of Sunrise, encompassing over 55,000 linear feet of water tl r ` and force mains.This included the replacement of re �+►# , 38,500 linear feet of asbestos cement(A/C) pipe 3-` , « , - SwW' 11, 4 within a residential area.To minimize community disruption, BCC initially proposed pipe bursting as the trenchless method. However, Broward County's Air y �,,,*•°• • : Licensing&Permitting/Asbestos Program disallowed i . pipe bursting of A/C pipe based on updated USEPA guidance. .• -1 t In response, BCC identified and proposed an #-' : .i ilt! - kic,ma ROIECTHICHIJOHT I BCC INNOVATION AT WORK dans City of Tampa:Harbour Island Force Main Replacement project yy rigiL. \lei : Effluent Force Main Project. We are currently -.__._� _~;-= the lead designer responsible for the design and - �_. , ausam: max* w--...1 ', construction of the force main, line stops, relocation ■ "' =, of third-party utilities, hydraulic and transient WO,. - W ijI ="l modeling, modification to 5 disposal injection wells, --_- modifications to the effluent pump station manifold, © ° bypass pumping and flow metering,electrical and City of Sunrise:CTPS Project c. instrumentations modifications,and replacement/ p WADE TRIM CITY OF BOYNTON BEACH ! RFQ NO.PWE25-009 ENGINEERIN9 SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 59 FORM 330 i PART I: H B I Alternative Work Practice(AWP)approved by the cost-effective,adaptable,and tailored to meet the EPA: Close Tolerance Pipe Slurrification (CTPS).This unique needs of each municipality. method enables controlled removal of A/C pipe By integrating cutting-edge technology,such as while minimizing the risk of asbestos exposure and 1D/2D modeling,and fostering public engagement, environmental contamination.The CTPS process BCC continues to deliver stormwater solutions that involves the creation of a sealed annular space enhance flood resilience and protect communities using bentonite slurry to isolate asbestos-containing from future challenges. material (ACM),which is then safely removed at designated access and relief points. - Stormwater Drainage Our teaming partner, BCC,also has a proven track t _ . record of delivering comprehensive stormwater management solutions for municipalities throughout ' T. � i `t- .. I South Florida.They understand the importance of _ i.3_ < planning, designing, constructing,and maintaining stormwater infrastructure that effectively addresses both current and future flooding challenges. Over the years, BCC has successfully developed North Bay Village:Stormwater Master Plan project all-encompassing Stormwater Master Plans(SWMPs) and executed resilient drainage improvement projects that mitigate climate-driven flooding issues.Their experience includes conducting complex drainage 1 .1 y4, L' studies using hydrologic and hydraulic(H&H) models - across Miami-Dade and Broward counties. For example,they have successfully completed the Y / following projects: umbi- - ■ North Bay Village's SWMP Project.BCC completed 4 _ the first ever SWMP for the Village, in which they evaluated existing stormwater facilities and projected City of Lauderhill:Stormwater Management project the impacts of sea level rise through 2060.The plan identified necessary improvements, prioritized them through a Capital Improvement Plan (CIP),and Roadway Design explored funding sources to reduce the financial Our teaming partner, BCC, also has extensive burden on residents. experience in roadway design, having successfully • City of Lauderhill Stormwater Management completed numerous transportation projects and Flood Protection Master Plan Project. BCC throughout South Florida. cataloged the City's drainage system, modeled flooding scenarios,and established a long-term With over$6 billion in transportation project CIP to address flood protection deficiencies.Their delivery, BCC has contributed to improving regional approach emphasizes community involvement, policy infrastructure through the design and management of development,sustainability,and innovative design major roadway, bicycle, and pedestrian improvements. solutions, ensuring that stormwater systems are C WADE TRIM CITY OF BOYNTON BEACH I RFD NO.PWE25-009 ENGINEERIN9OEppAA SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 60 FORM 330 j PART I: H Ei I Their experience includes Local Agency Program (LAP) projects,such as: ■ Miami-Dade County Department of Transportation and Public Works(DTPW)SW 137th Avenue.The J� r project involved improvements to SW 268th Street, expanding it from a four-lane undivided section to ' 1 - a five lane section with a two-way left turn lane 54 ,,W*6. %'441 from SW 142nd Avenue to SW 119th Avenue,and • transitioning into a four-lane divided section with %� _ a median separator from SW 122nd Avenue to SW 112th Avenue.The scope included curb and gutter, Miami-Dade County DTPW SW 268/264 Street Connector project sidewalks in developed areas, and bicycle lanes throughout the project limits. BCC Engineering was BCC's expertise spans from the design of roadway responsible for preparing design plans,drainage elements to overall project management, ensuring reports, lighting,signing and pavement markings, seamless coordination with local agencies,adherence signals,and permitting. to permitting standards, and successful delivery on expedited schedules. BCC's familiarity with the South r t Florida's highway standards, coupled with a deep understanding of the nuances of South Florida's Alta transportation infrastructure, enables them to irr offer innovative and efficient solutions for complex roadway design projects.Through a hands-on project management approach and collaborative partnerships, BCC consistently delivers cost-effective, high-quality roadway design services that meet both client needs ,✓ and community goals. Construction Engineering Miami-Dade County DTPW SW 137th Avenue project Wade Trim provides construction engineering and inspection services for all public utilities for the continuing engineering client communities we serve. ■ Miami-Dade County Department of Transportation Our construction engineers, and inspection and testing (DTPW)SW 268/264 Street Connector Project. technicians perform the full range of construction This project consists of new construction of a oversight including project management and record 3.2-mile segment of SW 137th Avenue which keeping; inspection, quality assurance materials will be initially constructed as a four-lane divided sampling and testing;and construction staking, facility between US 1 and SW 248th St and a from the preconstruction stages through project two-lane undivided facility between SW 248th St acceptance.Trained inspectors and field engineers and SW 200th St.This project includes roadway document compliance with community standards design,signalization (including the design of two during construction and deal with issues and changes new signalized intersections at SW 248th St. and that occur in the field. SW 216th St.),drainage,traffic control, bridge design,signing and pavement markings, lighting, environmental,specifications and coordination with DERM and SFWMD. Q WADE TRIM CITY OF BOYNTON BEACH ; RFQ NO.PWE25-009 ENGINEERIN6'�SIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 61 FORM 330 I PART I:H a I Grants/Funding applications. Exhibit 3 summarizes Funding is critical to every project. our funding/grant capabilities. Wade Trim has provided As community leaders struggle CDBG services to the to stretch their local revenues Community Development following communities: to maintain services for their Block Grant • City of Clearwater, FL constituents, outside funding Wade Trim has provided CDBG • City of Gainesville, FL sources at the federal and state services to communities for • City of Largo, FL levels are being targeted to several decades,focusing on • Village of Wellington, FL supplement capital budgets. the development of action plans, • Hillsborough County, FL Wade Trim helps municipalities developing approaches to program • Manatee County, FL and regional agencies secure management,and assisting • Pinellas County, FL project funding,such as grants and recipients create and implement • Sarasota County, FL loans,to implement infrastructure compliance plans. Our assistance • City of Denison,TX projects. includes administering CDBG • Lee County, FL and CDBG-DR funded projects. • City of Dearborn Heights, MI Our project managers and client Our FundingScout Team has also • City of Dearborn, MI representatives stay updated on secured millions of funding dollars • City of Flint, MI funding opportunities, proposed from regional,state, and federal • City of Kalamazoo, MI and active legislation impacting agencies, which can provide added • City of Lansing, MI federal and state funding, and value to the City of Boynton Beach. • Macomb County, MI application and milestone • Wayne County, MI deadlines. Our staff members are Our firm's experience includes • City of Lorain, OH also trained to identify conventional providing general CDBG compliance • City of Sandusky, OH and unconventional funding consulting for numerous • Michigan City, IN sources and provide grant writing or communities throughout Florida • City of Douglas,AZ persuasive communication support and the United States. • City of Sierra Vista,AZ needed to develop successful EXHIBIT 3.Wade Trim Funding Scout Services Knowledge of HUD Requirements IDENTIFICATION STRATEGY Because this is a CDBG-funded project,the City must maintain »Legislation and budgets i »Scoping and design compliance with HUD requirements »Rule making »Leveraging funding »Legal settlements / 3 x�— »Value-added funding and complete regular reporting »Knowing where to look »Fundability to the Florida Department of Commerce.Wade Trim has FUNDING%SCOUT extensive experience working on HUD-funded infrastructure projects PURSUIT PERFORMANCE and assists dozens of communities »Grant writing »Grant administration r in developing and implementing »Marketing _ •»Compliance »Advocating(earmarks) ..i.tts _ »Reporting their CDBG programs. Our team »Communicating needs and priorities »Stewarding can help the City address HUD requirements and serve as a ::.>::• Wade Trim has acquired more than $95 million in grants for funding in florida and more than $625 million in state revolving loan funding 0 in the last 10 years. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 " ENGINEERIN9 SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 62 FORM 330 I PART I: H B I technical resource throughout the A staff spotlight featuring our Brief biographies of the task leads contract. If requested, our team Project Manager,Shari Ramirez, and key supporting personnel start could provide full administration of and Design Manager, David on Page 54. Full resumes are the grant on behalf of the City. Mullen, is included on Pages 51 provided in the SF 330 starting on and 53, respectively. Page 4. Housing and Community Development Act The organizational chart on Page Wade Trim has experience 3 (in the SF 330)outlines our Experience working with communities to key staff and engineering team The Wade Trim/BCC team brings administer and assess compliance members, all of whom have a specialized experience in roadway obligations under the Housing proven track record of successful harmonization,stormwater and community Development collaboration on similar projects. conveyance and pumping systems Act,specifically focused on CDBG Each team member is committed and water/wastewater pipeline programs.This includes working to their role, delivering seamless design to address current and with clients to develop compliance services to the City. future challenges related to flood plans and assigning roles and protection,sea-level rise, and water responsibilities to complete quality.Table 1 on the next page reporting, maintain documentation, Availability of Specialty summarizes our team's experience and communication with grantor Resources in these areas. agency staff. Our team can Our local team also benefits work in tandem with City staff, from access to Wade Trim's supplement City staff, or act as national network of over 700 Past Record / Past designate for City staff to provide employees, allowing us to draw on Performance grant administration and reporting specialized support as needed. Wade Trim values client input and activities if needed. Our teaming partner, BCC, will strives to meet project schedules enhance our capabilities with a and provide productive solutions to Adequacy of Personnel robust nationwide team of 388 schedule challenges. staff members. Wade Trim understands the - - importance of maintaining a consistent engineering team Our organizational chart is 90 + throughout the contract to ensure structured to encompass all uninterrupted service.We are disciplines outlined in the scope of dedicated to providing the City with work.The following key personnel CLIENT SATISFACTION a stable,skilled, and diverse team have been designated as Task WITH WADE TRIM Leads for this project: PERFORMANCE equipped to handle any technical P J challenges. Based on surveys conducted over the • Andrew List, PE-Roadway past 3 years,over 90%of respondents said Wade Trim: Design Task Lead • David Mullen, PE-Stormwater Listens and understands our needs Is reliable,trustworthy,and enjoy- Our staff brings a wealth of Pumping and Conveyance able to work with Task Lead experience in neighborhood Acts as a good steward of the improvements, having • Salome Montoya, PE-Utilities project budget led and supported Pipeline Task Lead Is resourceful and seeks creative solutions • Jim Gunther, PE-Construction transformative projects Offers innovative ideas,methods that enhance infrastructure, Engineering Task Lead and/or approaches resilience, and quality of life Meets deadlines for communities. p WADE TRIM CITY OF BOYNTON BEACH RFp NO.PWE25-009 ENGINEERINP SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 63 FORM 330 PART I:HBI TABLE 1 Project Experience C C by O C N N y d cn O E mM 0 U N y 0_ co f0 h N E fn -0 C CO o — m cw o " c '' c cn 3 3 m TE,' E y E 4 CLIENT AND PROJECT NAME W = 0 CD n - 1. City of Miami Beach: Palm and Hibiscus Neighborhood and Pump Station Improvement • • • • • 2. City of Miami Beach: Sunset Harbour Neighborhood and Pump Station Improvement • • • 3. City of Tampa:Seminole Heights Flooding Relief • • • • 4. Miami-Dade Water&Sewer Department:Donut Hole Water Mains • 5. FGUA:American Beach Water and Sewer Improvements • 6.Brevard County:SOIRL Septic to Sewer(Zone N,M and T) • • • 7. Hillsborough County: Gibsonton Septic to Sewer Conversion • • • 8. City of Ft. Worth:Westcliff Flood Control • 9.Miami: Flager Street Beautification* • • 10. North Bay Village:Contract for General Professional Engineering and Architectural Services* • • 11. City of Miami Beach:Convention Center Pump Station* • • • 12. City of Miami Beach: Lummus Neighborhood Improvements* • 13. FDOT: SR-826/SR-836 Interchange* • • • • 14. Miami Beach: 1-395 Baywalk Pedestrian and Bikeway Bridge • • BCC Projects Just meeting schedules is not enough for us. We City of Miami Beach: 41st Street Water expect our clients to be satisfied not only with the Main Replacement - Fast Paced and completion date, but also with the process we use to Within Budget Project Case Study get there. ( r,r i.tim The City of Miami Beach ._ • fes- partnered with FDOT to replace and decommission Our client satisfaction survey efforts reach i the aerial water main on the across our corporate client profile. Our M :,,, _ 41st Street Bridge. The project .{ clients have scored us 4.85 out of 5 pointsl was expedited to meet a � — September 2024 deadline with respect to meeting project schedules == before bridge rehabilitation. and providing productive solutions to Design and construction were schedule challenges.This results in a 97% managed simultaneously client satisfaction score—a testament to to meet the accelerated Wade Trim's commitment to our clients. schedule.The project was completed successfully, on time, and within budget. c, N QQQQ WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIN94SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 64 FORM 330 I PART I: H E7 I Shari Ramirez, PE, ENV SP I'm excited to deliver this challenging project .R; with the City of Boynton Beach and commit to providing results that exceed your expectations. a Shari is a Senior Engineer and Project PRIMARY OFFICE LOCATION: Miami, FL Manager with 20 years of experience in design, EDUCATION: BS, Civil Engineering, permitting, bidding, grants management and Florida International University administration, and construction administration LICENSES/CERTIFICATIONS: Professional of water, wastewater, and stormwater projects. Engineer, FL #73078, Envision She has been an engineer of record for multiple Sustainability Professional pipeline projects installed via traditional open- Temporary Traffic Control Professional cut, pipe bursting, and horizontal directional RESPONSIBILITIES: Project management drills. She is a certified Envision Sustainability 4 PROFESSIONAL AFFILIATIONS: Past President of Professional and Temporary Traffic Florida Engineering Society, Miami Chapter Control Professional. SHARI'S QUALIFICATIONS INCLUDE THE FOLLOWING: 20 100 54" 42 " Years of Project Miles of Pipe Inch of Largest Inch of Largest Management Designed Diameter of Pipe HOD Designed Experience Designed Qp WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 EN6INEERINENfSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 65 FORM330 PARTI: HBI The following is a listing of a few select relevant projects managed by Shari recently: r �_ 'v— .� syr_ 4 � k -f CITY OF MIAMI BEACH: MIAMI-DADE WASD: NW CITY OF FORT LAUDERDALE: FLORIOA KEYS 41st St. 20-inch Water 32nd Ave 36-inch Gt Lohmeyer WWTP AQUEDUCT AUTHORITY: Main Replacement Redundant Force Main 60-inch Redundant 36-inch Islamorada Effluent Force Main Transmission Main 0 0 (... 10:,\I,.; ...„,,,,,•01,,,,. J �G A,1 Hollywood FLORIDA CITY OF FT. LAUDERDALE 0 CITY OF HOLLYWOOD: MONROE COUNTY: Lake Grants Management Surprise Estates Ell Program Neighborhood Roadway and HF Drainage Improvements HOL LYW000 0la © .O MIAMI-DADE COUNTY © O CITY OF MIAMI BEACH 4 - 00 6 FKAA MONROE COUNTY m v 0 N nn WADE TRIM CITY OF BOYNTON BEACH RFU NO.PWE25-009 ENGINEERIN ESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 66 FORM330 PARTI: HBI S 9 \11 At\ David Mullen, PE, ENV SP A quality neighborhood improvement project comes from understanding the potential challenges during construction and resolving them during design David brings 13 years of experience in design, PRIMARY OFFICE LOCATION: Miami, FL permitting, and construction engineering for EDUCATION: MS, Environmental Engineering, pipeline and stormwater projects. He acts as an University of Central Florida; BS, Civil effective liaison between the owner, engineer, Engineering, University of Central Florida; and contractor, making sure communication is BS, Environmental Engineering, University of Central Florida strong and issues are addressed. David is also adept at working with regulatory agencies and LICENSES/CERTIFICATIONS: Professional Engineer, FL #84384 reviewing designs and constructions for permit requirements. His south Florida clients include RESPONSIBILITIES : Design manager, Miami Beach, Islamorada, Ft. Lauderdale, and Stormwater Pumping and Conveyance Task Lead, Harmonization Miami-Dade County. PROFESSIONAL AFFILIATIONS: AWWA DAVID'S QUALIFICATIONS INCLUDE THE FOLLOWING: 10+ 25+ 60" 36" Years of Project Miles of Pipe Inch of Largest Inch of Largest Management Designed Diameter of Pipe HDD Designed Experience Designed c. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINGQESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE h7 FORM330 PARTI: HBI 11 Tom Brzezinski, PE PRINCIPAL-IN-CHARGE 's EDUCATION:BS, Civil Engineering, Michigan State University PROJECT EXPERIENCE:Tom has 36 years of experience managing, designing, and constructing various sized municipal engineering projects. With a strong background in water/wastewater/ stormwater utility projects, he is well versed in a magnitude of project types and understands what it takes to deliver projects successfully. His experience includes serving as Principal-in-Charge (PIC) delivering open work order type contracts. As the PIC for this project,Tom will work with the project WADE manager to make sure staff resources are available, and assist in monitoring overall schedule and INTRIM budget.Tom will also bring to the City a diverse background in distribution, collection,and treatment capabilities and familiarity with projects delivered In South Florida. SON 11 Freddy Betancourt, PE QA/QC/TECHNICAL ADVISOR EDUCATION:MS, Engineering, University of New Orleans; BSE, Civil Engineering; BSE, Universidad Rafael Urdaneta PROJECT EXPERIENCE:Freddy serves as our Water Resources Group National Pipeline Technical Lead where he focuses on growing our conveyance practice across the country while serving water and wastewater clients in Florida. He brings 25 years of experience in water transmission and distribution and wastewater collection with expertise in rehabilitation, design,trenchless WADE technologies, and construction management. Working with Florida municipalities and utilities, IN TRIM Freddy has designed both small and large, complex pipeline projects for Tampa Bay Water; Cities of Tampa and St. Petersburg; Orlando Utilities Commission; Pinellas, Hillsborough, Sarasota, and Orange Counties; and the Florida Department of Transportation. Optimizing pipeline alignments, streamlining permitting processes, and minimizing construction impacts and surface restoration costs are integral to his project approach. Freddy's experience with complex pipeline projects across the nation will be a great asset to the City's vision with this project. bj ; . Salome Montoya, PF UTILITIES PIPELINE LEAD ' EDUCATION:MS, Civil Engineering; BS, Civil Engineering, Florida International University 1— PROJECT EXPERIENCE:Salome is a Civil Engineer with over 10 years of experience in design, and il construction on multiple civil infrastructure projects. Her design experience includes pump station projects, installation of multiple large and small diameter water mains, and force mains design projects, including various pipeline installations through trenchless technologies such as micro tunneling, directional drilling,Jack and Bore, and slip lining. INWADE Salome has extensive experience with design of water mains,sanitary sewer force mains,and TRIM gravity sewer,specifically with local municipalities such as Miami-Dade County Water and Sewer Department(WASD); isiamorada,Village of islands;and with the Florida Keys Aqueduct Authority.This experience will benefit the City by successfully completing utility replacements. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINlQ IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 68 FORM 330 $ PART I:H S I Sam Graybill, PE CONVEYANCE PIPE DESIGN EDUCATION:MS,Wastewater and Stormwater Engineering, University of Florida; BS,Civil Engineering, Florida Atlantic University PROJECT EXPERIENCE:Sam has over 14 years of experience as a project engineer and project manager.She has completed the design and construction of improvements for water distribution mains,sanitary collection mains,supply wells, and facility assessments which require significant coordination with regulatory agencies and a thorough knowledge of permitting procedures.She is IAWADE well versed in the process for obtaining permits for construction as well as working with clients to TRIM maintain permits for overall facility compliance.She is skilled In route studies, rehabilitation and replacement design. IIMmIINIMIIIIIM Victor Herrera, PE QA/QC/TECHNICAL ADVISOR EDUCATION:BS in Civil Engineering, Florida State University ., r N PROJECT EXPERIENCE:Mr. Herrera is a senior vice president with over 21 years of combined experience in construction management and civil engineering design.As the Infrastructure AlOperations Manager, he oversees the firm's staff and ensures the successful execution of projects by managing profitability,quality control,contract terms,and adherence to company policies.Victor's expertise spans coastal design, land development, utility design,and program management, making him qualified to support the City of Miami Beach's climate change adaptation be GETTING THERE efforts.Victor has extensive experience working with both public and private sectors, including 111ST 60T EASIER complex urban infrastructure projects similar to those planned for Boynton Beach. His proven ability to deliver high-quality solutions within time and budget constraints makes him a valuable asset in addressing the City's unique challenges of low-lying topography,tidal influence,and aging infrastructure. As the City of Boynton Beach Invests in critical neighborhood improvement projects—ranging from road and seawall elevations to robust drainage systems and Infrastructure modernization— Victor's experience in managing large-scale projects ensures that these Initiatives will be executed with precision and efficiency.His leadership in similar coastal communities,combined with his knowledge of resilient design and construction practices,positions him to contribute meaningfully to the City's vision for sustainable and climate-adaptive infrastructure. it li Andrew List, PE ROADWAY DESIGN LEAD ir EDUCATION:BS in Civil Engineering, Florida International University PROJECT EXPERIENCE:Mr. List is a Transportation Engineer with over 9 years of experience, .4'° bringing extensive expertise to projects that address the unique challenges faced by coastal, NV urban communities like the City of Boynton Beach. His work spans from local road resurfacing, restoration,and rehabilitation (RRR) projects to Limited Access facilities, with a proven track record of successful collaboration with agencies such as FDOT, Florida's Turnpike Enterprise,and various local municipalities. bC %MEASIER Given the City of Boynton Beach's commitment to climate change adaptation and infrastructure modernization, Mr. List's expertise in roadway geometric design,signing and pavement marking, and temporary traffic control (TTC) is instrumental in addressing the City's needs for elevated roads, robust drainage systems,and overall infrastructure improvements. His technical proficiency with industry-standard programs such as MicroStation,AutoCAD,and Microsoft Office ensures accurate and efficient project execution,contributing to Boynton Beach's efforts to modernize aging infrastructure while maintaining high levels of service and safety. Mr.List's involvement in diverse transportation engineering projects positions him to support the City of Boynton Beach in Its initiatives to adapt to climate change and enhance its critical infrastructure,delivering resilient solutions for the future. 0 N n WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl3Q IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 69 FORM 330 k PART I: H E I Lazaro Ferrero, PE STORMWATER DRAINAGE EDUCATION:BS, Civil Engineering PROJECT EXPERIENCE:Mr. Ferrero has 40 years of professional engineering design experience spanning a diverse range of project types, including pumping stations, drainage systems, hydraulic design,sanitary sewer collection systems,water distribution systems,and computer programming for engineering applications. He has relevant expertise in the design, permitting,and construction phases of major water and sewer systems and multiple municipalities. His experience includes water main distribution,gravity sewer systems, pump stations,force mains,and varied exfiltration be GETTING THERE trench designs to address stormwater infiltration and localized flooding. Projects of note include JUST GOT EASIER the Nautilus Neighborhood Drainage Master Plan,Washington Avenue Improvements,SR-826/ SR-836 Interchange, and numerous corridor and neighborhood water/sewer improvements. Mr.Ferrero's comprehensive knowledge of engineering design,hydraulic modeling,and Infrastructure systems positions him as a key contributor to complex municipal and regional utility projects. Illimiilimiiiimmsmil AJ Gutz, PE STORMWATER HYDRAULIC MODELING EDUCATION:ME,Civil Engineering, University of Florida; BS,Civil Engineering, Michigan State University PROJECT EXPERIENCE:AJ has more than 20 years of experience in stormwater management system design,stream restoration,green infrastructure,surface water modeling,stormwater quality management,and coastal engineering. Project experience has covered multiple states and has included communities that have been participants in grant funding programs. Experience includes stormwater management,stream restoration,bank stabilization,flood lel M control,and green infrastructure projects. Jim Gunther, PE CONSTRUCTION ENGINEERING LEAD EDUCATION:BS,Civil Engineering, University of South Florida PROJECT EXPERIENCE:Jim has over 36 years of experience in wastewater and water engineering as a design engineer and resident construction engineer. He has considerable experience in the various trenchless methods of pipeline construction, including micro tunneling, HDD,jacking and boring, and hand-mining using tunnel liner plates. He is primarily responsible for field construction services,water and wastewater pipeline design, pumping station,and water and wastewater 1WADE treatment plant design. .1 TRIM As a Design Engineer and Resident Construction Engineer,Jim's assignments include construction management, project management,permit acquisition,and design and Inspection of potable and reclaimed water mains,sanitary sewers,low-pressure sewers,sanitary force mains,water and wastewater pumping and storage facilities. • Kyle Scott, PE MODELING/ASSESSMENTS EDUCATION:BS, Environmental Engineering, University of Central Florida s PROJECT EXPERIENCE:Kyle serves as a Senior Project Manager and Client Manager. He brings more 11 than 11 years of experience in water and wastewater design and construction management with a focus on hydraulic modeling and master planning for collection and distribution systems. Kyle has extensive experience working with the City of Boynton Beach. IQWADE TRIM m a 0 N WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 I ENGINEERIN�A A IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 70 FORM 330 I PART II:GENERAL QUALIFICATIONS Architect-Engineer Qualifications Part II -General Qualifications(If a firm has branch offices,complete for each specific branch office seeking work.) 1.SOLICITATION NUMBER(IF ANY) 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER RFQ No.PWE25-009 1966 J3GMT46UBPU5 2A.FIRM(OR BRANCH OFFICE)NAME Wade Trim,Inc.(FL)-Tampa 5.OWNERSHIP 28.STREET 5A.TYPE 201 N.Franklin Street,Suite 1350 Corporation 2C.CITY 2D.STATE 2E.ZIP CODE 5B.SMALL BUSINESS STATUS Tampa FL 33602 N/A 6A.POINT OF CONTACT NAME AND TITLE 6B.TELEPHONE NUMBER 6C.EMAIL ADDRESS Thomas Brzezinski, PE 813.882.4373 tbrzezinski@wadetrim.com 7.NAME OF FIRM(IF BLOCK 2A IS A BRANCH OFFICE) 8A.FORMER FIRM NAME(S)(IFANY) 8B.YEAR ESTABLISHED BC.UNIQUE ENTITY IDENTIFIER Wade Trim Group,Inc. Edwin Orr Engineering 1926 J3GMT46UBPU5 9. EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS C.NUMBER OF EMPLOYEES C.REVENUE INDEX A.FUNCTION (2) A.PROFILE NUMBER CODE B.DISCIPLINE (1)FIRM BRANCH CODE B.EXPFRI[NCC (SEE BELOW) 02 Administrative 76 11 C15 Construction Management 6 BIM Designer 3 L02 Land Surveying 6 Building Official/Inspector 2 P05 Planning(Community,Regional) 6 08 CADD Technician 1 SO4 Sewage Collection,Treatment,Disposal 9 Designer 73 3 S13 Storm Water Handling&Facilities 7 12 Civil Engineer 146 14 Information Technology 16 4 103 Traffic&Transportation Engineering 8 15 Construction Inspector 61 1 W02 Water Resources 9 16 Construction Manager 3 2 W03 Water Supply,Treatment and Distribution 7 21 Electrical Engineer 18 2 Environmental Engineer 40 5 10 Chemical Engineer 3 1 GIS Specialist 5 32/34 Hydraulic Engineer 20 35 Industrial Engineer 1 38 Land Surveyor 26 39 Landscape Architect 9 2 41 Mechanical Engineer 14 3 47 Planner:Urban/Regional/GIS 13 5 48 Project Manager 11 2 51 Safety/Occupational Health Engineer 1 . 52 Sanitary Engineer 1 1 153 Scheduler 2 56 Specifications Writer 1 57 Structural Engineer 11 2 58 Technician/Analyst 69 . .................. 60 Transportation Engineer 16 62 Water Resources Engineer 58 12 Total 702 70 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES PROFESSIONAL SERVICES REVENUE INDEX NUMBER OF FIRM FOR LAST 3 YEARS(Insert revenue index number shown at right) A.FEDERAL WORK 1 1.Less than$100,000 6.$2 million to less than$5 million 2.$100,000 to less than$250,000 7.$5 million to less than$10 million B.NON-FEDERAL WORK 10 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 C.TOTAL WORK 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.SIGNATURE .404S4`// B.DATE May 20,2025 o, C.NAME AND TITLE Thomas Brzezinski, PE, Executive Vice President N WADE TRIM CITY OF BOYNTON BEACH , RFQ NO.PWE25-009 ! ENGINEERIgifiIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 71 FORM 330 i PART II:GENERAL QUALIFICATIONS Architect-Engineer Qualifications Part II - General Qualifications(If a firm has branch offices,complete for each specific branch office seeking work.) 1.SOLICITATION NUMBER(IF ANY) 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER RFQ No.PWE25-009 1966 J3GMT46UBPU5 2A.FIRM(OR BRANCH OFFICE)NAME Wade Trim,Inc.(FL)-Miami 5.OWNERSHIP 2B.STREET 5A.TYPE 9100 S.Dadeland Boulevard,Suite 1500 Corporation 2C.CITY 2D.STATE 2E.ZIP CODE 5B.SMALL BUSINESS STATUS Miami FL 33156 N/A 6A.POINT OF CONTACT NAME AND TITLE 6B.TELEPHONE NUMBER 6C.EMAIL ADDRESS Thomas Brzezinski,PE 813.882.4373 tbrzezinski@wadetrim.com 7.NAME OF FIRM(IF BLOCK 2A IS A BRANCH OFFICE) 8A.FORMER FIRM NAME(S)(IF ANY) 8B.YEAR ESTABLISHED 8C.UNIQUE ENTITY IDENTIFIER Wade Trim Group,Inc. Edwin Orr Engineering 1926 J3GMT46UBPU5 9. EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS C.NUMBER OF EMPLOYEES C.REVENUE INDEX A.FUNCTION (2) A.PROFILE NUMBER CODE B.DISCIPLINE (1)FIRM BRANCH CODE B.EXPERIENCE (SEE BELOW) 02 Administrative 76 C15 Construction Management 6 BIM Designer 3 102 Land Surveying 6 Building Official/Inspector 2 P05 Planning(Community,Regional) 6 08 CADD Technician 1 SO4 Sewage Collection,Treatment,Disposal 9 Designer 73 S13 Storm Water Handling&Facilities 7 12 Civil Engineer 146 2 Information Technology 16 T03 Traffic&Transportation Engineering 8 15 Construction Inspector 61 W02 : Water Resources 9 16 Construction Manager 3 W03 Water Supply,Treatment and Distribution 7 21 Electrical Engineer 18 Environmental Engineer 40 1 10 Chemical Engineer 3 GIS Specialist 5 32/34 Hydraulic Engineer 20 35 Industrial Engineer 1 38 Land Surveyor 26 39 Landscape Architect 9 41 Mechanical Engineer 14 47 Planner.Urban/Regional/GIS 13 48 Project Manager 11 51 Safety/Occupational Health Engineer 1 52 Sanitary Engineer 1 153 Scheduler 2 56 Specifications Writer 1 57 Structural Engineer 11 58 Technician/Analyst 69 60 Transportation Engineer 16 62 Water Resources Engineer 58 2 Total 702 5 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES PROFESSIONAL SERVICES REVENUE INDEX NUMBER OF FIRM FOR LAST 3 YEARS(Insert revenue index number shown at right) A.FEDERAL WORK 1 1.Less than$100,000 6.$2 million to less than$5 million 2.$100,000 to less than$250,000 7.$5 million to less than$10 million B.NON-FEDERAL WORK 10 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 E C.TOTAL WORK 10 5.$1 million to less than$2 million 10.$50 million or greater Z. 12.AUTHORIZED' REPRESENTATIVE The foregoing is a statement of facts. c. A.SIGNATURE (� / - B.DATE QQn (1\ (/ May 20,2025 C.NAME AND TITLE Thomas Brzezinski,PE, Executive Vice President WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 1 ENGINEERIN3fiIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 72 FORM 330 PART II:GENERAL QUALIFICATIONS 1.SOLICITATION NUMBER Of 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.DUNS NUMBER Avirom &Associates, Inc. (Boca) July 1, 1981 054152400 2b.STREET I 5.OWNERSHIP 50 S.W. 2nd Avenue, Suite 102 a TYPE 2c.CITY 2d.STATE 2e.ZIP Corporation Boca Raton FL 3432 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE NAICS 541370 Michael D. Avirom, President 7.NAME OF FIRM(if block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (561)392-2594 mike@aviromsurvey.com 8a.FORMER FIRM NAME(S) 18b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees I c.Revenue Index Code b.Discipline fY a.Profile Code b.Experience number (1)FIRM I (2)BRANCH I (see below) 02 'Administrative 3 0 AO6 'Airports;terminals; hangars 1 08 CAD Technician 7 2 C10 'Comm buildings; shopping ctrs 3 38 Professional Land Surveyor 7 0 C12 'Communication systems; tv 1 Field Technician 16 4 C16 'Construction surveying 5 Project Manager 1 1 E02 'Educational facs; classroom 3 E09 'Environmental impact studies 2 H01 (Harbors; ship terminal facilities 2 H07 (Highways; streets; parking lots 2 H09 Hospitals and medical facilities 2 H11 Housing; res; multi-family 2 L02 'Land Surveying 8 001 'Office buildings; ind parks 3 PO4 Pipelines 2 P12 Power generation; trans; dist 5 R11 Rivers; canals;waterways 3 S10 'Surveying; platting; mapping 5 RO4 Rec facilities; parks; marinas 1 [Total 32 6 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 la.Federal Work I 1 I 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 I 7 I 5. $1 million to less than$2 million 10. $50 million or greater Ie.Total I 7 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE May 19, 2025 c.NAME AND TITLE Michael D. Avirom, President WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERRA7IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 73 FORM 330 PART II:GENERAL QUALIFICATIONS br GETTING THERE engineering JUST GOT EASIER" RCHITECT-ENGINEER QUALIFICATIONS 1 SOLICITATION NUMBER(IF ANY) PWE25-009 PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a.FIRM*Branch Office)NAME ', 3.YEAR ESTABLISHED 4.DUNS NUMBER BCC Engineering, LLC ' 1994 02-173-5068 2b.STREET a': 5.OWNERSHIP 6401 SW 87'h Avenue, Suite 200 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE LLC Miami FL 33173 I b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE N/A Victor H. Herrera, PE-Senior Vice President 7.NAME OF FIRM(IF BLOCK 21 IS A BRANCH OFFICE) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 305.670.2350 VHerrera@bcceng.com ' -- .. 8a.FORMER FIRM NAME(S)(B Any) 8b.YEAR ESTABLISHED Bc.UNIQUE ENTITY IDENTIFIER BCC Engineering, Inc. 1994 65-0540100 9.EMPLOYEES BY DISCIPLINE 10.PROFIE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR THE LAST 5 YEARS a.Function c.Number of Employees a.Profile c.Revenue Index b.Discipline b.Experience Number Code Code (1)FIRM ,(2)BRANCH (see below) 12 CMI Engineers 6 5 802 Bridges 8 57 Structural Engineers 58 19 C15 Construction Management 8 60 Transportation Engineers 102 21 E02 Educational Facilities;Classrooms 2 62 Water Resources Engineers 0 0 H 11 Housing(Residential,Multi-Family) 3 53 Schedulers 0 0 P05 Planning 5 48 Project Managers 37 17 R06 Rehabilitation(Building,Structures) 3 08 CADD Technician 23 7 S09 Structural Design;Special Structures 5 02 Administrative 74 47 T03 Traffic and Transportation Engineering 8 58 Technician/Analyst 82 4 Total 382 120 11.ANNUA . "I 'I , 1 ES PROFES I ' I 1 y I , ' OF FIRM FOR LAST 3 YEARS 1. Less Than$100,000 6. $2 million to less than$5 million (INSERT REVENUE INDEX NUMBER SHOWN ON 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 10 4. $500,000 to less than$1 million 9. $25 million to less than$50 million B.NON-FEDERAL WORK 5. $1 million to less than$2 million 10. $50 million or greater C.TOTAL WORK I 10 ,aiiiii, ..,. _ . , 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a SIGNATURE q1 b DATE - INN 5/22/2025 c.NAME AND TITLE Victor H. Herrera, PE-Senior Vice President CV WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl3Q IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 74 FORM 330 I PART II:GENERAL QUALIFICATIONS 1.SOLICITATION NUMBER 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 13.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER Corrosion Control Incorporated 1999 MALTVZ9NUW96 2b.STREET I 5.OWNERSHIP 494 Fairplay Street a.TYPE Corporation 2c.CITY 12d.STATE 2e.ZIP CODE Rutledge GA 30663 lb.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE Craig K Meier,President 7.NAME OF FIRM (If block 2a Is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 706-557-9624 office@corrosioncontrolinc.com 8a.FORMER FIRM NAME(S) (H any) 18b.YR.ESTABLISHED I 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE I 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Functionl c.No.of Employees a.Profile c.Revenue Index b.Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see below) 10 'Chemical Engineer 1 C17 'Corrosion Control/Cathodic Protection 6 17 Petroleum Engineer 1 T02 'Testing&Inspection 4 58 'Corrosion Technician 5 02 'Administrative 4 42 Mechanical Engineer 1 Other Employees Total 12 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR 1. Less than$100,000 6. $2 million to less than$5 million LAST 3 YEARS 2. $100,00 to less than$250,000 7. $5 million to less than$10 million (Insert revenue index number shown at right) 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 5 I 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work I 1 I 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work I 6 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE Craig K. Meier,Vice President AUTHORIZED FOR LOCAL REPRODUCTION WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 I ENGINEERIA4pIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 75 FORM 330 PART II:GENERAL QUALIFICATIONS 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ No. PWE25-009 PART II-GENERAL QUALIFICATIONS (If a fine has branch offices,complete for each specific branch office seeking work) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER Electrical Design Associates, Inc. 1998 80-657-0979 2b.STREET I 5.OWNERSHIP 7284 West Palmetto Park Rd,Suite 302-S a.TYPE 2c.CITY 2d.STATE 2e.ZIP S-Corporation Boca Raton FL p33433 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE Dameion Donaldson, P.E./President 7.NAME OF FIRM(II block 2a is a branch office) 6b.TELEPHONE NUMBER 6c E-MAIL ADDRESS Electrical Design Associates, Inc. 561-819-5556 ddonaldson@goeda.com 8a.FORMER FIRM NAME(S) 18b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function c.No.of Employees c.Revenue Index Code b.Discipline a.Profile Code b.Experience number (1)FIRM (2)BRANCH (see below) 08 ICADD Technician 3 2 C11 Community Facilities I 1 21 Electrical Engineer 3 1 H07 Highways;Streets;Airfield Paving;etc. I 2 16 Field Supervisor 2 1 W03 Water Supply,Trmt&Distribution I 3 58 Technician/Analyst 6 2 L06 Lighting(Exteriors;Streets;Memorials) 2 02 [Administrative 1 1 P12 Power Generation,Transmission,Dist. 3 Total 15 7 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000. 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work I 0 I 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 I 5. $1 million to less than$2 million 10. $50 million or greater c.Total 1 5 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURETUb.DATE ia May 16,2025 c.NAME AND TITLE Dameion Donaldson, P.E., President M n STANDARD FORM 330 (REV.3/2013) PAGE 2 WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 76 FORM 330 I PART II:GENERAL QUALIFICATIONS 1. SOLICITATION NUMBER(Irony) 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 UNIQUE ENTITY IDENTIFIER Inframap Corp.,West Palm Beach I 4 1987 N4008524R2581 2b. STREET I 5. OWNERSHIP 1100 N.Florida Mango Road,Unit 308 Ia TYPE 2c. CITY 2d. STATE 2e ZIP CODE ICorporation West Palm Beach I FL 133409 lb.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Active Darlene Siegel 7 NAME OF FIRM(If Block 2a is a Branch Office) 6b TELEPHONE NUMBER 16c E-MAIL ADDRESS 804.550.2937 darlene.siegel@inframap.net InfraMap Corp. 8a. FORMER FIRM NAME(S)(If any) deb. YEAR ESTABLISHEDI8C. UNIQUE ENTITY IDENTIFIER Accurate Locating,Inc. 1987 9. EMPLOYEES BY DISCIPLINE I 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function lc.Number of Employees a.Profile C.Kevenue Index b.Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see beery) 02 Administrative 10 0 other Subsurface Utility Engineering 7 08 CADD Technician 7 0 other Utility Location, Mapping,and Sury 6 12 Civil Engineers 1 0 38 Land Surveyors 4 1 Utility Locators 48 6 Other Employees Total 70 7 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 6 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work I 7 4 $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work I 8 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a SIGN RE ��;u b DATE A� 03/04/2025 c NAME AND TITLE r Darlene Siegel, CFO STANDARD FORM 330(REV.7/2021)PAGE 6 WADE TRIM CITY OF BOYNTON BEACH I RFD NO.PWE25-009 ENGINEERING U SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 77 FORM 330 E PART II:GENERAL QUALIFICATIONS 1.SOLICITATION NUMBER(If any) ARCHITECT- ENGINEER QUALIFICATIONS RFQ No.PWE25-009 PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 1 3.YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER McFarland-Johnson,Inc. 2016 E6DJSVLXB669 2b.STREET I 5.OWNERSHIP 4601 Sheridan Street,Suite 500 I a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE I Corporation Hollywood FL 33021 I b.SMALL BUSINESS STATUS No 6a.POINT OF CONTACT NAME AND TITLE John L.Mafera,Jr.,Vice President/Regional Director of Aviation 7.NAME OF FIRM(If block 2a is a branch office) McFarland-Johnson, Inc. 6b.TELEPHONE NUMBER 6c.EMAIL ADDRESS 305-705-4871 jmafera@mjinc.com 8a.FORMER FIRM NAME(S)(Many) I 8b.YR.ESTABLISHED I 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.No.of Employees a.Profile c.Revenue Code b.Discipline Code b.Experience Index Number (1)FIRM I (2)BRANCH (see below) 02 Administrative 30 4 I A05 Airports;Navaids;Airport Lighting;Aircraft 8 08 CADD Technician 9 0 I A06 Airports;Terminals;&Hangars;Freight 8 12 Civil Engineers 59 1 I B02 Bridges 6 14 Computer Programmer 6 1 C15 Construction Management 5 15 Construction Inspectors 14 1 I E09 Environmental Impact Studies,Assessments 6 21 Electrical Engineers 10 4 I H04 Heating,Ventilating,Air Conditioning 3 23 Environmental Engineer 1 0 I H07 Highways;Streets;Airfield Paving;Parking 6 24 Environmental Scientist 15 4 L05 Lighting(Interior;Displays;Theatres;etc.) 2 29 Geographic Information 1 0 L06 Lighting(Exteriors;Street;Memorials; 2 32 Hydraulic Engineer 2 0 P06 Planning(Site,Installation and Project) 6 34 Hydrologists 1 0 P07 Plumbing&Pipe Design 3 42 Mechanical Engineers 12 2 RO6 Rehabilitation(Buildings;Structures; 4 47 Planners:Urban/Regional 18 4 S09 Structural Design;Special Structures 3 57 Structural Engineers 19 2 S13 Stormwater Handling&Facilities 2 58 Technician/Analyst 1 0 T03 Traffic&Transportation Engineering 2 60 Transportation Engineers 17 1 I Software Services 3 62 Water Resources Engineer 3 0 I Other Employees 0 0 Total 218 24 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6. $2 million to less than$5 million 2. $100,000 to less than$250,000 7. $5 million to less than$10 million 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 19 I 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 19 I / ��i/ 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.77141 UQE '-`• • "" �". DATE / 5/14/2025 6. IcIAME AND TITLE C/John L. Mafera,Jr.,Vice President/Regional Director of Aviation o, STANDARD FORM 330(7/2021)PAGE 1 c WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINGq laIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 78 FORM 330 I PART II:GENERAL QUALIFICATIONS 1. SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ PWE25-009 PART I-GENERAL QUALIFICATIONS 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER South Florida Engineering Services,Inc. 2022 EIN:92-1057734 2b. STREET I 5.OWNERSHIP 1224 Haywagon Trail I a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Loxahatchee FL 33470 S Corporation b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Small Business(not yet SBE certified) Aaron Cutler President/Owner 7.NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER I 6c. EMAIL ADDRESS 561-398-1585 I acutlertsfengineeringservicesinc.com South Florida Engineering Services,Inc 8a.FORMER FIRM NAME(S)(If any) 18b. YEAR ESTABLISHED I8c. UNIQUE ENTITY IDENTIFIER Baxter&Woodman,Inc. 9. EMPLOYEES BY DISCIPLINE I 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function C.Number of Employees a. c.Revenue Code b.Discipline (1)FIRM (2)BRANCH Profile b.Experience Index Code Number 16 Construction Manager 2 C15 Construction Management&Inspection Services 4 15 Construction Inspector 2 02 Administrative 1 Other Employees Total 5 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 I 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work I 4 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work I 4 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 4a4.6)-fri. 05/z2/2.5- c.NAME AND TITLE Aaron Cutler,CGC,PMP-President/Owner STANDARD FORM 330(REV.7/2021)PAGE 6 q WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERING BIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 15 FORM 330 PART II:GENERAL QUALIFICATIONS 1. SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART II -GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seekingwork.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER Terracon Consultants, Inc. 2013 MG15GZJ9BES5 2b. STREET I 5. OWNERSHIP 1225 Omar Rd I a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE I Corporation West Palm Beach FL 33405-1046 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE N/A Rutu Nulkar, Operations Manager 7. NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESSi erracon Consultants, Inc. 561-689-4299 rutu.nulkar@terracon.com I(Est. 1965, DUNS No. 613569961) 8a. FORMER FIRM NAME(S)(If any) In. YEAR ESTABLISHEDI8c. UNIQUE ENTITY IDENTIFIER Dunkelberger Engineering and Testing, Inc. I1994 I 931493233 9. EMPLOYEES BY DISCIPLINE I 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b.Discipline icNumber of Employees a.Profile c.Revenue b.Experience Index Number Code I (1)FIRM I(2)BRANCH Code (see below) 05 I Archaeologist I 59 I 0 I A06 Airports 8 06 I Architect 22 I 0 I A10 Asbestos Abatement 10 07 I Biologist 88 I 0 I B02 Bridges 8 08 I CADD Technician I 32 I 0 I D01/D02 Dams/Dikes/Levees 7 12/27/55 Civil/Geotechnical/Foundation/ 810 3 D04 Design Build RFPs 9 Soils Engineer E07 Renewable Energy/Conservation 10 15 Construction Inspector 178 0 E09/E13 EIS/NEPA/Env Testing &Analysis 10 23 Environmental Engineer 269 0 E12/H03 Environmental Remediation/HTRW 8 24 Environmental Scientist/NEPA 501 1 H07 Highways/Streets/Parking 10 29 GIS Specialist 31 0 H09 Medical Facilities 8 30 Geologist 321 0 H10 Hospitality 8 36 Industrial Hygienist 34 0 H11 Multi-Family Housing 9 39 Landscape Architect 8 0 101/W01 Industrial Manufacturing/Warehouse 10 40 Construction Materials/Pavement 412 2 P12 Power Gen.Transmission Distribution 9 Engineer 51 Safety/Occupational Health Engr. 13 0 R03 Railroad/Rapid Transit 7 58 Technician/Analyst(Testing Lab) 2181 8 R12 Roofing 4 Driller 348 0 S03 Seismic Designs and Studies 4 Engineering Manager 164 1 S05 Soils/Geologic Studies/Foundations 10 Bldg Enclosure Cx/Inspector 90 0 S07/S13 Solid Waste Facilities/Stormwater 8 Geophysicist 54 0 S11 Sustainable Design 7 Historic Preservationist 7 0 T02 Testing and Inspection Services 10 W02 Water/Hydrology/Groundwater 6 W03 Water Supply/Treatment/Distribution 8 Other Employees 887 2 Total 6.509 17 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM PROFESSIONAL SERVICES REVENUE INDEX NUMBER 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 9 I 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work I 10 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 1 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. IG TURE b.DATE Daus 5/14/2025 c.NAME AND TITLE Jeff Davis, FSAME National Director, Federal Services STANDARD FORM 330(REV 7/2021) INAUE 11411A CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl3l1 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE BO FORM 330 PART II:GENERAL QUALIFICATIONS ARCHITECT — ENGINEER QUALIFICATIONS 1. SOLICINo. NUMBER(If any) RFQ N . PWE25-009 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 THE MERCHANT STRATEGY, INC. 2003 STREET 5. OWNERSHIP 1804 NORTH DIXIE HIGHWAY, SUITE B a TYPE 2d. STATE T 2r 7 CORPORATION WEST PALM BEACH FL 33407 b SMALL BUSINESS STATUS SBE/CBE/MWBE/W BE/DBE/ACDBE SHARON J. MERCHANT, PRESIDENT/CEO - 7. NAME OFFIRM(tfblock2aisabranchoffice) .:MBER 6c E-MAIL ADDRESS NA 561-315-9110 INFO@THEMERCHANTSTRATEGY.COM l Be. FORMER FIRM NAME(S)(If any) I Bb. YR.ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER NA NA NA 9. EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c No of Employees c.Revenue Index b. Discipline (1) (2) a.Profile b.Expenence Number FIRM BRANCH Code _ (see below) 48 PROJECT MANAGER 2 PUBLIC INVOLVEMENT 1 02 ADMINISTRATIVE 1 GOVERNMENT/COMMUNITY 2 OUTREACH Other Employees Total 3 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF PROFESSIONAL SERVICES REVENUE INDEX NUMBER FIRM FOR LAST 3 YEARS (Insert revenue index number shown ALVt1 1. Less than$100,000 6. $2 million to less than$5 million - a.Federal Work 1 2. $100,000 to less than$250,000 7. $5 million to less than$10 million b.Non-Federal Work 2 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 e.Total Work 3 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. • a ,>Ir;"JA7LIRF __. b DATE e/141 3-'0,16;`(Z 5/7/2025 Cheryl Scott, Chief Operating Officer STANDARD FORM 330(REV.7/2021) MIRCMANT CTCATIOT WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINl3l§IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 81 SECTO 3 C = �T = =D MIVR T`( SUS \ESS E \JTERR S . , \/13 =) SECTION 3 c _ RT _ 3 — While our firm is not a certified Minority-Owned The cornerstone of our interaction with MBE/WBE Business(MBE),we have a long history of working firms is discussing opportunities so they can develop with and mentoring minority-owned, women-owned, their staff to support the targeted opportunities and and small businesses on projects and are committed have their firms and staff play key roles in the projects. to increasing their opportunities. Strengthening the skill base of these firms enables them to take on Wade Trim is fully committed to meeting or exceeding greater project responsibilities, enhances diversity the County's minority participation goals for this in our industry,and bolsters economic growth in the contract.We have added the following local minority metropolitan areas we serve. certified firms to provide support under this contract and to ensure that local businesses are afforded full Providing opportunities for local MBE and WBE firms opportunity for participation: has been a strong commitment of Wade Trim for years. This commitment is much more than just providing Avirom-Small Business Enterprise(SBE),School those firms a percentage of a contract, it also includes District of Palm Beach County giving them meaningful work that can help them build the needed experience to become self-sufficient, The Merchant Strategy-Woman-Owned Business mentoring them as they go through their start-up Enterprise(WBE), State of Florida process,and helping them establish their business. Electrical Design Associates- Minority Business Enterprise(MBE),State of Florida The School District of Palm Beach County,Fl. ""'"of Diversity '"""'"'afi Practices South Florida Engineering Services-in the process of AVIROM&ASSOCIATES,INC. obtaining their SBE certification /NWrraas August 26,202 August 26,2025 Land Surveyor Services //,/��O (D(//%[/�%' ���/� Oita l3 Vim' s C�L���.ltitie6 Aftura• ` .raOweate 1 Electrical Design Associates,Inc 1 a;ai n,s IK.Flint raw.x..R,:m.= �j��jy�j� V/]'' ovmnm� 09I20/2.15 The Merchant Strategy,Inc. I.uxaN.N.a.R+.Y.0 414 ZW. °swan WM. !bl`aaaa�rYy.�Y.1a N WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl BeSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE B3 SECTO 4 UHRUR' S QUA _ = CATO \IS SECTION 4 0 _ R 0 R IFs rjuA _ cAT 0 \is revitalization projects) including the Bonaventure A. Proof of Authorization (SUNBIZ) Community Improvement project.This community infrastructure improvement project involved replacing State of Florida approximately 535 residential water service lines and upsizing existing 2-inch water mains to 4-inch Department of State lines within the Bonaventure Community in the City of Weston. Our experience also includes the Golf Village I certify from the records of this office that WADE TRIM,INC.is a corporation Infrastructure Improvements,which involved the organized under the laws of the State of Florida,filed on May 31,1984, effective lune 1,1984. replacement and upsizing of approximately 53,000 The document number of this corporation is H05938. linear feet of water mains and 7,000 linear feet of force I further certify that said corporation has paid all fees due this office through mains within the Golf Village community in Sunrise, FL. Des filed nFebr31,February I, 025,ats and recen its annua isactuniformbusinessreport The project includes the replacement of aging 6-inch was filed on February 1,2025,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. to 12 inch PVC and asbestos cement water mains, upgrading 2-inch to 4-inch water lines, replacing 6-inch to 10-inch asbestos force mains,and the design of exfiltration trenches to mitigate localized flooding and Given ander�y hand and the Great Sal of the Stile of Florida improve drainage. at Tallahassee,the(Aortal,die p g the Twenty-fourth day of February,2025 r' For the San Castle Neighborhood Project, our firm brings expertise in engineering design and project management services tailored to meet the unique Secretary ojstatr needs of underserved communities.We understand the critical importance of integrating efficient drainage, Trading Nember:1136”5611/CU Toe.the.aeoteterlideste,rldede(ede. .te.tertmmember,sad them utility infrastructure,and roadway improvements follow the rae..der deployed. beless://serdeednolodorgffilllegs/CorddeatedeetatudCertlfleateAstiwalkatloo to enhance quality of life, ensure public safety, and support long-term sustainability. B - E. Project Approach As a trusted partner to municipalities throughout Included in Page 66. Florida, BCC Engineering is committed to providing hands-on, responsive service and delivering results that exceed expectations-on time and within F. Subconsultants budget. Our approach prioritizes collaboration, community engagement,and regulatory compliance BCC Engineering to ensure the successful transformation of the San BCC Engineering is a �.� Castle neighborhood. multidisciplinary engineering firm engineering with a proven track record of The Merchant Strategy delivering innovative, resilient,and community-focused At The Merchant Strategy, Inc. 11 infrastructure solutions across Florida.With over 31 (TMS),they provide clients with the THE MERCHANT STRATEGY years of experience, we have relevant experience skills, relationships,and experience in roadway design, drainage system upgrades, and needed to communicate water and sewer utility improvements. Our team effectively, build support, and navigate government has successfully completed similar neighborhood processes.As a woman-owned small business led q WADE TRIM CITY OF BOYNTON BEACH RFT)NO.PWE25-009 ENGINEERING RIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE B5 SECTION 4 I OFFEROR'S QUALIFICATIONS by Sharon Merchant—a former State Representative sustainability programs, environmental solutions, and lifelong Palm Beach County resident—brings alternative energy and carbon reduction,sustainable extensive expertise in public involvement, government policy programs, energy efficiency technologies in and community relations, crisis management,social sustainable buildings, renewable energy solutions, media, and media relations.They serve a diverse client sustainable transportation,water conservation and base, including city and county governments, nonprofit financial assessments. agencies, and industry leaders in transportation, architecture, engineering, construction, health care, South Florida SOUTH r. education, environmental services,and utilities. Engineering Services FLORIDA Aaron Cutler is the founder of Engineering Services TMS is typically engaged to support challenging South Florida Engineering Services private sector projects through government and (SFES), an organization established to provide South community relations, ensuring all stakeholders are Florida municipal clients—such as the City of Boynton addressed and building consensus among supporters Beach—with a high level of project engineering and and opponents.Their public involvement team, led construction management services.With over 20 by Sharon Merchant and supported by professionals years of experience, Cutler has built a reputation for such as Cheryl Scott and Justin Gonzalez, has played delivering successful municipal projects, including a critical role in the success of public sector projects those similar to the San Castle Improvements Project. for over 20 years.They manage every aspect of He brings a deep understanding of the complexities public communication,from collateral development involved in managing construction phases for to stakeholder engagement and information hotlines. large-scale municipal initiatives and is recognized for Since their founding in 2003,TMS has earned multiple his ability to coordinate efficiently with all stakeholders. certifications, including DBE,ACDBE,SWBE, MWBE, and CBE, and operate offices in West Palm Beach, Fort As Lead Construction Manager on numerous Florida Lauderdale, Ocala, and Little River,South Carolina. municipal projects, Cutler is adept at organizing pre-construction tasks, prioritizing submittal reviews, McFarland Johnson �;` overseeing construction sequencing, managing McFarland-Johnson Inc. (MJ), � ) permit coordination, and monitoring schedules. He founded in 1946, is a nationally McFARLAND emphasizes the importance of clear communication recognized,full-service JOHNSON among all parties and ensures the public remains engineering and environmental informed and involved throughout the process. Under consulting firm. With a team of over 230 professionals his leadership, SFES works closely with Wade Trim including environmental scientists,specialists in and the City of Boynton Beach staff to make sure National Environmental Protection Act(NEPA), licensed every aspect of construction is managed with engineers, planners, public information officers,grant detailed oversight and trusted service, laying a strong administrators,software developers,and technology foundation for the successful completion of vital technicians, MJ offers deep expertise across a broad infrastructure projects. spectrum of environmental-engineering. Terracon Their environmental practice is supported by a Since their founding in 1965, liIITaCOn diverse and integrated group of professionals,which Terracon has grown into a thriving, include Planners, LEED AP, Envision and Sustainable employee-owned, multidisciplinary Design Professionals (CSDP)and Environmental engineering consulting firm delivering facilities, Professionals with expertise in NEPA, Level 2 environmental, geotechnical,and materials services. Environmental Reviews, Project or Site Specific Their more than 7,000 curious minds include Environmental Reviews, conservation and developing nn WAGE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ENGINEERII ESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 86 SECTION 4 I OFFEROR'S QUALIFICATIONS engineers,scientists, architects,facilities experts,and States.They collect utility infrastructure data in the field professionals focused on solving engineering and field using sophisticated geophysical techniques and technical challenges from more than 180 locations instrumentation (including GPR)with automated data nationwide, including a 13-office network in Florida. collection gear and state-of-the-art survey equipment. They then merge this information into their clients' They design and construct reliable foundations and base mapping in their desired format.This critical data infrastructure which require a thorough understanding is essential in the design and decision making process of soil, rock, and groundwater conditions.Through of any new or existing infrastructure project. Terracon's nationwide network of geotechnical professionals,access to historical subsurface They have worked on a couple of projects with the City exploration data from thousands of locations across of Boynton Beach, including the Boynton Beach WTP the country, and GIS-enabled geology mapping,they Generator Replacement project and the Boynton Beach can accurately anticipate ground conditions and WTP project. develop the right work plan to explore a site. Avirom Survey AVIROM\(a 31 4E NG�MSM Corrosion Control, Inc. Avirom &Associates has been "' r, '""""•• Corrosion Control Incorporated (CCI) /c working with the City of Boynton is a professional engineering and Beach since 1991, providing services such as service company devoted to the field boundary surveys,topographic/route of line surveys, of corrosion monitoring and control.The corrosion platting services,and sketches and descriptions.They engineering related services offered include soil are currently under contract as one of the surveyors for corrosivity service life studies and corrosion control the City of Boynton Beach. design,testing,and troubleshooting. Related areas of expertise include corrosion failure analysis, mechanical The firm consists of approximately 35 employees with integrity inspection of piping per API-570, external an average length of service of 18 years.Their 43-year corrosion direct assessment(ECDA), coating selection history represents the firm's strength and stability in and inspection,water treatment analysis, material South Florida and the Florida Keys. selection, preliminary soil/water corrosivity studies, and above grade compliance evaluations related to They have worked with many municipalities throughout corrosion control. South Florida.Their surveys have been the base maps for numerous designs, not only for engineering and CCI has extensive experience providing corrosion architecture, but also for landscape architecture and engineering services throughout the state of Florida. urban design firms. This includes extensive work in South Florida for a variety of utilities, including water mains, cooling EDA water systems, and fuel delivery systems. Work that Electrical Design Associates, , ars Associate.; is directly relevant to this project includes analysis of Inc. is a consulting engineering soil corrosivity and corrosion control designs for new firm specializing in electrical water mains along the Florida Keys and throughout the and instrumentation design for water and wastewater Miami Airport. facilities. They provide consulting engineering services primarily to the public sector. Inframap f inrramap Founded in 1987, INFRAMAP Their staff's electrical experience includes electrical provides professional subsurface and instrumentation system designs for industrial utility engineering(SUE)services throughout the United WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 87 SECTION 4 OFFEROR'S QUALIFICATIONS plants,specifically Water and Wastewater Treatment G. Principal Place of Business Facilities located throughout the state of Florida. Wade Trim,Inc. 9100 S. Dadeland Blvd,Suite 1500 Their electrical distribution systems experience covers Miami, FL 33156 the full range up to 13 KV distribution systems as well BCC Engineering,Inc.(major subconsuitant) as standby generator systems. EDA's instrumentation 6401 SW 87th Avenue systems design experience includes SCADA and PC Suite 200 based systems,as well as numerous traditional plant Miami, FL 33173 monitoring and control panel designs.Their design experience encompasses computer/PLC controlled systems utilizing SCADA based systems for interfacing to remote locations, as well as hard wired relay controlled custom solutions. 0 N WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ! ENGINEERINl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE BB il .1 -' 4 ! 3 :r ! f," 4.7).,r 53rb Yv �; 0---„,;,.if c . , •i' t a of , I a 11It/i1W I.-- .1.'. { ". ~r� r re 0'•' r st. a • ` .•.,� . ii4Y/ri I k... , .. N v' 7 r.,.' 'R* ,g ma lir„1 I �``�� if illi•-I, , x. I t\, 1 ' -_V It i II'• '. . *ti,r9-....2- ,',,, ; t.0--., -liti a A r Ir,.- • ,,- r. 1-,. ,, P 1.lr Al Mil .., '”.t. v A. C� r - > ,, M II IIIA A,� ,'l(�U } ' r ,1 i. i s- 'ri- .r •4iC • - bVf'W 1/,,a ,1 4,,--'. Y _ {.-'r mt, . . Z ••'-, 1A rt1 f , i. r- elle Zr a` S i - I ! r tiL, i �'V r iw,LP'f'1ti _..r. l4 kr`v i c iM •..., i r • ., • q,. ...,. f . ; ii,i,Fin ...J7jj. t. A .ff••••%,,,,s -:.,.. . .„ . , ' .0 ,tis3ii 1 -1 .. darn" i 4 Y� 'a l .. �+R. l+ Q� -10 a 1:4r7T ir, J , . t , •A .- ;fi t, + ` } • 1 _111 V_ 4 '1• ''' ti . .{: , - 1114W •.y, ''1-i^- 4191/4 _ a.."\✓ g \ a. �'►moi+}, .409-:;"4, r r :191t001`. t • i r r , --:-y ■ r , ( 1• • a' �a , tr• t1. k '`` {t4 K.I =4 • � . • r` , e; I — _ '.t_ 'l * ;.-•,,,,y,..151.,..;..,;(1,._. p ..+ic..• .r� =f — ,,,;;;:t„.,._ " -r } t s • s,. f i''''---- Vxr a ' et-•3lr 1` i Rtr6, . ta . IN 16 4, • 1 ,k =t.f �4. 'r I : 7 �i • .d- it 6. - X Zr�f +4 ' !f- . r- —..a ..s --.:-i : ' 4it frija;:; te . tlrplR s-""--.{T "•. — — tiwr_- ;,.. '''ic 11 .y^rs, ; '• '; - _._ - - —_ ,R � . 1.` ,�J _F z • s - F. -.CADGING CONCEF .` a et; ®, NEIGHBORHOOD FLOODING CONCERNS " a e: - 00.001:04.f.,,1ar SECTION 4 Project Understanding The San Castle Neighborhood is located east of 1-95 and just south of Hypoluxo Road.This is a APPROACH disadvantaged neighborhood in the northeast area of Boynton Beach,which is in dire need of roadway improvements in order to mitigate safety concerns. Most of the deteriorated roadways are caused by a lack of proper stormwater drainage.This low-lying and highly vulnerable area lacks proper drainage and is highly susceptible to tidal flooding, being impacted WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERIPl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 89 SECTION 4 f OFFEROR'S QUALIFICATIONS by king tides occur even without a significant storm event.This US l 1 Survey Feet) cirelveDVtwC, situation is aggravated during 33.72 major storms and hurricanes,when Natio Cu residents are subject to flooding and standing water for days after the storm event has passed. 6.62 1 © 8 Localized flooding creates hazards Y ,, z and safety risk to first responders (Law Enforcement, Fire Service, E 4414401.„„,,,,,c46 Search and Rescue activities), essential government services i• —wean ata Waionson CO including emergency and disaster assistance and community safety ` 8047a0p m :cm Gi, overall. Exhibit 4 shows an F ; a - elevation heatmap for the San Known Flooding Castle Neighborhood. / r—Locations • 8 As shown in the figure,there are cmoo :` localized low points along several _ corridors in the neighborhood. In CAW 11111111- '1 addition there is a limited capacity Nun to drain the area with a restricted stormwater conveyance capacity ft to discharge water at C-16 Canal • ° or a Palm Beach County owned stormwater pond. For the San m _ Castle neighborhood critical known - - - flooding areas include area along San Castle .. •` g Ocean Parkway between Mentone k 1 Project Area – g Road and Atlantic Drive 0 ;the Area along Palm Drive between - QSeacrest Boulevard and Atlantic i Cdtr,mr, Drive 6 ;the area along NE 27th Ct between NE 27th Ave and Ocean Parkway 0 ; and an area along 4th Street between 27th Avenue and R �� 8 g 28th Court 0. ®a7111 Av H In addition, new structures have 8 allik an elevated floor slab elevation A -. by code,while older structures remain in very low-lying conditions. EXHIBIT 4 Elevation heatmap for the San Castle Neighborhood. An example of this can be shown in Exhibit 5,where the north side AA WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERIN AIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 90 SECTION 4 I OFFEROR'S QUALIFICATIONS EXHIBIT 5 of Palm Drive has a higher floor elevation than the house on the ORTHOMOSAIC DRONE ELEVATIONS south side of the street.Simply raising the roads, cannot possibly The sequence of images below is based on elevations captured by an solve the access concerns without orthomosaic drone. Figure A shows how during rainfall (non-major event) creating unintended collateral the water will naturally drain towards areas along Ocean Parkway as de- damage to lower lying structures. picted by the lower elevations (blue shading). As the area is drained, Fig- A comprehensive stormwater evaluation will be required to ure B shows the area of stormwater accumulation is limited to portions of determine the most optimum the road as the water tries to make its way to existing inlet structures at solution to alleviate localized the corners of Ocean Parkway and Atlantic Drive and Ocean Parkway and flooding and select a design storm Palm Drive. Because of the limited drainage capacity, Figure C shows for which to design the roads and how ponding is created around the drainage structures. When comparing ancillary drainage. Figure C to Figure D, you can clearly identify the ponding on Figure C compared directly to the edge of the sediment deposition marks shown To solve this challenge,the City of Boynton Beach has obtained as on the aerial view of Figure D. Community Development Block ,r,,, Ci n- Grant Mitigation (CBDG-MIT) .� " �?.E - �'• in order to improve the quality 4 P ;I Atlantic Dr V.', ' � Atlantic Dr r �; '�n of life of the residents of the a}' i, � =t 'z fitly., . San Castle Neighborhood.The ,1*(t. ' vii.4 4� ,,, -6,� X114" i- _ at CBDG-MIT will help fund much o� ♦_ t ore. w f •�, needed improvements to reduce t .., t. t L . ,*;r * . . ...._ flooding, replace the aging utility ,....4 * ' *�'` , infrastructure, and improve the VP, ' _, roadway conditions within the - e �:` S i disadvantaged neighborhood.This ti�jf t' i , .•i. iu■ ,f N'�m Dr "' � •N Palm Di - work will include the installation of * :� tic q 1 yam-.- ,� 24,000 linear feet of stormwater Figure A .,, igure B r� a ail' pipe, 86,000 linear feet of 11 water and sewer infrastructure, le awry < , ''-'� qb '•=,:;, '`� . P� and 24,000 linear feet of road Atlantic De 's,d'F, -. ° resurfacing and replacement. ���s ~.��'. A• '" t To deliver these project goals, •'' s'�°4 'f j'x Q�4•1 I Wade Trim will focus on key _� P`, o0ss° ,\\ \ �i. technical areas that need to work r;fi P r A together to make the project 0" j ; successful.The design process ,. ` ` I is not linear in nature. It is an Nir i . , `. , iterative process that will find the ` ." N Palm Dr : ' �, best solution at the highest value. - ""' T For example, raising the roads Figure C '. Figure D! to a specific elevation may not always be an option.Stormwater WADE TRIM CITY OF BOYNTON BEACH ! RFQ NO.PWE25-009 ENGINEERINR§IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 91 SECTION 4 1 OFFEROR'S QUALIFICATIONS P06 FT 26 FT . 20.6 FT 20.0 FT End of street Resident Street elevation ,., 24.4 FT intersection of Ocean Pkw , 22.5 FT \.. iiiiiiii: . 1�t , ‘ 26.2 FTaysV24,6 FT ii Ocean Parkway view looking south North Palm Drive view looking east EXHIBIT 6 San Castle Neighborhood elevation levels The left photo is Ocean parkway view looking south.The east side of Ocean Parkway has a lower floor elevation than the house on the west side of the street with 3.8 feet difference.The right photo is on N.Palm Dr looking east.The intersection of Ocean Pkwy and N.Palm Dr shows a 6 foot drop in elevation. inlet elevations, harmonization coastal cities like Boynton Beach obstacles, etc. may result in have partnered with engineering GOALS OF THE elevation targets to be tweaked. firms to find solutions that will 4 Our experience on projects like improve the overall quality of the PROJECT Palm and Hibiscus Islands, and residents.Wade Trim was at the • Reduce flooding Sunset Harbour provided us with forefront of resilient projects, • Provide safe drinking lessons learned to confirm these partnering with the City of Miami water to residents technical areas work together to Beach on two of the first road • Increase resiliency deliver the project goals to the raising projects,Sunset Harbour • Manage grant funding local residents. and Palm and Hibiscus. Many of • Provide safe access the standards and design criteria to residents,first adopted by the City of Miami Beach responders and other 1 Project Approach for subsequent projects originated government services Project Initiation from successes or lessons learned and Planning during those projects. Our design E —1 Understanding the Project's team understands the project L�J CRITICAL AREAS scope,objectives,and constraints, goal of creating a more resilient OF FOCUS Including budget,timeline,and neighborhood by installing a new • Grant dictated regulatory requirements as stormwater infrastructure to project schedule described herein provide flood protection to sea • Solutions that meet level rise projections and updated available funds The objective of the Engineering rainfall design storms improving • Sequence of utility Design and Environmental Review the neighborhood accessibility by replacements Services - San Castle Grant rebuilding the roads and addressing • Pump station configuration Funded Project is not something existing harmonization challenges. • Stormwater treatment/ that is new to our project team. water quality Since the early 2000's, Southeast With the Dig Once approach, as • Outfall dissipation Florida has understood the impact Boynton Beach improves this structure rising sea levels and more intense disadvantaged neighborhood, storms would have on low lying all other improvements will be WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINfiIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 92 SECTION 4 OFFEROR'S QUALIFICATIONS incorporated into the same project area.Aging water and sewer EXHIBIT 7 systems will be replaced. Spacing constraints and new regulatory requirements pose challenges PHASES PROJECT DELIVERY in achieving water quality and water quantity to control and remove pollutant loading into the stormwater systems. Given that this neighborhood is not directly 01 INITIATION adjacent to tidal body such as SI Define goals and objectives the Intracoastal waterway, part of Before this project starts,the Project Manager, Shari Ramirez, the challenge will be to determine will confirm that the project scope, goals, objectives, risks, how and where to discharge the issues, budget, schedule, and approach have been defined, high intensity peak storm flow which will then be communicated to the City and all stakeholders captured by the new stormwater to build a consensus. facilities.The stormwater is currently conveyed to two separate — discharges, a stormwater pond on E W 02 PLA N N N I N G the northeast portion of the area � I owned by Palm Beach County and a N Create project management plan discharge at C-16 Canal making its The key to a successful project is in the planning. Creating way to it through a series of pipes a project management plan (PMP) that lays out the overall and open water channels. approach to deliver this project will be the first task that must be completed. The Wade Trim team understands the challenges involved in B= neighborhood improvement a= , 03 QUALITY MANAGEMENT PLAN projects where multiple utilities are installed in shared corridors and N Prepares deliverables and submits progress reports is ready to deliver to the City, as In this phase, deliverables will be developed and completed. we have done in past and recent The kickoff meeting marks the start of this phase. Regular and projects. Our project management periodic reporting of status, issues, risks, and progress will process will confirm that the City's confirm tasks are achieved as expected. scope, goals, and objectives are met on this project. Exhibit 7 0 4 CLOSE-OUT outlines the Wade Trim project Dig management process phases for Si Confirms all project goals and objectives have been met project delivery. Often overlooked,the close-out phase is important to make sure the project reaches a clear endpoint and that the assets will Understanding of pertinent City be properly turned over to the City of Boynton Beach. Record planning documents;and how drawings and permit close-out documentation will be assembled proposer will Incorporate and to verify that all contractual requirements have been met at the coordinate these with the design completion of the project. WADE TRIM CITY OF BOYNTON BEACH RFO N0.PWE25-009 I ENDINEERIN eSIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 93 SECTION 4 OFFEROR'S QUALIFICATIONS EXHIBIT 8 The City of Boynton Beach has invested a lot of time and effort Q Q into obtaining the CBDGMlT grant NEPA PROCESS FLOW OVERVIEW and through a consultant has KICK OFF THE PROJECT PLANNING PROCESS performed a stormwater evaluation for several areas of the City : Develop the project proposal Determine necessary level of environmental review including this project. It is important that our team CATEGORICAL EXCLUSION (CATEX OR CE) performs due diligence • Does the"action"fall outside the boundaries of the CATEX? ■ Are there potential impacts or consequenses that require and independently verifies further review? recommendations of previous reports through independent V YES NO stormwater modeling. This will ENVIRONMENTAL ASSESSMENT (EA) increase the level of confidence • Make every practical public and agency involvement/ engagement effort possible on proposed recommendations • Determine if the "action"has the potential for causing and will allow our team to adjust to significant environmental consequences practical solutions that benefit the V YES NO City.The current storm evaluation ENVIRONMENTAL IMPACT STATEMENT (EIS) performed by others identifies • Issue Notice of Intent(N01) restrictions on the ability to drain • Engage the public, receive feedback this neighborhood area through • Publish EIS for public comment/review the existing stormwater system • Publish final EIS and make widely available to public • Sign Record of Decision (ROD) to either the C-16 Canal or a 1 stormwater pond on the northeast vI NO side of the neighborhood owned by PROCEED Palm Beach County. The proposed solution is mostly geared towards the use of exfiltration trenches, budgets/funding mechanisms for could affect this area, such as which essentially act as dry wells this project. planned redevelopment along to collect stormwater in small Seacrest Boulevard, which is a areas and then slowly allow it to It is also important for our team major thoroughfare at the edge drain back into the soil over time. to have a good understanding of of the neighborhood area but Exfiltration trenches are most other governing documents and could affect the evaluation of suitable for small areas with low preferences that the City would like intended solutions. groundwater tables.The presence us to abide by this design such as of high groundwater conditions, the Engineering Design Handbook This project is federally funded particularly at king tides, could and Construction Standards through the CDBG-MIT process diminish the effectiveness of the for Public Works and Utilities and underwent the Categorical exfiltration trenches to mitigate Engineering along with established Exclusion determination process. localized flooding conditions. Engineering details. Our team It is the Wade Trim Team's It is proper that our team would also need to know if these understanding that the project evaluates through modeling other documents are currently undergoing is required to perform an NEPA potential solutions that have a internal revisions or updates. In Environmental Assessment(EA), higher likelihood of success, as addition, any other major planning refer to Exhibit 8. A NEPA EA long as it meets the available documents or initiatives that is not the same as a Phase I WADE TRIM CITY OF BOYNTON BEACH REP NO.PWE25-009 I ENGINEERING IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 94 SECTION 4 I OFFEROR'S QUALIFICATIONS LEGEND = E_: asbestos cement pipe(AC pipe or II ERIC Waste d aTransite).The NEPA Environmental Cleanup c Hypoluxo Rd Assessment will have to account A BROWNFIELD ei (t for how to mitigate the health SITES A PETROLEUM risks associated with the removal/ A PFAS SITES I YP H oluxo replacement of the AC pipes. The • Site ,dge San Castle most critical risk is associated Investigation c'Lb Section Sites with the exposure and removal of 111 Drycleaning segments of AC pipe, as asbestos Solvent can be very detrimental to human Program Cleanup Sites m health when it becomes airborne. 0 OTHER WASTE I'i " Ml,,, Rd CLEANUP "' This process requires specific • State-Owned �" procedures,tools and guidelines Lands Cleanup - z for containment and disposal. In Program3 (SOLCP)Sites z Florida, pipe bursting has been considered a preferable low-risk EXHIBIT 9 Contaminated sites method of addressing AC pipe replacement while reducing Environmental Site Assessment which brings hands-on Federal potential exposure. Members of (ESA)typically governed by Florida NEPA experience to properly our staff are very familiar with the Department of Environmental meet this important federal process being implemented in Protection (FDEP). NEPA EAs focus funding requirement. other municipalities across Florida. on the broader environmental In recent years, EPA has nationally effects of federal projects, including Reviewing available data from FDEP recognized the Close Tolerance alternatives and mitigation Map Direct Exhibit 9, we concur Pipe Slurrification (CTPS) method measures. Phase I ESAs,on the that there appears to be a very low as an alternative work practice other hand,are a more limited risk for encountering contaminated (AWP)to replace, rehabilitate or assessment of a specific property, soils or groundwater within the repair AC pipes. Exhibit 10 below focusing on historical records and defined project boundaries. shows the CTPS process. site reconnaissance to identify potential environmental concerns. However,according to record This patented process is a proven Our team includes a qualified drawings provided, portions technology that removes the subconsultant(Mc Farland Johnson) of the water main system are existing pipe by pulling a rotating T DRIL STEM/ROD'` C STSG :C P' ' } = ^} - � GUIDE HEAD CUTTER HEAD ..-:r. .- __._- EXHIBIT 10 The Close Tolerance Pipe Replacement Process Source EPA Guidelines for Replacing Asbestos cement Pipes with Close tolerance Pipe Slurrification WADE TRIM CITY OF BOYNTON BEACH 1 RFQ NO.PWE25-009 1 ENGINEERARIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 95 SECTION 4 I OFFEROR'S QUALIFICATIONS reamer through the existing pipe urban areas,where the existing geotechnical reports,and other while simultaneously injecting right-of-way is usually congested relevant site data a bentonite-slurry lubricating with utilities.Although rights-of-way fluid.The slurry is removed and are not expected to be as busy I Topographic Survey and SUE displaced into a receiving pit by a along these neighborhoods, Our partners,Avirom will provide reamer. A new pipe is then pulled planned phasing of utility topographical survey and control behind the reamer. The fluids are replacements will require the use points, while Inframap will enhance captured and disposed of as wet of most if not all of the available the corridor evaluation of the slurry to a certified landfill,thus right-of-way spaces to avoid right-of-way surveys by providing preventing the asbestos from service interruptions. Subsurface Utility Engineering becoming airborne. Our partner, (SUE)for this project. Both firms will BCC is currently delivering the very It is important to understand collaborate closely with Wade Trim first CTPS project for the City of that underground conflicts do to address any additional survey Sunrise in Florida. not only come from underground information needs.Their SUE City assets.There are other tasks will incorporate Quality During the NEPA evaluation, underground conflicts that are Levels "A"and "B" processes, our team will have to compare critical for the design and are ensuring accurate horizontal alternative methods, impacts and caused by third party assets. and vertical data for existing and costs to select the best solution The Wade Trim Team clearly design-impacted utilities. for the City for all components of understands this,so in addition the project, including stormwater to requesting as-builts from Having partnered with Wade Trim solutions,water main replacement, the City and third-party utility on previous projects, both firms sewer replacement, construction owners, our team also reaches possess a deep understanding techniques and costs. Given that out to the roadway owner and of the Wade Trim needs for there appears to be a low risk requests as-builts from them. design. In addition,Wade Trim of existing soil and groundwater Complementary ground penetrating will supplement and enhance the contamination in the area,the radar(GPR)and subsurface utility information collected with the use NEPA EA should be streamlined. locates are used as required to of an orthosomaic drone.This supplement available data. Rm of aerial imaging is capable Conduct a thorough review of all of providing 3D point cloud with available data and documents with With all this information we then survey grade accuracy.Additional information regarding the existing are able to consolidate and digitize mapping tools such spherical Infrastructure, including water and all of the information received into imaging and VLX 3D scanning, sewer utilities,drainage,and all one document,with layered assets, which are Wade Trim additional other pertinent infrastructure identifying all underground utilities. survey mapping tools will only be With the existing underground used as needed to support corridor A critical aspect of the design utilities, our engineers can evaluation, mapping or public and execution of a successful get a clear picture of available outreach efforts. project is the correct and corridors for new development accurate identification of existing or the potential impacts of the 1 Geotechnical Investigation underground utilities in the project planned improvements to existing Terracon has extensive area by performing a thorough underground utilities. geotechnical experience in Palm review of the available data and Beach County, City of Boynton documents.This is especially true Beach and surrounding areas. in these types of projects,which 2 Data Gathering Based on historical knowledge, are carried out in fully developed Obtaining topographic surveys, expected soils in the study area WADE TRIM CITY OF BOYNTON BEACH i RFD NO.PWE25-009 ENGINEERIN PIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 96 SECTION 4 a OFFEROR'S QUALIFICATIONS would include a combination of achieve the project goals with fewer I Communication Plan/Strategy shell,silts, clays and organic debris, utility conflicts. Led by Sharon Merchant, our local in the northern and southern part public outreach subconsultant of the study area,with some sand, Once the project solution(s)and Merchant Strategies will develop sandy limestone and shelly marl corridors are defined and deemed a communication plan/strategy throughout the remainder. to be the most adequate, our team for this project.This strategy is will evaluate all available as-built aimed at building capacity in Among the expected geotechnical records from utility companies. the community by leveraging services will be evaluation of Upon issuing of NTP,we will call the a focus group comprised of historical groundwater levels,SPT Sunshine State One Call of Florida, representatives from residents, borings, hand auger and double or Sunshine 811,and request a business associations, cultural ring infiltrometer or percolation test Design Ticket.The design ticket and environmental groups. In to determine the conditions of the will provide a list of utility owners partnership with Wade Trim and area and measure the theoretical registered within the project the City, Merchant Strategies effectiveness of exfiltration corridor. With this list, we will will apply lessons learned from trenches as part of the potential create a contact matrix,to include previous local neighborhood alternative evaluation process. all the utility companies listed in improvement projects to refine the Design Ticket and added to stakeholder messaging and I Environmental Investigation it the contact information which gather essential community McFarland Johnson, an we obtained from a constantly feedback. David Mullen,the experienced environmental firm, updated contact list we carry within Design Manager, has unmatched will support the Team in developing our firm.This allows us to have all experience collaborating with a comprehensive environmental the utility contacts in one place. Public Outreach firms and assessment that meets NEPA This list will also include the date communicating stormwater requirements for the project of the requested as-builts, and improvements, harmonization considering the above-mentioned track all responses.This tracking and project details to the public site conditions.Should any of the matrix allows stakeholders to get directly, with previous similar proposed solutions include a new a one-document snapshot of the efforts during similar resiliency/ point of stormwater discharge, utility investigation process and neighborhood improvements McFarland Johnson will also be allows us to identify which utilities projects like Espanola Way,Sunset able to assist in the alternative have failed to respond to our Harbour, and Palm and Hibiscus. evaluation and determine request,so we can follow up and These countless interactions any potential environmental make additional requests. with property owners have driven impacts associated with those the development of effective proposed alternative(s). communication strategies that 3 Stakeholder build trust and turn challenges I Utility Coordination Engagement into opportunities for support. Our Team is experienced in working Identifying and developing Working hand in hand with the in congested, urban corridors, an engagement plan with Wade Trim Team and the City, installing new infrastructure stakeholders,such as local Merchant strategies will work to in developed areas. Our team government agencies, refine the messaging to provide the starts working on this issue even community representatives,and greatest clarity to stakeholders, before starting design, looking at utility companies as well as to solicit the important the identified corridor and then and necessary feedback from analyzing alternative routes to community stakeholders. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINl IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 97 SECTION 4 i OFFEROR'S QUALIFICATIONS TABLE 2 PUBLIC OUTREACH STRATEGIES • Mail introductory letters to affected property owners with a project description,contact ACTION information, maps of the impacted area,and project schedule. Send at the beginning of the INFORMATIVE project and again at key milestones during design and construction LETTERS BENEFIT • Easy method to inform property owners about the project-travel isn't necessary, requires minimal time WEAKNESS • Without interface,there is the possibility of misinterpretation • Present an overview of the proposed project to interested residents.This may include a pre- ACTION sentation with graphics and/or maps,followed by general Q&A,and ending with one-on-one conversations with individual property owners who have specific questions PUBLIC BENEFIT • Easy to share clear information with a large group at once allows for questions and misinter- MEETINGS pretations to be addressed • Scheduling conflicts may not allow all property owners to attend. Locating and coordinating WEAKNESS adequate and convenient meeting space can be challenging Interface with confrontational residents may need to take place in a public setting ACTION • Set up one-on-one meetings with interested property owners to review the pipe alignment ONE-ON-ONE through their property and discuss specific design and construction details for their property ON-SITE BENEFIT • Provides opportunity to gain property owner support by individually addressing concerns MEETINGS WEAKNESS • Requires more time,typically in the evening when property owners are available after work • Develop a website and/or social media campaign to provide project details of interest, ACTION including maps,schedules,design drawings,general information,responses to frequently asked questions, and contact information PROJECT • Both are easy to update with the most recent project information. During construction,both WEBSITES can be updated regularly to indicate location of construction activities and potential road SOCIAL MEDIA BENEFIT closures. Both offer an easy method for property owners to submit questions and project team to respond WEAKNESS • Resident must have internet access and/or social media accounts Seeking Input and feedback from their properties. If these residents Wade Trim will work closely with the public to understand their and stakeholders are going to the City to help inform the public concerns and expectations. support this project, we must throughout the duration of the clearly communicate the scope, project by communicating and Communication is key to the purpose, and schedule.The receiving feedback from the public success of any project, and residents and stakeholders must during both the design phase and it's never more critical than also be informed of construction construction phase. when working with individual durations and traffic impacts homeowners and businesses. such as lane closures or detours. Developing a communications Complete neighborhood While impacts are unavoidable, plan to keep the public and improvement projects impact the goal is to reduce the hardship stakeholders Informed about residents and commercial on the impacted residents and the progress of the Project and customers,with whom we will stakeholders to the extent possible any changes to the design or need to coordinate improvements, and build support for the purpose construction schedule,gathering in some cases harmonization of and result. For this reason, stakeholder feedback,as well as WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERINlaIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 98 SECTION 4 - OFFEROR'S QUALIFICATIONS Here at Wade Trim, we believe the permitting Memo as needed.After Our Team's experience obtaining proactive approach is the best all internal review comments are permits, will reduce schedule approach.We take this philosophy addressed and pre-application setbacks on the project. We seriously and implement it in meetings are held with regulatory maintain communication with our permitting process with our agencies,the permit application applicable agencies throughout sub-consultants and project team. packages are submitted for the design and permitting process We understand permitting is a review and approval.This process to mitigate such instances. We critical element of every project, minimizes unnecessary changes understand the importance of and each project brings its own and comments from the regulatory building positive relationships unique permitting challenges. agencies.Through this process, our with regulatory agencies, which Therefore, although permitting is Team is able to identify potential can expedite the permitting required to be obtained once the schedule impacts and address process and facilitate smoother design has reached its completion, specific situations early on, project execution. or once it is substantially complete, minimizing or eliminating potential our approach has always been setbacks through design mitigation. During the permitting process, to address permitting early on in we develop a permit tracking the design stage, by contacting The Wade Trim Team will undertake matrix, which is helpful in providing permitting agencies as early as the responsibility of obtaining stakeholders an easy one-stop 60%design, engaging them, all necessary approvals and snapshot of the permitting process. and making them part of the final environmental and building This matrix includes permit name, design process. permits required for the project. numbers, and expiration date. This process will involve close The expiration date is extremely During these early stages of design coordination with various entities, important, as our Team not only our Team develops a permitting including The City of Boynton obtains the permit but also tracks Memo,which is a roadmap of the Beach, Palm Beach County,and them during procurement and permitting process.The Memo other state and federal agencies construction,and will notify the is developed by our experienced such as the Florida Department of City when any permit is nearing staff, listing all required permits Environmental Protection,South expiration in order to initiate the for the specific project.Then,we Florida Water Management District, renewal process to avoid costly contact permitting agencies and as well as federal agencies,such and time consuming extensions verify the drafted roadmap is as the Army Corps of engineers, or re-permitting. accurate and comprehensive.The as applicable to the project. permitting memo not only lists Our team will verify that all the Thanks to our knowledge and the anticipated permits, but also required permits are acquired experience, and through our includes contact person, contact and properly incorporated into thorough approach to regulatory information,expected fees and construction documents, adhering permitting, we aim for all project expected duration of review. It will to the regulatory requirements activities to be compliant with legal also include any requirements for and guidelines set forth by the requirements,thus minimizing the submittal,such as number of respective authorities.This risks and avoiding potential project copies, prior permits approvals, or comprehensive approach will delays. Our team has a permitting plans approvals. facilitate a smooth and compliant risks and mitigation plan strategy permitting process for the project. in place as described on Table 4 on As our design progresses, our the following page. Team schedules and conducts Assisting with permitting the pre-application meetings and Project through all the necessary informal calls, and updates to the regulatory agencies. WADE TRIM CITY OF BOYNTON BEACH RFC,NO.PWE25-009 ENGINEERIN IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 107 SECTION 4 OFFEROR'S QUALIFICATIONS TABLE 4 PERMITTING RISKS AND MITIGATION STRATEGY RISK REASON OF RISK MITIGATION STRATEGY DESIGN PHASE Delay in project • Additional design requirements • Coordinate early,frequent,and continuously with agencies; schedule • Additional information and calculations maintain constant communication with agencies and Design required by agencies during permitting Team process • Conduct meetings with agencies prior or at 60%,90%and • Multiple RAIs due to misunderstanding by 100%design agency reviewer(s) • Conduct"Pre"and"Post"RAI response meetings as neces- • Longer schedule means potential longer sary to facilitate agency review and obtain permit approval in reliance and cost associated to ground a prompt manner water withdrawal and utilization of desali- nization plant Complexity of • Coordination,communication,and inte- • Update Permitting Tracking Table periodically as necessary to team coordination gration of multiple disciplines to obtain ensure compliance required information for permitting(Differ- • Engage high quality and experienced personnel ent levels of expertise and background) • Maintain proper coordination among project team • Inform periodically the Design Team about permit require- ments and information required from each discipline • Conduct progress meetings to discuss project issues and tasks Sensitive Natural • Potential presence of in-water protected • Conduct detailed field surveys(eg,seagrass surveys)as per Resources, and species or natural resources that could FWC,USFWS, NMFS and FDEP requirements during early Wildlife Protection affect design design stage • Integrate field results into design analysis to avoid and minimize impacts Multiple Permits • Multiple permits conditions and design • Utilize Permitting Tracking Table as a tracking tool for permit involving Federal, requirements compliance;review, revise and update Permitting Tracking State, County and Table as needed to update project design City • Develop general/special conditions check list in order to ensure compliance with applicable permits 0 WADE TRIM CITY OF BOYNTON BEACH I RFQ N0.PWE25-009 ENGINEERIPMIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 108 SECTO 5 WIL _ A =SS TO MEET IUIGET ASD T REU REv1ETS SECTION 5 WILLINGNESS TO MEET BUDGET AND TIMELINE We confirm that we are willing to meet the specified We recognize that each project is unique, with time and budget requirements for this project.The delivery times varying based on size,scope,and total project budget is$19,765,302.00, with funding complexity. Our team works collaboratively with clients, sources including$3,265,302 from the City Fund permitting agencies, and funding partners to develop and $16,500,000 from the Federal Department of realistic schedules that account for all requirements Economic Opportunity CDBG-MIT. We are committed and constraints. We make sure to maintain open to making sure that all project objectives are communication, providing weekly and monthly achieved within these financial parameters. reporting as requested, and adjust our approach as necessary to deliver quality results within the desired timeframe and budget. Schedule and Budget Management Control By making sure that our project controls are robust Our approach to budget and schedule control and our communication is transparent, we consistently management is rooted in a disciplined project deliver projects on time and within budget,supporting management philosophy, organized around four key our clients' goals and building lasting partnerships. phases, as shown in Exhibit 4: initiation, planning, execution and monitoring,and close-out.At the outset,we work closely with our clients to define EXHIBIT 4 Core Project Management Process project goals, objectives,scope, risks, issues, budget, schedule, and approach, making sure all stakeholders are aligned and expectations are clear. INITIATION •.. Defines project goals PHASE and objectives During the planning phase, we develop a comprehensive project management plan (PMP)that serves as the foundation for successful delivery. We use industry-standard tools such as Microsoft Project PLANNING •.. Creates Project and Primavera P6 to create and monitor detailed PHASE Management Plan project schedules. For budget management,we implement earned value management techniques and utilize BST Global Business software,which allows us to map and track project effort, billing, and EXECUTION& •••< Prepares deliverables and MONITORING submits progress reports financial controls in real time. Throughout execution and monitoring, we provide regular status reports,track progress against the Confirms all project plan, and conduct weeklyschedule reviews to identify CLOSE-OUT goals and objectives have been met and address any potential issues early. Our project managers have direct access to daily project status reports, enabling proactive decision-making and Our project management process has consistently supported our clients'goals and will continue to guide corrective actions when needed to maintain project successful delivery of future tasks under this project. budgets and schedules. WADE TRIM CITY OF BOYNTON BEACH RFp NO.PWE25-009 ENGINEERINd IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 110 SECT IN 7 1NAC A _ INFORtvIATION SECTION 7 II I•I lA lc A R vi AT 0 Financial Stability Wade Trim possesses the resources required to complete the project as evidenced by its significant work force (700+ employees).Total annual revenue amounted to$163M million in 2024. The company has a long-standing relationship (since inception) with its financial institution (Comerica Bank), where it holds a revolving line of credit with $10 million in availability. Although available,the company typically maintains a healthy cash balance and does not regularly access the line. Bank reference information is available upon request. Our financial strength allows us to make sure we have the resources necessary to deliver projects reliably and efficiently for our clients. Financial Statement Please find a copy of our latest audited financial statements in the Appendix. Wade Trim toi WADE Group, Inc. and TRIM Subsidiaries Consolidated Financial Years Ended December 31, Statements 2024 and 2023 and Supplementary Information Zehmann WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 I ENGINEERINl4A IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 114 SETO 8 CURRETA1 ROJECTE1 WOR < 0A1 SECTION 8 CURRENT AND PROJECTED WORKLOAD We have a robust workload management system We regularly review our project commitments and that allows us to balance current commitments while resource allocations to make sure we have ample maintaining the flexibility to take on new projects. Our capacity to deliver high-quality work on time and within team is composed of more than 700 professionals budget. Our depth of staff and proactive management nationwide, with a strong local presence in key practices make sure we can support both current and markets. We make sure that our key staff and back-up future projects without compromising service or quality. resources are available to meet contract requirements Wade Trim has conducted a thorough analysis of our and can quickly mobilize to initiate new assignments. proposed team's key staff and their current committed assignments to present their availability. Based on Our workload consists of both fixed-scope projects and this analysis, our team's management and technical ongoing service contracts, which we manage using staff have the availability and readiness to perform resource-loaded schedules, close coordination, and the Engineering Design and Environmental Review weekly management calls. This approach allows us to Services - San Castle Grant Funded Project for the City efficiently allocate resources and make sure project of Boynton Beach. We understand the complexity level tasks are completed on schedule. of this project, and our assigned Project Manager, Shari Ramirez, PE, will be fully committed to this project from day one. EXHIBIT 6 Current/Projected/Availability Percentages NUMBER OF PROJECTED WORKLOAD PROJECTS HANDLED REMAINING (AVAILABILITY%) OF TYPICALLY AT ANY CURRENT LABOR PROJECT MANAGEMENT KEY TEAM MEMBER / ROLE GIVEN TIME WORK COMMITMENTS ACTIVITIES EXPECTED Shari Ramirez, PE/ Project Manager/Water 12 4 3 42% Mains David Mullen, PE/ Design Manager 12 5 2 42% Tom Brzezinski, PE/ Principal-in-Charge 12 8 4 30% Freddy Betancourt, PE/ QA/QC and Technical 8 4 1 38% Advisor Gary Prenger, PE/ QA/QC and Technical 12 8 1 30% Advisor Salome Montoya, PE/ Utilities Pipeline Lead 8 3 1 50% Jim Gunther, PE/ Construction Engineering 8 3 2 38% Lead AJ Gutz, PE/ Stormwater Hydraulic Modeling 8 3 2 38% Sam Graybill, PE/ Conveyance Pipe Design 12 8 1 25% Mike Demko, PE/ Pump Stations 16 9 3 25% Lindsey Scott, PE/ Sanitary Force Main 8 3 1 50% Oscar Duarte, PE/ Gravity Sewer 16 10 2 25% Rob Dickson/ Constructability 12 4 2 50% Victor Herrera, PE/ QA/QC and Technical Advisor 20 9 4 35% Carlos Morales, PE/ Harmonization 20 7 9 20% Andrew List, PE/ Roadway Design 20 7 6 35% Lazaro Ferrero, PE/ Stormwater Drainage 20 9 6 25% WADE TRIM CITY OF BOYNTON BEACH REP NO.PWE25-009 I ENGINEERIIMPIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 11E SECTION 8 I CURRENT AND PROJECTED WORKLOAD Exhibit 6 on the previous page summarizes our current workload,typical number of projects handled by each of our project managers at any given time, current work, remaining labor commitments, and projected workload of project management activities. Exhibit 7 below summarizies our key staff's availability percentages. Or AVAILABILITY PERCENTAGE 42% 42% 35% 50% oili osim* t011 % 011/• 1 1 1 J :- 1 1 1 1 11 ilft V %04,4 j ik \to i i 1‘41ii-moi Iii/v %•10 Ikiiiiiii/ SHARI RAMIREZ,PE, DAVID MULLEN,PE ANDREW LIST,PE SALOME MONTOYA,PE ENV SP,TTCP Design Manager,Stormwater Roadway Design Lead Utilities Pipeline Lead Project Manager, Pumping,Conveyance Lead Water Mains 38% 38% 35% 30% /01.01 % , - I It a1.1„1l1.1.• 1 .O,11.An.-:•''._-1,.''_.,0''. I41 1 1 ♦ I ♦ I ♦ •IA011111 .,..• JIM GUNTHER,PE FREDDY BETANCOURT,PE VICTOR HERRERA,PE TOM BRZEZINSKI,PE Construction Engineering Lead QA/QC Technical Advisor QA/QC Technical Advisor Principal-in-Charge EXHIBIT 7 Key Personnel&Roles and Their Respective Availability Percentages rn r O L N WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 117 SECTION 9 SECTION 9 R .... The projects presented on Table 5 were selected for their similarity in size, scope, and complexity, and were completed within the past 10 years.The same team members who worked on these projects will also be assigned to your project. Project profiles of these projects are included in the following pages. TABLE 5.Project References NEW STORMWATER ROAD DELIVERY DATE OF CONVEYANCE STORMWATER FORCE RESTO- PROJECT NAME METHOD COST PERFORMANCE SYSTEM PUMP STATION MAINS RATION FGUA: American Beach Water DBB $9M 2020-2024 • • and Sewer Improvements (construction) Brevard County: SOIRL Septic DBB $32.9M 2020-2026 to Sewer(Zones N, M,T) (construction) City of Miami Beach: Sunset $26M Harbour Neighborhood DB 2014-2022 Improvements (construction) $944,431 (design), but helping North Bay Village Stormwater DBB the Village 2019 Ongoing p • Design Management Support manage their $6OM Storm- water Bond Program Cj%) * �r � * 41st St. Water Main Replacement * * G� -, 2024 Project of the Year Award ***** What our clients are saying about us... I,Adrian Reid,Project Manager for Quality Enterprises USA,Inc.(QE)hereby confirm the 41st Street Water Main Replacement Project was substantially completed 2 months ahead of schedule with the goal on meeting the deadline requested by FOOT for the critical 41st St Bridge Rehabilitation project to take place. ADRIAN REID,PROJECT MANAGER,QE QUALITY ENTERPRISES(CONTRACTOR) It is my privilege to write this letter in strong support of the City of Miami Beach's nomination for the American Public Works Association(APWA)South Florida Chapter Award for the 41st Street Water Main Replacement Project.As Mayor of the City of Miami Beach and a neighbor who lives just across the street from this project,I have personally witnessed its significant impact on our community.This initiative has strengthened our water infrastructure,ensuring long-term sustainability and reliability while exemplifying innovation,environmental protection,and public safety. STEVEN MEINER,MAYOR,CITY OF MIAMI BEACH WADE TRIM CITY OF BOYNTON BEACH RF)N0.PWE25-009 ENGINEERINAAIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 119 SECTION 9 I PROJECT PROFILES 114 Relevance to this project _ p Water Mains/ Sanitary Sewer Design r .-.:. 4f: • 1 I.. Stormwater Hydraulic Modeling °�' i e Roadway Restoration SRF Loans .iii - Permitting CLIENT I FGUA FGUA American Beach Water and CLIENT CONTACT Sewer Improvements Teresa Irby-Butler, P.E., CGC, ENV SP Capital Project Manager 407-629-6900 x 106 office Safe and reliable water and sanitary sewer systems are being constructed for the Tirbybutler@govmserv.com small community of American Beach on Amelia Island. FIRM NAME ROLE After more than two decades of effort, potable water and centralized Wade Trim/ Prime sewer are serving American Beach, a historic African-American coastal community on Amelia Island in Nassau County, FL.An infrastructure YEAR COMPLETED renewal project was led by the Florida Governmental Utility Authority 2022 (design)/ 2025 (construction) (FGUA)through an interlocal agreement with the County. Private wells and septic tanks serving residential and commercial properties were replaced SAVINGS ACHIEVED to provide a safe and reliable water and sanitary sewer system and fire On budget protection, improve community health and welfare, and promote economic growth in the area. TOTAL AMOUNT OF APPROVED CHANGE ORDERS To minimize financial impacts on this low-income community,Wade Trim 0 assisted FGUA in obtaining State Revolving Fund (SRF) loans from the Florida Department of Environmental Protection (FDEP). Initial PRESENT STATUS OF THE PROJECT efforts included conducting a preliminary environmental assessment, Complete determining existing and future land use, developing future flow rates and peaking factors, preparing conceptual alignments and a route study to co-locate two pipelines through the corridor,and supporting many public presentations to residents and County officials. Due to limited availability of funding In 2021,the project was designed and permitted In 3.5 months to help FGUA obtain two SRF loans totaling$8.6 million for construction,which Included partial principal forgiveness.The entire project was completed at no cost to residents. The design includes 18,480 LF of potable water mains and fire flow ranging from 2-to 6-inches, 16,312 LF of 8-inch gravity sewer, 2,186 LF of 4-inch force main, and two new wastewater pumping stations that can handle 79,250 gallons per day.A total of 311 water and sanitary sewer connections were incorporated in the design. Wade Trim assisted in property acquisition efforts to locate the new utilities. Ultimately, 233 residents transitioned from septic systems to centralized gravity sewer,Complete resurfacing of all roadways in the American Beach community was also completed. WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ! ENGINEERINldIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 120 SECTION 9 I PROJECT PROFILES Relevance to this project Water Mains/ Sanitary Sewer Design Stormwater Hydraulic Modeling Roadway Restoration 1111 -<k I Brevard County CLIENT Brevard County SOIRL Septic to Sewer (Zones N, M, T) CLIENT CONTACT Wade Trim designed and permitted a vacuum collection system for approximately Lucas Siegfried, PE 85 residential homes. It included the design of vacuum mains, a vacuum Brevard County pump station, and a force main to connect it to the County's existing WW 321.633.2089 conveyance system. lucas.siegfried@brevardfl.gov The Indian River Lagoon is a unique and diverse ecosystem spanning FIRM NAME I ROLE Brevard County and four other adjacent counties, providing economic and Wade Trim/ Prime environmental benefits to local residents and businesses. However,failing septic systems have led to declining water quality, prompting Brevard YEAR COMPLETED County and the Save Our Indian River Lagoon (SOIRL) Initiative to identify Design 2024, Construction 2026 targeted septic system "Zones"for conversion to centralized sanitary sewer systems. SAVINGS ACHIEVED N/A Wade Trim was engaged to develop a master plan for phasing 10 zones over the program schedule while ensuring adherence to the County's TOTAL AMOUNT OF APPROVED CHANGE DROERS funding constraints.As part of this effort,Wade Trim worked closely with Design: $75,000/Construction: $0 County officials to prioritize zones, determine the appropriate collection system technologies, and phase implementation for cost efficiency and PRESENT STATUS OF THE PROJECT environmental impact reduction. Ongoing Following the master plan,Wade Trim initiated the design of the 10 identified zones, along with three additional zones assigned under a separate contract.These designs incorporated a mix of vacuum, gravity, low-pressure,and hybrid sewer systems, depending on site conditions and County objectives.To streamline implementation, priority was given to siting vacuum pump stations(VPS)on County-owned properties,while Wade Trim provided land acquisition assistance when additional property was required.To optimize cost efficiency and attract competitive bids, smaller projects were strategically bundled, grouping zones with similar collection system technologies. In certain instances,zone boundaries were adjusted during the design phase to maximize grant funding opportunities, allowing for the inclusion of additional properties that provided higher nitrogen reduction, increasing eligibility for external funding. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 ENGINEERINl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 121 SECTION 9 I PROJECT PROFILES Relevance to this project r3 Road Elevation pyMiro • "' 111i Stormwater Pump Stations t z_ Water mains 4Viiik CLIENT I City of Miami Beach City of Miami Beach Sunset Harbour Neighborhood CLIENT CONTACT Improvements David Gomez 305.673.7071 The project became the first in the City, and possibly the nation, to combat sea davidgomez@miamibeachfl.gov level rise by raising the neighborhood infrastructure. FIRM NAME ROLE To improve stormwater management during heavy rainfalls,the City Wade Trim/ Prime significantly increased the design tailwater elevation for all stormwater YEAR COMPLETED projects. In the Sunset Harbour neighborhood,two pump stations built 2024 to convey stormwater to nearby injection wells were no longer effective. Wade Trim designed upgrades for the existing pump stations and designed SAVINGS ACHIEVED a third pump station under a design-build contract.Water quality vortex N/A structures were added to the existing pump stations,the injection wells were decommissioned, and the discharges were re-piped to upsized outfall TOTAL AMOUNT OF APPROVED CHANGE structures. Control panels were elevated 2 feet above the flood elevation. ORDERS $1,433,683.91 The new, pre-cast concrete pump station was designed to the new standards. It has a trash rack,a wet well,and pollution control structures. PRESENT STATUS OF THE PROJECT Two submersible pumps were provided with a capacity of 7,000 GPM Completed each. Water quality treatment structures and a gravity bypass with Tideflex valves were incorporated into the design. This was the first project in the City to combat sea level rise by raising the neighborhood infrastructure.The elevated roadway design created challenges where commercial building finish floor elevations remained 2 to 3 feet below the crown of the road elevation. Each property required an individual harmonization solution to maintain ADA-compliant access to the buildings. O, WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIN fiIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 122 SECTION 9 I PROJECT PROFILES — — Relevance to this project • - Stormwater Master Plan - Grant Management >. g. I North Bay Village,FL CLIENT North Bay Village Stormwater North Bay Village Design Management Support CLIENT CONTACT Frank Rollason,Village Manager, 305.756.7171,M 305.299.7300 BCC developed the Village's Stormwater Master Plan for the phased VillageManager@nbvillage.com implementation of critical infrastructure improvements. FIRM NAME 1 ROLE The project encompasses design management and grant support services BCC/ Prime for the Village of North Bay Village's(NBV) multi-million-dollar Stormwater Bond Program. Building on the foundation of the Village's Stormwater YEAR COMPLETED Master Plan—developed by BCC—this initiative focuses on the phased Ongoing implementation of critical infrastructure improvements to address flooding,sea level rise, and long-term community resilience. SAVINGS ACHIEVED N/A As the authors of the Master Plan, BCC brings in-depth knowledge of the Village's stormwater challenges and priorities. Our team manages TOTAL AMOUNT Of APPROVED CHANGE ORDERS and coordinates the release of stormwater design projects according to the Plan's prioritized infrastructure improvement list.This includes N/A overseeing scopes of work, design schedules, permitting strategies, PRESENT STATUS OF THE PROJECT and multidisciplinary coordination to ensure timely and effective Con- project delivery. This is a task work order for BCC's tinuing Services Contract. The support is ongoing In parallel, BCC supports the Village with ongoing grant management assistance related to stormwater, planning, and construction projects. Our services include aiding in grant pursuits,ensuring compliance with funding requirements, and maintaining documentation and reporting throughout the grant lifecycle. BCC has provided continued support for the Village's participation in the Florida Resiliency Grant Program and other key state and federal funding opportunities focused on stormwater and coastal resilience. 0 77 WADE TRIM CITY OF BOYNTON BEACH RFp N0.PWE25-009 - ENGINEERINl SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 123 s :cTcJJ10 9EERA REJLuR : v1 : fr =0Rv1S & UOCU 'AE \ITS SECTION 10 9 =- 1 " 1 _-oRmAT 0 s( _-0R As I Procurement Forms (attached) I Exhibits A-F - Federal Grant Provision - Notarized Required (attached) I Company, Occupational, and Individual Licenses (below) I Exceptions to the Specifications Company Licenses LICENSEE DETAILS 942564M 1"/7'2024 Licensee Information Name. WADE TRIM, INC. (Primary Name) Main Address: 201 N FRANKLIN STREET SUITE 1350 TAMPA Florida 33602 County HILLSBOROUGH License Mailing: 25251 NORTHLINE RD TAYLOR MI 48180 License Location 8745 HENDERSON RD, SUITE 220 TAMPA FL 33634 County HILLSBOROUGH License Information License Type: Engineering Business Registry Rank Registry License Number: 3952 Status Current Licensure Date 06/11/1984 Expires WADE TRIM CITY OF BOYNTON BEACH ! RFp NO.PWE25-009 ENGINEERINE'SQ IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 125 SECTION 10 I GENERAL INFORMATION B FORMS I Wade Trim Individual Licenses 4!R411.4.n....._ „..me5GA',StoFBPE p��8y,.+�a,, RonDeSard..Gnve.wr M..aa,C.,a.�a�ry FBPE STATE OF FLORIDA O- STATE OF FLORIDA ' 'Aii�= •� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER TI IE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES RAMIREZ,SHARI J. BRZEZINSKI,THOMAS SCOTT 10970 SW 142 LANE 11945 WANDSWORTH DRIVE MIAMI _Flt a TAMPA FL 33626 \t 'i� :,..1t I LICENSE NUMBER:PE78078 J LICENSE NUMBER:PE63602 ] EXPIRATION DATE FEBRUARY 28,2027 EXPIRATION DATE:FEBRUARY 242027 Always vMty licenses online at MyFIaWaLkensecom Akvays rorty licenses online at MyE brutLkeme.con +" Do not alter this document In any form. s Do not site,this document in any/etas. Oi Thu is your license.ft Is unlawful for anyone other than the licensee to use this document Ou. ` This is your license.It Is unlawful for anyone other than the Ikon,IS w 8*Aso ruche r,tae.+co,..ns0 .was s Dews so.,.t 4FBPF aver cissas.rew..o w s unn a. s..,�. tg STATE OF FLORIDA +_ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS TI IE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER TI IE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISI OF 71IIDASTATUTFS PROVISI OF 1.F AJTATUTESre at °_ _ ,4\ MULLEN,DAVID CHRISTOPHER BETANCOURT,FREDDY JOSE 42 GUMBO LIMBO AVENUE 201 GENTLE BREEZE IN KEY LARGO FL 33037 WINTER SPRINGS FL 32708 TE LICENSE NUMBER:PE84384 I LICENSE NUMBERRB68072 I ' EXPIRATION DATE FEBRUARY 28,2017 EXPIRATION DATE:FEBRUARY 28,2027 Always verily kens.online at MyFlorldaUcensecon Always verify Ikonses online at MyFkddalkenu.crn '4.y�; .' Do not alter INs document In any form. ,ail t` Do not alter this document In any m. for Eh. .'` This is your Pune.It Is urtlmodul for anyone other than se the Monoto use this document O:?., — This Is your license,It is uNawhoHa anyone other than the licensee to use this document 41101.00.4Gomm, OliMMMlsce, FBPE Ea,NY. *Ile$W.,Soc., FBPE A .cues. STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION , BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES lilt_ = l$8 GUTZ,ALFRED JOHN GRAYBILL,SAMANTHA CIMINELLO 111 BROOKFIELD RD 15101 ELMCREST STREET AVON LAKE OH 44012 ODESSA FL 33556 LICENSE NUMBER:PE65003 LICENSE NUMBER:PE81326 EXPIRATION DATE:FEBRUARY 28,2077 EXPIRATION DATE:FEBRUARY 28,2027 Always vMty licenses online at Myfloridaticenucorn Always verity Ikenus online at MyFbtIdalkensecrn EAO a E A '..• Do not liter this document In any form. .a{a f`: Do rot alter this document In any tone Mb _ hs.�jeh. This your license.k b license. unlawfulawlul for anyoneanyooiltoMb other than the licenseeuse dodocument �t I 0 a: This s your license h e unlawful for rryone other than the licensee to use this document U 0 O LO N WADE TRIM CITY OF BOYNTON BEACH 1 RFQ NO.PWE25-009 I ENGINEERIN nIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 126 SECTION 10 i GENERAL INFORMATION B FORMS a M..a a�.�,W..y a�D�m o.mpxCal%.....,4 I FBPE FBPE STATE OF FLORIDA 4,,,„:„.....,...,„ ', STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES I DEMKO,MICHAEL STEPHEN GUNTHER,JAMES PHILLIP 3790 DIXIE HIGHWAY NE I 201 N.FRANKLIN STREET,SUITE 1350 E SUITED i TAMPA FL 33602 PALM BAY FL 32905 LICENSE NUMBER:PE60454 UCENSE NUMBER:PE45231 . EXPIRATION DATE FEBRUARY 28,2027 EXPIRATION DATE FEBRUARY 28,2027 • Always verify licenses online at MvEIorldalkenx.com Always verify Ikenaes online at MyFbMalkarsemm x'413 ' LI�+ To ,I :Yn4;;.•. Do not alter the document In any form. .rte Y r Do not aner this document in any form. `7�S o-wl i. O'y This is your Ikeme.It is unlawful lar anyone other than the licensee to use this document. -LTA Thh h your Ikeme.tt k unlawful lar anyone other than the licensee m ux this docimerK. 1.D�...a.D nl CAII.,Secret., �� �an�., I E�Pf �4��:. RanFBPE 411, STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES BOHMANN,LINDSEY MARIE DUARTE,OSCAR EMILIO 41721ST AVE NORTH 3790 DIXIE HIGHWAY NE ST.PETERSBURG FL 33704 SUITE D PALM BAY FL 32905 I LICENSE NUMBER:PE93130 UCENSE NUMBER:PE60580 EXPIRATION DATE FEBRUARY 22 2027 EXPIRATION DATE FEBRUARY 28,2027 Always ve,IN kemes online at MyFloridalkensecom Always verify ked online at Myflo,idalkensemm JJ Do not alter Ns document In m form. 1Try Do not alter tNs document In any form. Ei=,jje,. This k your license.t k unlawful to,anyone other than the licensee to use this document. O yt a This h your license.It is unlawful lar anyone other than the licensee to use this document LICENSEE DETAILS 10:40:30 AM 5/21/2025 LICENSEE DETAILS 10:36:40 AM 5/21/2025 Licensee Infonnatlon Licensee Information Name SCOTT,KYLE(Primary Name) 1 Name: PRENGER,GARY J.(Primary Name) Main Address: 5745 PORT CONCORDE LANE Main Address: 10313 TIPPERARY DR ORLANDO Florida 32829 PLAIN CITY Ohio 43064 County: ORANGE I County: OUT OF STATE License Information License Information License Type: Professional Engineer License Type: Professional Engineer Rank: Prof Engineer Rank: Prof Engineer License Number: 87854 License Number 78934 Status: Current,Active Status: Current,Active Licensure Date: 07/31/2019 Licensure Date: 03/26/2015 Expires: 02/28/2027 Expires: 02/28/2027 m 0 O ui N 1 WADE TRIM CITY OF BOYNTON BEACH RFD NO.PWE25-009 ENGINEERII 3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 127 SECTION 10 GENERAL INFORMATION 6 FORMS .:WM.Sea...4F BPE eF ,Gw.,A. ma...SSome,�FBPE , a 1eFe STATE OF STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION - DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS I BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER 7HE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES CWS_ - MONTOYA,SALOME VECCHIO,ANTHONY 401 NW 105 ST. 7233 BOWSPIRIT PL MIAMI FL33150 APOLLO BEACH FL33572 A urireVeureiet FE9s07, I UCENSE NUMBER:PE944ts 7 EXPIRATION DATE FEBRUARY 28,2027 EXPIRATION DATE FEBRUARY 28,2027 AMaya verify licenses online A Myfloridalkensecom Always verify licenses online A MyFlorldalkenumm © a•rAl9 O, ,;aCI Do not aka this document In any form. • Do not atter tNs document in any form. �— This license. unlawfulbrn youryone other than Me licensee to use the document. t' This A your Ikeree.k k unlawful for anyone other than the licensee to use this document o .. o - • LICENSEE DETAILS 3:12:49 PM 521/2025 Licensee Information Name: WHITE,JAMES KEVIN(Pietism Nems) Main Address: 6420 HILLTOP LANE MAUMEE Ohio 48167 License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 71068 Status: Current,Active Licensure Date: 03/08/2010 Expires: 02/28/2027 • Special Qualiflcatlon Effective CVO CV WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERINl3 IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 126 SECTION 10 . GENERAL INFORMATION B FORMS I Wade Trim Certificate of Insurance ACCoRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4%.------- 6/28/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Ames&Gough PGrdc HONE erp 703-827-2277 I Vic.Not 703-827-2279 8300 Greensboro Dr. Suite 980 ADDRESS: admin@amesgough.com McLean VA 22102 INSURER(S)AFFORDING COVERAGE I NMCS INSURER A:Arch Insurance Company,A+XV 11150 INSURED WADETRI-01 INSURER B:Continental Insurance Company A(XV) 35289 Wade Trim Group,Inc.,its subsidiaries& Wade Trim NY,PC I INSURER c:Travelers Property Casualty Company of America,A+ 25674 25251 Northline Road I INSURER D:Continental Casualty Company(CNA)A,XV I 20443 Taylor MI 48180 I INSURER F:Travelers Casualty&Surety Co.of America A++,XV 31194 I INSURER F: COVERAGES CERTIFICATE NUMBER:1745462935 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCEUBR P s Syyyp POLICY NUMBER IMMIDDYEFF lYYYYI IMMIDD/VYYYI WAITS A X COMMERCIAL GENERAL LIABILITY ZAGLB1854402 7/1/2024 7/1/2025 I EACH OCCURRENCE 1$2,000,000 CLAIMSMADE X OCCUR DAMAGE TO RENTED PREMISES L occurrence) $300.000 Contractual Lab MED EXP(My one person) $10,000 I PERSONAL 8 ADV INJURY 1 S 2,000,000 L AGGREGATE LIMIT AiPLIES PER- �GEN POLICY X PE GENERAL AGGREGATE 54,000,000 X LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER I $ A AUTOYOBLE LIABILITY ZACAT11349702 7/1/2024 7/1/2025 CEOMBBIINNEEDISINGLEUMR $ acZ.000.000 • X ANY AUTO BODILY INJURY(Per person) S ALL OWNED ri SCHEDULED BODILY INJURY(Per eoddent)I$ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) 15 I IS ITUMBRELLA A UAB X OCCUR • 7034724218 I 7/1/2024 7/112025 EACH OCCURRENCE I$5,000,000 EXCESSLIAs CLAIMS-MADE I AGGREGATE 155,000,000 1 DED X RETENTIONS 1 n ono I I I 1 8 A WORKERS COMPENSATION I ZAWCI1837802 7/12024 7/12025 X I STATUTE I ER 1 AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A lI ---- - — (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMB S 1.000,000 C Excess Umbrella(First Layer) I I EX-7S149981 7/1/2024 7/1/2025 Occurrence/Aggregate 10,000000 D Prof.Liability led Pollution) AEH591913816 7/1/2024 7/1/2025 Per Claim/Aggregate $5,000,000 E Excess Prot Liability 1107868976 7/12024 7/1/2025 Per Clain/Aggregate 55,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Workers Compensation(NY)Policy#ZAWCI1 8379021 Company:Arch Insurance Company I Effective. July 1,2024-July 1,2025 $1,000,000 Each Accident/$1,000,000 Disease Each Employee/$1,000,000 Policy Limit Excess Umbrella(Second Layer)Policy#ECO(25)67936139/Company:The Ohio Casualty Insurance Company/Effective:July 1,2024-July 1,2025 $5,000,000 Occurrence/Aggregate CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN For Proposal Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED EPR ENTAT1VE G United States r/7� ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD WADE TRIM CITY OF BOYNTON BEACH i RIO NO.PWE25-009 „ ENGINEERINl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE lZb SECTION 10 GENERAL INFORMATION B FORMS BCC 3 3pr a &FhroT cotta l ul2ltion HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS 2:19:02 PM 5/11/2022 Licensee Information Apply for a License Name: BCC ENGINEERING, LLC(Primary Name) Verify a Licensee Main Address: 6401 SW 87TH AVENUE SUITE 200 View Food&Lodging Inspections MIAMI Florida 33173 File a Complaint County: DADE Continuing Education Course ..s Search License Information • License Type: Registry View Application Status Rank: Registry Find Exam Information License Number: 7184 • Unlicensed Activity Search Status: Current • Licensure Date: 04/28/1995 ABBOT Delinquent Invoice&Activity Expires: List Search r LBTR Num:2018106866 Tax Type:56-0016 Status:Active Business Name: Location Address: License Cert Number:N/A BCC ENGINEERING LLC 700 N OLIVE AVE Business Start Date:8/23/21 Mailing Address: WEST PALM BEACH,FL 33401 Owner Name: 6401 SW 87TH AVE STE 200 DBA:BCC ENGINEERING LLC BCC ENGINEERING LLC MIAMI FL 33173 Last updated:7/12/2024 12:03:14 PM I111trortaut Ntftice to tjusliiess lax Pager Local business tax receipts expire September 30 and may be renewed on or after July 1. Delinquent business taxes are payable online. Local business tax receipts not renewed by September 30 are delinquent and subject to a delinquency penalty of ten percent for the month of October,plus an additional five percent for each month of delinquency. 6 Business Tax Receipt Add Business Tax bills to the cart then select cart icon(L)above to checkout. Total Payable: $0.00 HBusiness Tax - RELUU ItlV Paid C Payment Info-Select to Expand Payment History for Business Tax Receipt WADE TRIM CITY OF BOYNTON BEACH RFp NO.PWE25-009 ENGINEERINESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 130 SECTION 10 ! GENERAL INFORMATION G FORMS State of Florida Department of State I certify from the records of this office that BCC ENGINEERING, LLC is a limited liability company organized under the laws of the State of Florida, filed on May 8,2019, effective March 15, 1994. The document number of this limited liability company is L19000118381. I further certify that said limited liability company has paid all fees due this office through December 31,2025,that its most recent annual report was filed on January 14,2025, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of January, 2025 •� :4 P �.: .r3 ' 0 Secrettvy of, ttate Tracking Number:7801804669CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOlStatus/CertificateAuthentication rn r 0 N WADE TRIM CITY OF BOYNTON BEACH i RFQ NO.PWE25-009 ENGINEERINl3 IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 131 SECTION 10 GENERAL INFORMATION B FORMS I BCC Individual Licenses 0 ' Ron .GoM.ewsCONK Seoeby . re enoeS .Goveror Mei.w, ten Griffin. FBPE ur, FBPE z.PE STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION j DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES LIST,ANDREW JAMES MENDEZ,HENDRIC 9205 SW 181 TERRACE 16294 SW 95TH LANE MIAMI FL 33157 MIAMI FL 33196 G�' I LICENSE NUMBER,PE87190 '� LICENSE NUMBER:PE85282 I EXPIRATION DATE:FEBRUARY 2E 2027 i, EXPIRATION DATE FEBRUARY 28,2027 Always verify licenses on0ne at MyFloridalkensonom Always verily licenses online at MyFbridalkenu.com D',,@t1 El...wl p y,ra; In Do not alter this document any form, f;�: Do not alter this document in any form. r 1 ;•` This Is your license.It Is unawful tor anyone other than the licensee to use tNs document O•. e' TNs Is your license.n is unlawful fora anyone other than the E xamee to use tNs document. .1 s Griffin Secret., FBPE .ono G KY.S. ...., FBPE STATE OF FLORIDA ,...r,._.,. STATE OF FLORIDA ®..t.�� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS TI IE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHATTER 471,FLORIDA STATUTES PROVISIgNS OOF CHARTER 471, ST FLORIDA ATUTES FERRERO,LAZARO COORS---VICKERS,KERI-ANN CAROL. 9861 SW 2ND STREET -; pp 6401 SW 87TH AVE MIAMI FL 3317 STE� 200 MIAMI `•` ♦ FL 33173 • LICENSENUMBBR:PEk8025 I r UCENSE NUMBER:PE87383 EXPIRATION DATE:FEBRUARY 28,2027 EXPIRATION DATE:FEBRUARY 28,2027 ss,,�� Always verity licenses online at MyFbridalicense.mm Always vertly lcensef online at MyFioridaLicensecom O.wa7O O.4 1:1 ‘N..../.7.:' Do not alter eNs document In any form .f;• Do not alter this document in any form. oElk ` TNs Is your Aker,...It Is unlawful for anyone other than the licensee to use this document. , .. This Is your license.It is unlawful for anyone other than the licensee to use this document. • Ott .Governor Metala,LerFBPE •`}<- lane�e.Gom,, M090tc Secretary FBPE- -•r,.. STATE OF FLORIDA �.y® w`..'M n.' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES OLIVA,OSCAR VALLE,JEAN PIERRE 55t..,,. 9560 5W 40 TERR 5255 HARBORSIDE DR t MIAMI FL 33165 TAMPA FL 33615 \!ti =' 14`♦ r``men UCEN KUN�IYI:OE%5502 -3 1.---LICENSE NUMBER PE99390 EXPIRATION DATE:FEBRUARY 28,2027 EXPIRATION DATE:FEBRUARY 28,2027 Mayo verify licenses onllre at MyFladdalianseoamAlways verily licenses online at MyFbridalicerse.mm IE o M.5,;. 0 0 Do not alter[Ns document in any form. a-'Sel '. Do not alter this document in any form. OR o• Thh h your license.R h unlawful for anyone other than the licensee to use this document OR ,o• This N your license.R is unlawful for anyone other than the licensee to use eNs document. _ _ I WADE TRIM CITY OF BOYNTON BEACH 1 RFQ NO.PWE25-009 ENGINEERINl3 IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 132 SECTION 10 I GENERAL INFORMATION S FORMS a"174.1Itdar.n. Kirk aWHIR y4FBPE a ran- ,rro cu , M��a an oa.n4 STATE OF FLORIDA � STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES QUINTANA,DACHA RODRIGUEZ,JEAN PABLO 14370 SW 149TH LN 6401 SW 87TH AVENUE 5l*MIAMI FL 33175 200 n, . MIAMI FL 33173 { UCENSE NUMBER:PE67393 7 LICENSE NUMBER:PE98401 EXPIRATION DATE:FEBRUARY 28,2027 EXPIRATION DATE:FEBRUARY 2a 2027 Always verify tones online at Myelorldaljcenumm Always verify 1kenses onkne at Myflorkalkense-cum y,. Do not alter this document in any form. tl'Yei.:•^ Do not alter this document in any form. cr. This is your license.It Is urawfulfor anyone other than the licensee to use this document tik:y. This Is your license.RIs unlawful for anyone other than the licensee to use this document 1 Avirom Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:LB3300 a4. Board of Professional Surveyors and Mappers 2005 Apolachee Pkway Tallahassee,Florida 32399-6500 Expiration Date February 28,2027 charts s,d` , Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes AVIROM&ASSOCIATES INC 50 SW 2ND AVE 4102 BOCA RATON,FL 33432-4799 WILTON SLMPSON COMMISSIONER OF AGRICULTURE This is to amity As:the professional wncyo:and nmppe*those name and risk.are shwa above is crossed aa requited by Chapter 472.Florida Some, t ssasa'r Florida Department of Agriculture and Caseunser Services T Division of Consumer Services License Na:LS7253 WWII of Professional Surveyors and Mappers 21105 Apalachee I'kwue l nllaltAssee,Florida.32.199-6501 Expiration Date February 20.3027 'Yare,s><� Professional Surveyor and Mapper License (Inde,the provisions of Chapter 472.Fluridu Statutes i11ICHAEI..1 AVIROM 50 SW 2ND AVE STE 102 BOCA RATON,FL 33432-4749 WIL I UN SIMI'SO iN COMMISSIONER OF AGRICULTURE 1155 r.tom:ails awl Iha r.ncwr..a wnvtrr«rd hrp9 i,k4.4.4 score al.14k4,ue sl.wn sMwr n IaawN a rnimmt en 1'Is,r.,42;fMnda Saa,.n,, O ui WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERINl7SIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 133 SECTION 10 GENERAL INFORMATION S FORMS IEDA 11110 c1 b01 &Prdf KIf1Bl Rc'gufdtXln HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS 4:50:42 PM 311/2025 Apply for a License Licensee information Verify a Licensee Name: ELECTRICAL DESIGN ASSOCIATES, INC.(Primary Name) View Food&Lodging Inspections Main Address: 7284 WEST PALMETTO PARK ROAD SUITE 302-S File a Complaint BOCA RATON Florida 33433 Continuing Education Course County: PALM BEACH Search View Application Status License Information License Type: Engineering Business Registry Find Exam Information Rank: Registry Unlicensed Activity Search License Number: 8079 AB&T Delinquent Invoice&Activity Status: Current List Search Licensure Date: 11/23/1998 Expires: • ♦t' a,'. Ron DeSantis,Governor Melanie S.Griffin,Secretary wI ,. c,. _- FBPF •`�• STATE OF FLORIDA .,,‘r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES DONALDSON, DAMEION ��r 9295 SOLSTICE CIRCLE =fid V 'PARKLAND FL 33076 A� \,, I LICENSE NUMBER:PE70851 EXPIRATION DATE: FEBRUARY 28,2027 Always verity licenses online at MyFloridaLicense.com El. Yeo � ' „y` j•: Do not alter this document in any form. D ,o` This is your license.It is unlawful for anyone other than the licensee to use this document. m 0 c ,,i N WADE TRIM CITY OF BOYNTON BEACH REQ NO.PWE25-009 I ENSINEERII ESIGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 134 SECTION 10 GENERAL INFORMATION B FORMS 1 Inframap • �,, •� Florida Ikpartntetil of►fllcalnu•e and Cummer Strikes lib Won orl'nttsutnerSeeslee L.iuinse No:LS5708 Bow rd of Professional St.n..ors and xinpprn 2011►palaal,ar away Iallaha„ce.13urida 323W4r51Iu Lxpirnliun Duly February' ,2027 Professional Surveyor and Mapper License l tnkt 1lw Incl i Wu,of I uptcl 47;.1 ,.i.,Slatiuc. PAUL DEAN F,'1.1 I S33 STIRRUP CA v t COURT BOYNTON BEACH,Fl.33436 11'1L1TJN SIMPSON COMMISSIONER AGRICULTOIL 10.,wu,.11n0 d,wn.. ...I.-tyke,.4,�u.r,.,.�r Air.v..i.ire..+r♦n-•+a.0 floll..tMd+.M?W.,.leaww. ar• Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:LB6666 Board of Professional Surveyors and Mappers 2005 Apalad,ee Pkway Tallahassee,Florida 32399-6500 Expiration Date February 28,2027 rh ,st Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes INTRAMAP CORP 1100 N FLORIDA MANGO RD STE Dl WEST PALM BEACH,FL 33409-5263 WILTON SIMPSON COMMISSIONER OF AGRICULTURE Mu o w certry Ora 00 pmlcumnal:uncynr and mapper whrec name and add.css air shown ebbs,s aansed w„quircd by elope,er.throb Suwm. WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIIA3 IGN ANO ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 135 SECTION 10 GENERAL INFORMATION 6 FORMS I McFarland Johnson SUMO FLORIDA ENGINEERINS LICENSE FOR 1,ECEARLAND IO4I$M I icvaf%rt Name: MCFARLAND-lOHNSON,INC. L kcense Number: 33800 1 Rank. Registry License Ei piratwn Date' Primary Status: Current Onglnal License Date: 01/07/2020 Relat•fl I Ions'.Inhurtneliuri Uanis Stator: Related Party Relationship Relation Effective Expiration Rank Number Type Date Data 100454 Ct,rrent, KENDRICK. THOMAS TRUCS TON Registry Protesswnal 02/28/2021 Active Engineer I South Florida Engineering Services Ha.a Ron OnSannIu Gwertar Melanie5.Gofin Secrehry . 1 d b pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES CUTLER,AARON ISRAEL SOUTH FLORIDA ENGINEERING SERVICES INC. 1224 HAYWAGON TRAIL LOXAHATCHEE FL 33470 I uCEl13t allasticGt1Std812 EXPIRATION DATE:AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com Q A=.El ISSUED:07/23/2024 01+7#:1 Do not alter this document in any form. ii 1. ' This is your license.It is unlawful for anyone other than the licensee to use this document. C rm nn WADE TRIM CITY OF BOYNTON BEACH RFQ NO.PWE25-009 ENGINEERING PIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 136 SECTION 10 GENERAL INFORMATION B FORMS Terracon /' .:_ Red DeSands.Governor NIeI.Be S.Griffin,Secretary 4 ' ie FBPE •.- STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES i I`=*.-7--fit% NULKAR,RUTUGANDHA H. 3347 NW 55TH STREET FORT LAUDERDALE FL 33309 • UCENSENUMBER:PE70625 EXPIRATION DATE:FEBRUARY 28,2027 Always verify licenses online at MyfloridaLicense.com El 4o S Do not alter this document in any form. ID S.A.."C .. This is your license.It is unlawful for anyone other than the licensee to use this document. Corrosion Control, Inc. e -••, r.-frv'va runt's titre omit v '7-... - -ems - v"e'rn re- :: Sll'ATEOFGEORGIA — Secretary of State BUSINESS LICENSE 5 '45.00 ee;*�„" Tata..tad. Y%Jr.Dr. OFFICE OF CLERK AND TREASURER Alrr.Georgie 30314.13311 CITY OF RUTLGE,GEORGIA November 2l, ...24 ED20CeaniICATE Of EXISTENCE RECEIVED OF Craig Meter I.Brad RdempRn.*Smreemy of S.dBs Ant of Omni,do bore,tenth Adm the.N of m,dere ew One Hundred Forty Five Dollars and 00 cents------- DOLLARS ti •r COR1OSIOCONTROL Iy1CORPORATTD LICENSE FOR Corrosion Control Incorporated .cc*hal cae c— ADDRESS 494 Fairplay Street.Rutledge.QA 30663 _ 1 was fonssird in the yunsslicsirni timed brio..a was aanaaae to tractno nn.mat n Gene,.m Oreo war err.sow er:.y u in rrmN....eb he ypnbk lost..e.-..i re,;mmt.es ono.•or FROM January I, 20 25 TD December 31,20 25 Talc le of the Official(Nr of Grage...1 and b ma kid monde.or e.dunoo.confer.or GradWion or mr other similes doce el.tib•alfa d he Secret.of S. 4432 Debbie Kilgore - Tormr„<milkrrintr _.. no, only m me of of Vic abae-nrrN rum.,d An tato a swe a acrd CLERK corr....,,r,a not.etre ie mer ti dimlee..a hes bn a ea at heal..n.knr,n 01- '1.). _ ta.D.WeRW „r..my w a.r.res maser ea�eel r b®eke a i,vv••n On s.�. S. IT.s ccriRrak is laved inserell toTile I.of tie Oficial Code of Gang Aswee rs pilo-&ot c•denc thm cid mutt s ie exis.me a is eta n sleet rmiees it's me Dada hair inflbl 1.•liciAmirT.WeYlA9 a Goh. time Dm 0410/202. yr 5744. 75,1 le460...mree, Brad aJlnml.Rn Secretary of Stale WADE TRIM CITY OF BOYNTON BEACH I RFQ NO.PWE25-009 I ENGINEERIPEZ1IGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE 137 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. offer/application a. initial filing a b. grant a b. initial award a b. material change c. cooperative agreement c. post-award d. loan For material change only: e. loan guarantee Year Quarter f. loan insurance Date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, n Prime ❑ Subawardee Enter Name and Address of Prime: Tier , if known: Wade Trim, Inc. (Florida) One Tampa City Center 201 N Franklin St, Ste 1305 Tampa, FL 33602 Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9.Award Amount, if known: i 10. a. Name and Addres of Lobbying Registrant b. Individuals Performing Services (including (if individual, last name, first name, MI): address if different from No. 10a) (last name, first name, MI): c f 11.Information required through this form is authorized by title 31 U.S.C. Signature : /, J �A� O 1 /• section 1352. This disclosure of lobbying activities is a material 8yr representation of fact upon which reliance was placed by the tier above Print Name: Thomas Brzezinski 1/ when this transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Title: Executive Vice President Congress semi-annually and will be available for public inspection.Any person who fails to file the required disclosure shall be subject to a civil Telephone No.: 813-855-1615 Date: 5/19/2025 penalty of not less that$10,000 and not more than$100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form LLL(Rev.7-97) 172 er f>i_ Iz r' , \ h T f J N 11 NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of RO'<iCAG\ County ofNi1`Sb'XOi.X h , being first duly sworn, deposes and says that: 1) He/She is Executive Vice President of Wade Trim, Inc. (Florida) , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant, 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in,the BIDDER's business,who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 I l J relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no time to cure. NAME RELATIONSHIP f4 Ai in Witnes es: / , / BIDDER: w f Signed: Typecrname: 44 41G:b. (,),k4-30-1 /j I SName: /Thomas Brzezinski /l + ► ? Title: Executive Vice President Typed nameVINSO✓\ Civ,tY\Y\ STATE OFA(\GAG COUNTY OFS Sbe)2`uT*1 ) The foregoing instrument was acknowledged before me, by means of 41ysical presence or El online notarization, this 1C day of M0.`f , 205 by ihOrrOS ZeZit -t , who is personally known to me or who has produced as identification. Subscribed and sworn to before me This lG+n day of MONI , 20 25 ! f .�l��►'La/ ka i t f rb/ Notary Public State of Florida iota Pu a 'c(Signature) Katherine Kirby My Commission 1lII HH 250874 My Commission Expires: r I 1 -12_UZ.(Q Exp. 4/7/2026 THIS PAGE 15 TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 1 /4 r.�rV.. or. ( ( Go or t `4 ti TON 13 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE I, Thomas Brzezinski , on behalf of Wade Trim, Inc. (Florida) certify Print Name and Title Company Name that Wade Trim. Inc. (Florida) does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract.The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 41 175 subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placid on the Scrutinized •mpanies with Activities in Sudan List or the Scrutinized Companies with Activiti- i the Iran 'et oleun ner'y Sector List. Wade Trim, Inc. (Florida) hi._II . ,'fit COMPANY NAME IGNATURE Thomas Brzezinski Executive Vice President PRINT NAME TITLE 5/19/2025 DATE STATE OF 1'I(`'t'idl'A.. COUNTY OF i+;llshMt,‘Ch ) The foregoing instrument was acknowledged before me, by means of Vothysical presence or 0 online notarization, this 1-1 day of 01(i\J , 20Z by ¶' x' c ICtS Nrz ezimSkt who is orsonally known to me or who has produced as identification. Subscribed and sworn to before me This iCk+h day of 0')O.`i , 202e i �1 X11OA /- Notary P folic(S ature) Notary Public State of Florida 4U l I ) 20Ztp Katherine Kirby ••.. My commission rvfy Commission Expires: ipi HH 250874 Exp. 4/7/2026 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 42 176 t'L:, I , P hrON ' AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TO BE COMPLETED AND UPLOADED ONLINE The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury as follows: 1. Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: §287.138(2)(a), Florida Statutes) 2. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: § 287.138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of, and does not have a principal place of business in, a foreign country of concern. (Source: § 287.138(2)(c), F •rida Statutes) 4. The undersigned is authorized to execute this affidav' ,• behalf o ntlty. / ��/// Date: May 19 , 20 25 Signed: ■42 "( , L. • L / Entity: Wade Trim. Inc. (Florida) Name: Thomas Brzezinski d Title: Executive Vice President STATE OF $k)cid(X 1 COUNTY OF Ni 1lShtlre4.),C3Y) The foregoing instrument was acknowledged before me, by means of Q"physicalresence or 0 online notarization, this 1G day of fl'i l , 202(P , by EXeC.t;c1w �iCe H�� ,ri• , as )(CCLAiiNre ViCTR Csiden* ► for WrNrieTrom.SNC.• ,who is personally known to me or who has produced as identification. Notary Public Signature: d ►& Lj State of Florida at Large(Seal) Print Name: 1')Oc-w )1JJe 1'11f 1ll My commission expires:4r^► ) 1 2d2(P 4 Notary Public State of Florida 1 Katherine Kirby My Commission lilt HH 250874 Exp. 4/7/2026 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 45 177 City of Boynton Beach Purchasing Division AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." Date: May 79 , 20 25 Signed: /,/1/. ��.(� "1 /(/ Entity: Wade Trim,Inc.(Florida) Name: "omas Brzezinski Title: Executive Vice President STATE OF fl(Wi��0. COUNTY OF kb 1tslr vr�t:rsth The foregoing instrument was acknowledged before me, by means of Ef ph,yysical presence or 0 online notarization, this day ofs J , 2025 , by.-7M1Y10.6 Krzrz.idks.SY-1 , as EXeCO/.-k\ve Vice R-t°sinlenti- for Wade TOOeel ItvC. , who is personally known to me or who has produced as identification. NotaryPublic Signature: / G . I State of Florida at Large(Seal) Print Name: j1Cc'1eri f\i-e- 1 k7J My commission expires: f -1,112L( Notary Publio State of Florida Katherine KWh,b My Commissi4n • 1111 HH 250874 Exp, 4/7/2084 178 State of Florida Department of State I certify from the records of this office that WADE TRIM, INC. is a corporation organized under the laws of the State of Florida, filed on May 31, 1984, effective June 1, 1984. The document number of this corporation is H05938. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 1, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 2025 • 11 Jrf o7.. .''M- 0.07'i &.__Airwt::, , ... Secretary of State Tracking Number: 1836955604CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfStatus/CertificateAuthentication .47A -----.'""N Y DATE(MM/DD/YYYY) ACORD- CERTIFICATE OF LIABILITY INSURANCE 6/28/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I CONTACT Ames & Gough PHONEFLAX 8300 Greensboro Dr. (ac,No,Extl: 703-827-2277 I um.Nor 703-827-2279 Suite 980 ADDRESS admin) amesgough.com McLean VA 22102 INSURER(S)AFFORDING COVERAGE NAIL• INSURER A:Arch Insurance Company,A+XV I 11150 INSURED WADETRI-01 INSURER B:Continental Insurance Company A(XV) 1 35289 Wade Trim Group, Inc., its subsidiaries& Wade Trim NY, PC INSURER C:Travelers Property Casualty Company of America,A+I _ 25674 25251 Northline Road I INSURER D:Continental Casualty Company(CNA)A,XV 20443 Taylor MI 48180 I INSURER E: Travelers Casualty&Surety Co. of America A++,XV 31194 INSURER F: COVERAGES CERTIFICATE NUMBER: 1745462935 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRNS� R I AS EFF POLICY EXP TYPE OF INSURANCE Wyp I POLICY NUMBER IMM DDY/YYYYI IMM DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY ZAGLB1854402 7/1/2024 7/1/2025 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR DAMAt.,t IV ntry rED PREMISES(Ea occurrence) $300,000 X Contractual Liab MED EXP(Any one person) $10,000 ___ PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X PRO- X LOC PRODUCTS-COMP/OP AGG $4,000,000 JECT OTHER: $ A AUTOMOBILE LIABILITY ZACAT1849702 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT (Ea accident) $ I 2.000.000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ B 1 X UMBRELLA UAB X OCCUR 7034724218 7/1/2024 7/1/2025 EACH OCCURRENCE _ $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED I X I RETENTION$to nnn $ A WORKERS COMPENSATION , PER OTH- ZAWCI1837802 7/1/2024 7/1/2025 X UTE ER AND EMPLOYERS'LIABILITY Y/N STAT ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A - (Mandatory in NH) E.L.DISEASE-EA EMPLOYED$1,000,000 If yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1.000,000 C Excess Umbrella(First Layer) EX-7S149981 7/1/2024 7/1/2025 Occurrence/Aggregate 10,000,000 D Prof.Liability(Incl Pollution) AEH591913816 7/1/2024 7/1/2025 Per Claim/Aggregate $5,000.000 E Excess Prof.Liability 107868976 7/1/2024 7/1/2025 Per Claim/Aggregate $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Workers Compensation(NY)Policy#ZAWCI1837902/Company:Arch Insurance Company/Effective: July 1,2024-July 1,2025 $1,000,000 Each Accident/$1,000,000 Disease Each Employee/$1,000,000 Policy Limit Excess Umbrella(Second Layer)Policy#ECO(25)67936139/Company:The Ohio Casualty Insurance Company/Effective:July 1,2024-July 1,2025 $5,000,000 Occurrence/Aggregate CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN For Proposal Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. • AUTHORIZED EPR ENTATIVE United States 41" ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and Iogo' $Q'egistered marks of ACORD Request for Taxpayer Give Form to the Form W=9 (Rev.October 2018) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. Wade Trim Inc 1 2 Business name/disregarded entity name,if different from above M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to following seven boxes. certain entities,not individuals;see co a instructions on page 3): p ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate c single-member LLC Exempt payee code(if any) 0 i ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► 0 2 Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting 4' Z LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is C y)c another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code fan C. u is disregarded from the owner should check the appropriate box for the tax classification of its owner. E ❑ Other(see instructions)► Opphes to accounts maintained outside the U.S.) y 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) a) 500 Griswold Street,Suite 2500 6 City,state,and ZIP code Detroit,MI 48226 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number 1 backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - -1 1 entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN, later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 519 1 - 2I4 1 7 1 710 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign signature of1/10/2024 Here u.s.person► �P�' � Date► General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest),1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231 X 181 Form W-9(Rev.10-2018) Ce.Z.c),,,, c, 1 Z U i ✓/�P y tON is ANTI-KICKBACK AFFIDAVIT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of th•).um hereins mitted I be pa. to any employees of the City of Boynton Beach as a commission, kickback t-Ward, or rectly or indire fitly b . y me or any member of my integrator or by an officer of the corporation. ` By: a411 . ! / . NAME---"-I' IGNAyF 1- The The foregoing instrument was acknowledged before me, by means of Q'physical presence or ❑ online notarization, this 11114" day of 1IQU , 2025, by-ThCt'Yt-,6 F(i7fz.i, 1C.c , who is personally known to me or who has produced as identification. Sworn and subscribed before me this Printed Information: Thomas Brzezinski NAME Executive Vice President gli TITLE 4A.,4 - l' Ck-1- ,ri r.it. l i c-,l y NOTAA ( PI LICvttate of Florida at Large // Wade Trim, Inc. (Florida) COMPANY av NoKlaatryhPublicerine StateKirby of Florida 4 ..... My Commission 4 Hu Exp 2417/2026 s "OFFICIAL NOTARY SEAL" STAMP THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 1R2 38 PUBLIC ENTITY CRIMES Page 1 of 3 Section 287.132-133(3)(a), Florida Statutes, effective July 1, 1989 require that no public entity shall enter into a contract, award of bid, or transact business in excess of $10,000.00 with any person or affiliate who has been convicted of a public entity crime. Prior to entering into a sworn statement with the Purchasing Department on form 7088. A copy of the form is reproduced below. This completed form must be on file prior to the issuing of a Purchasing Order. Sworn Statement Under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with ^ ^�� � 44^1 54` T (Solicitation Number and Name) 2. This sworn statement is submitted by Wade-rola.Inc-Panda) whose business address is one Tampa City Crier 201 N Frai3n a Ste 1305 Tampa.R 33602 and (if applicable) it's Federal Employer Identification No. (FEIN) is 59-2417170 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement. 3. My name is -1and my relationship to the entity named above is Executive Vice President 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity of with an agency or political subdivision of any other state or with the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted or conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding or fault or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a). Florida Statutes, means: 183 PUBLIC ENTITY CRIMES Page 2 of 3 A. A predecessor or successor of a person convicted of a public entity crime; or B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which one of the two statements applies.) 0 Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. 0 The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which of the three additional statement applies below.) 0 There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the Final Order) OThe person of affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate form the convicted vendor list. (Please attach a copy of the Final Order) © The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services) 184 PUBLIC ENTITY CRIMES / Page 3 of 3 5/19/2025 Signature / Date State of for►c%c County of\i\IS (0.;a The foregoing instrument was acknowledged before me via Xhysical presence ORO online notarization This I(X day of flOLI , 2025 . By -Tn0Ma5 7PoiNSk1 Personally known GOR produced identification 0 Type of identification produced kitACIAA - i)-Cx eo Ne V)ich k NOTARY NAME HERE, Notary Public My Commission Expires ti \ 1 ,`1-02CP Notary Public State of Florida Katherine Kirby 1111 M9 FIJI C250874 Exp. 4/7/2026 185 Ii' City of Boynton Beach "" Purchasing and Contracts Division EXHIBIT "A" - STATEMENT OF COMPLIANCE - TRAINING, EMPLOYMENT, AND CONTRACTING OPPORTUNITIES FOR BUSINESS AND LOWER-INCOME PERSONS A. The project assisted under this (ITB) is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S. C. 70U. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. B. Notwithstanding any other provision of this (contract) (agreement), the (applicant) (recipient) shall carry out the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary set forth in 24 CFR Part 135 (published in 38 Federal Register 29220, October 23, 1973), and all applicable rules and orders of the Secretary issued there under prior to the execution of this (contract) (agreement). The requirements of said regulations include but are not limited to development and implementation of an affirmative action plan for utilizing business concerns located within or owned in substantial part by persons residing in the area of the project; the making of a good faith effort, as defined by the regulation, to provide training, employment and business opportunities required by Section 3; and incorporation of the "Section 3 Clause" specified by Section 135.20 (b) of the regulations in all contracts for work in connection with the project. The (applicant) (recipient) certifies and agrees that it is under no contractual or other disability which would prevent it from complying with these requirements. C. Compliance with the provision of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Secretary issued thereunder prior to approval by the City of the application for this (contract) (agreement), shall be a condition of the Federal financial assistance provided to the project, binding upon the (applicant) (recipient), its successors and assigns. Failure to fulfill these requirements shall subject the(applicant) (recipient), its Contractors and sub-Contractors, its successors, and assigns to the sanctions specified by the (contract) (agreement), and to such sanctions as are specified by 24 CFR Section 135. Name of Contractor: Wade Trim, Inc. (Florida) Title of ITB Or Spec: Engineering Design and Environmental Review Services—San Castle- CDBG-MIT Grant Funded Spec# or ITB # or Purchase Order Bid No: PWE25-009 Will you hire new employees as a result of this tract? Y [ ] No Contractor: Thomas Brzezinski 7 Contractor's Signature and Title Date: /i%1,,�'�� ( ),404n Executive Vice President 15/102Q 5" 1 Federal Grant Requirements 186 City of Boynton Beach '°"°°• Purchasing and Contracts Division EXHIBIT "B" - CERTIFICATION FOR COMPLIANCE WITH CITY, COUNTY, STATE, FEDERAL LAWS, AND REGULATIONS I, agree to comply with all City, County, State, and Federal laws and regulations, including, but not limited to the following: CONFLICTS OF INTEREST Contractor covenants that no person who presently exercises any functions or responsibility on behalf of the City of Boynton Beach in connection with this agreement has any personal financial interests, direct or indirect, with the Contractor. Contractor further covenants that, in the performance of any contract, no person having such conflicting interest, shall be employed by the Contractor. Any conflict of interest attributable to the Contractor or its employees must be disclosed in writing to the City of Boynton Beach upon discovery. Contractor is aware of the conflict-of-interest laws of the State of Florida, particularly Chapter 112, Part III, Florida Statutes; and the United States Department of Housing and Urban Development, particularly, 24 CFR Part 570 § 570.611, and agrees to comply with all respects to those provisions fully. EQUAL OPPORTUNITY During the performance of this RFQ, the successful Contractor and its sub-Contractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its sub-Contractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity, genetic information or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its sub-Contractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all sub-Contractors, if any, will be made aware of and will comply with this nondiscrimination clause. In the event local laws or ordinances governing equal opportunity apply as well, Contractor agrees to comply. DEBARMENT/SUSPENSION The Contractor certifies, by submission of this certification, that neither the Contractor nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the Contractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this certification. ZONING CODES AND BUILDING CODES 2 Federal Grant Requirements 187 City of Boynton Beach Purchasing and Contracts Division Contractor must /amply with the City of Boynton Beach Zoning and Building Codes, the Florida Building 6ide, loc. 9ildi ; codes•, and other standards established by the City of Boynton Beac deeme• nec-•sary bsuch agency. i Signature: t//, if . if, Print Name: Thomas Brzezinski Date: 5/19/2025 STATE OF FtoriCIO,, COUNTY OF 4i\\590fOc.,l.9Y) The foregoing instrument was acknowledged before me, by means of G4physical presence or D online notarization, this Ct day of 1'Y)0. --1 20 2_5 , by TYXoc`n 3 as Fj(e c—se. vice for WCkC\t- -Tckm, 1.NC • , who is personally known to me or who has produced as identification. • /}' Notary Public Signature: �� State of Florida at Large (Seal) Print Name: 1<G ')erg t V-)ich' My commission expires: Pori 1 1, 2021„, ( Notary Public State of Florida Katherine Kirby My Commission III! x2 /Ep 47/2026 L 3 Federal Grant Requirements 188 ;;`.'"0 ' " City of Boynton Beach Purchasino and Contracts Division EXHIBIT "C" — STATE AND FEDERAL STATUTES, REGULATIONS, AND POLICIES Through this agreement, the CDBG funds available to the Subrecipient constitute a subaward of DEO's Federal award under the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR part 200. All provisions apply to the awarded Contractor and any sub-contractors. The contractor agrees to abide by and enforce all provisions outlined in the solicitation and grant agreement to the Contractor and any sub-contractors. This agreement includes terms and conditions of DEO's Federal award that are imposed on the subrecipient, and the Subrecipient agrees to carry out its obligations in compliance with all the obligations describe] in this A•reeme . Signature: 16%i,_ ,,j./ .._ . -_ / e.yzy Print Name. Thomas Brzezinski 71/ Date: 5/19 2025 U v STATE OF Florida. COUNTY OFI-i‘MtricUket '1 The foregoing instrument was acknowledged before me, by means of E 'physical presence or ❑ online notarization, this \4I day of 1(Y\ -.J , 2025 , by --S-Y)Df—M R .P."L.►K)S k-1 , as E\i4e,.0 AA-i\T-el, Vicom 4-eSicte&A- for 0.)0i6e 7 Ciro Irs.>C. , who is personally known to me or who has produced as identification. Notary Public Signature: ( AO/ State of Florida at Large (Seal) Print Name: ��NrY-)e.r t e 12ivd�' 0 Notary Public Stale of Florida MyCommission herine Kirby My commission expires: p'i 1 7, ZCrz( My Commission Ilii HH 250874 Exp. 4/7/2026 r 4 Federal Grant Requirements 189 9, ,, City of Boynton Beach '" Purchasino and Contracts Division EXHIBIT "D" — BUILD AMERICA, BUY AMERICA ACT (BABA) - INFRASTRUCTURE PROJECTS WITH FEDERAL FUNDED This provision does not apply where a valid waiver is in place. However, it may apply to funds expended before the waiver or after its expiration. Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States. d. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipmen. . 'd furnis . sucpjas mpable that are used at or within the finished infrastructure project b ,re not a 'ntedral "ft oft 6/structure or permanently affixed to the infrastructure project. Signature: tL4Y7( < Print Nam:: Thomas Brzezinski /Mk Date: 5/'9/2025 v STATE OF FIoriCla COUNTY OF \ XDcO Cth The foregoing instrument was acknowledged before me, by means ofphysical presence or ❑ online notarization, this \CPIday of {Y `1 2025 , by TheiY)Ct epriez i evSKI , as EXeT.vA-ivf.P, \f Cf- 14e3llete&j for l>JOCf l cies. LNC• , who is personally known to me or who has produced as identification. r /1" //44 Notary Public Signature: / State of Florida at Large (Seal) Print Name: Ka}'�leciNe. 1-2)i Ccx I 1 / Notary Public State of Florida 1 .:. Katharine Kirby r + �, -i 1 My Commission My commission expires: M 1 LY 1 "" Exp 24/7/2026 5 Federal Grant Requirements 190 u City of Boynton Beach "" Purchasino and Contracts Division EXHIBIT "E" - MINORITY / WOMEN'S I LABOR SURPLUS FIRMS PARTICIPATION Per the requirements of 2 CFR Part 200 §200.321, the City of Boynton Beach encourages the active participation of minority businesses, women's business enterprises, and labor surplus areas firms as a part of any subsequent agreement whenever possible, either as prime contractors or subcontractors. If subcontracts are to be let, through a prime Contractor, that Contractor is required to take the affirmative steps listed in items (1) through (6) below: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited 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; and 6. The City shall require the prime contractor, if subcontracts are to be let, take the affirmative steps listed in paragraphs (11 through of this section. Through the submittal of this soli itation, CONTRACTOR confirms and affirms that CONTRACTOR/ ave .- orme- , to :he best of their ability, all outreach to small/minority/1 •men-o e. bu, ess-s/for sub-contracts outlined above: Signature: ti, ;'J I_ / Print Name. Thomas Brzezinski / / Date: 5/1./2025 V STATE OF FlOfiC\b. COUNTY OF �\\ShO(Z.,:-k9h The foregoing instrument was acknowledged before me, by means of /physical presence or ❑ online notarization, this G+n day of Mex.Q 20 a , by -Cnc) S i3rZez;,r Y _\ , as C)�CLN-ivQ l Vire 1 cesidPrv-t' for 03aC1t;Trim, 1t1)C. , who is personally known to me or who has produced as identification. Notary Public Signature: ,API /G(. State of Florida at Large (Seal) 11 �/ Print Name: 4)Q-*he,(),v-c. Yl I(moi// J t 1 notary Public State of Florida My commission expires: k)'> > 1, 2_0Z-Ce / __ Katherine Kirby 1 My Commission NII - HH 250874 1 Exp. 4/7/2026 6 Federal Grant Requirements 191 f=: Y City of Boynton Beach y5 °"p•. Purchastno and Contracts Division EXHIBIT "F" — DAVIS BACON WAGES This project is federally funded by CDBG and Davis bacon wages shall be applied to this project. Contractor agrees to abide by any Davis bacon wage table regarding this project. DAVIS-BACON ACT (WHEN CONSTRUCTION AGREEMENT/CONTRACT VALUE IS GREATER THAN $2,000): A. All transactions regarding the agreement/contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The Contractor shall comply with 40 U.S.C. §§ 3141-3144, and §§ 3146-3148 and the requirements of 29 C.F.R. pt. 5, as may be applicable. B. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. C. Additionally, Contractor are required to pay wages not less than once a week. / / Through the ,r,pletion of his xhi• t, Contractor affirms that they will complete this project in accordance i/ii/4 :II wages ou ti ed ie appleile Davis bacon wage table. Signature: I //4 Print Nam:: Thomas Brzezinski Date: 5/19/2025 STATE OF V1Qt''iC'\CA COUNTY OF OillS\rr\Tx3h The foregoing instrument was acknowledged before me, by means of r physical presence or ❑ online notarization, this 1C41.. day of l )cX 4 , 202J , by TY)oe 5 ; 1.7X7 hVS\L\ , as E)leCcAive`Vtc . Pesi esv'c- for 1JctCie_ -Tricor, ,acv( . , who is personally known to me or who has produced as identification. Notary Public Signature: ( .<t.4, /1+(/ / State of Florida at Large (Seal) Print Name: 1110,-1-1hefiN Ylf ( Notary Public State of Florida My commission expires: r"117ci'1,ff).2.C.0 Katherine Kirby •• Mg Commission Illi Exp. 4/7/2026 50874 1 4/7/2026 7 Federal Grant Requirements 192 PROPOSER'S QUALIFICATION STATEMENT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation x Name: Thomas Brzezinski Partnership Address: 3790 Dixie Highway NE, Suite D Individual CITY, State, Zip: Palm Bay, FL 32905 Other Telephone No.: 813-855-1615 Fax No.: Email Address.: tbrzezinskiwadetrim.com 1. State the true, exact, correct, and complete name of the partnership, corporation, trade, or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Wade Trim, Inc. (Florida) The address of the principal place of business is: One Tampa City Center, 201 N Franklin St, Ste 1350 Tampa, FL 33602 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 6/1/2025 b. State of Incorporation: Florida c. President's name: Andrew McCune d. Vice President's name: Timothy O'Rourke and David DiPietro e. Secretary's name: Ralph Picano f. Treasurer's name: Ralph Picano One Tampa City Center g. Name and address of Resident Agent: Thomas Brzezinski TampaFrr„hoz Ste 1350 3. If Proposer is an individual or a partnership, answer the following: 1Q'2 a. Date of organization: b. Name, address and ownership units of all partners: c. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation, or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 41 Under what other former names has your organization operated? Edwin Orr Engineering 7. Indicate registration, license numbers, or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach the certificate of competency and/or state registration. H05938 (attached at the end of this form) 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES NO x 9. Have you ever failed to complete any work awarded to you? If so, state when, where, and why: No 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) See SF 330, Section E, starting on Page 4 11. State the name of the individual who will have personal supervision of the work: I 04 Shari Ramirez, PE 12. State the name and address of the attorney, if any, for the business of the Proposer: Jen Chilson 25251 Northline Road Taylor, MI 48180 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Andrew McCune: 8.86% 1500 Griswold Street, Ste 2500, Detroit, MI 48226 Thomas Brzezinski: 8.25% 1201 N. Franklin Street, Ste 1350, Tampa, FL 33602 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: Please see attached sheet 15. State the name of the Surety Company which will be providing the bond (if applicable), and the name and address of the agent: N/A 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number_ a. I Government Related Work 10 b. Non-Governmental Related Work 10 Total Work(a +b): < $50 million Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone lac Rodney Clark. Comerica Bank 1 411 W Lafayette Blvd. Detroit. MI 48226 1313.222.9262 18. Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Please see Section 5, bullet 1 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Please see Section 4. bullet 2 20. Is the financial statement submitted with your proposal (if applicable)for the identical organization named on page one? YES NO x 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). Wade Trim Group. Inc. is the parent organization 22. What will be your turnaround time for written responses to City inquiries? Our Project Manager is committed to be responsive and will provide an answer within 24 hours, complete responses may take 1 to 2 weeks depending on the request. 23. List and describe all bankruptcy petitions (voluntary or involuntary)which have been filed by or against the Proposer, its parent or subsidiaries, or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. None. 24. List all claims, arbitrations, administrative hearings, and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project in which the dispute arose, and a description of the subject matter of the dispute. None. 1QR 25. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer, its principals or officers, or predecessors' organization(s)were defendants. N/A 26. Has the Proposer, its principals, officers, or predecessors' organization(s) been convicted of a Public Entity Crime, debarred,or suspended from bidding by any government during the last five(5)years? If so, provide details. N/A The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such inform-tion is warranted by Proposer to be true. The discovery of any omission or miss :1 ment tha :teria� (affects the Proposer's qualifications to perform under the contract shall cause the} er to reje t t - pr.•osal,an. if after the award, to cancel and terminate the award and/or contract. ,� (Signed) ,( t /I . P . Thmas Brzezinski / r (Title) Executive Vice President STATE OF r or 1CkQ, COUNTY OF }moi )Sb0Cr^�cg3Y' ) The foregoing document was acknowledged before me, by means of Q'physical presence or 0 online notarization, this is n 1 day of ka\J , 202 by T1 c,olaS $cz zir'..i , as Ei cAA-live Vice testdev>+ of k}000C1eTri#N-i,JtvG. who is Personally known to me or who has produced as identification. / .1a4al�1.41 — Flak-het-we it rotary Pu.. c(• gnature) My Commission Expires: Apr► ) -1 ZOap 197 State of Florida Department of State I certify from the records of this office that WADE TRIM, INC. is a corporation organized under the laws of the State of Florida, filed on May 31, 1984, effective June 1, 1984. The document number of this corporation is H05938. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 1, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 2025 t ...... 0...* 4# 41P ‘rfti -WAi\.' \, t _ r - -;.-r.--w N.lor.! ( )/ IP-- Secretai y of,J tote Tracking Number: 1836955604CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfStatus/CertificateAuthentication A 11A Wade Trim Group, Inc. 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim Group, Inc. wholly owned subsidiaries: Wade Trim Associates 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim EPC, LLC 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim Inc. (FL) One Tampa City Center 201 N. Franklin Street, Ste 1350 Tampa, FL 33602 Wade Trim, Inc. (Michigan) 1403 S. Valley Center Drive Bay City, MI 48706 Wade Trim, Inc. (Ohio) 1621 Euclid Avenue, Ste 900 Cleveland, OH 44115 Wade Trim Operations Services 25251 Northline Road Taylor, MI 48180 Wade Trim NY PC 1410 Broadway, Ste 304 New York, NY 10018 199 ‘1 OA, „_ \ : - r ETON E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE Project Name: Engineering Design and Environmental Review Services—San Castle-CDBG-MIT Grant Funded Solicitation No.: PWE25-009 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor"means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons(including sub-vendors/sub-consultants/sub-contractors)assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s.448.095(2)Fla. Stat.,shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. 9nn d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. n, /-, /I Company Name: Wal/Trim, In4(FlorridaV / Authorized Signature: tWier/I ). A/c/I/1 Print Name: /Thomas Brzezinski /l 0 Title Executive Vice President Date: 5/19/2025 I Phone: 813-855-1615 STATE OF Florida COUNTY OF Ptt 11.5Y.rr^t_41`n ) The foregoing instrument was acknowledged before me by Bans of /physical presence or o online notarization, this AV"day of MON/ , 202P bylra )O 7Bt7-Crit i on behalf of . He/she is personally known to me or has produced as identification. lazL /( . rTARY PUBLIC e X/ (Name of Notary Typed, Printed or Stamped) 4 Notary Public State of Florida Katherine Kirby E") U*1vt Vias. My commission t nu HH 250874 Title or Rank Exp. 4/7/2026 Serial number, if any 201 REQUEST FOR QUALIFICATIONS CITY OF BOYNTON BEACH ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES SAN CASTLE - GRANT FUNDED RFQ NO. PWE25-009 EXCEPTIONS TO THE SPECIFICATIONS Wade Trim respectfully requests consideration of the exceptions outlined below, in addition to the opportunity to negotiate the final terms and conditions of the agreement, if awarded. PAGE 30 OF RFQ,STANDARD GENERAL TERMS AND PROVISIONS: • Section 5.31: Except if otherwise agreed to in writing, the City shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials,and documents discovered or produced by Offeror pursuant to the terms of this solicitation, including but not limited to reports, memoranda or letters concerning the research and reporting tasks required. Offeror shall not be responsible for and is hereby released for City's use of: (i) incomplete information, materials and documents, and (ii) information, materials and documents for anything other than the intended use for the Project. PAGE 35 OF RFO.SECTION VI -SPECIAL CONDITIONS: • Section 6.2. Performance during Emergency: The Consultant agrees and-prem+ses that, to the extent the services are reasonably applicable, immediately preceding, during, and after a public emergency,disaster, hurricane,flood, or act of God, the City shall be given "first priority"for all goods and/or services under the agreement/contract. The Consultant agrees to provide all goods and/or services,to the extent reasonably applicable,to City immediately preceding, during, and after a public emergency, disaster, hurricane,flood, or act of God, at the terms;and conditions, and price:,as provided in this-selieitatie+}the agreement/contract on a "first priority" basis. The-Ge~c::!•.` . . • • - : • - - • - - - ' • - • -• • - - - - • • - .. : • Section 6.4. Indemnification: The CONSULTANT shall indemnify and hold harmless CITY and its enc-'t, pcctt,crd-future officers and employees from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys'fees,to the extent caused by • - •-: -----, - - - : • - - : - .. . .. a negligent act, error or omission of CONSULTANT or other persons employed or utilized by CONSULTANT in the performance of this Agreement. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect,or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla.Stat., as may be amended from time to time. 202 PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS AGREEMENT. • Section 6.5(C). Change Order: The Contract Price and/or Time may only be changed by a Change Order.A fully executed change order for any extra work must exist before such extra work is begun. Consultant shall not be obligated to perform any additional work unless a change order is duly executed. Notwithstanding anything to the contrary herein, to the extent Consultant performs additional work in response to a request and/or other influence by the City prior to the execution of a change order, Consultant shall provide written notice and documentation of any such additional work, including an estimate of cost, schedule implications, and a detailed description of such work. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Owner allows an additional period of time to ascertain more accurate data in support of the claim)and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. • Section 6.7(A). Default and Termination for Cause: The City may, by written notice of default to the Consultant,terminate the agreement/contract in whole or in part if the Consultant fails to satisfactorily perform any provisions of this agreement/contract, or fails to make progress so as to endanger performance under the terms and conditions of this agreement/contract, or provides repeated nonperformance, or does not remedy such failure within a period of 30 calendar days after receipt of notice from the City of Boynton Beach specifying such failure. In the event the City terminates the agreement/contract in whole or in part because of default of the Consultant, the City may procure goods and/or services similar to those terminated, and the Consultant shall be liable for any excess costs incurred due to this action. If it is determined that the Consultant was not in default or that the default was excusable(e.g.,failure due to causes beyond the control of, or without the fault or negligence of, the Consultant), the rights and obligations of the parties shall be those provided in Section "Termination for Convenience". Consultant may, by written notice of default to the City,terminate the agreement/contract in whole or in part if the City materially defaults under the agreement/contract, including, but not limited to, non- payment of Consultant's invoices. • Section 6.7(B).Termination for Convenience of City: Whenever the interests of the City so require,terminate the agreement/contract, in whole or in part, for the convenience of the City. Purchasing shall give fourteen (14) thirty (30) business days prior written notice of termination to the Consultant, specifying the portions of the agreement/contract to be terminated and when the termination is to become effective. If only portions of the agreement/contract are terminated,the Consultant has the right to withdraw,without adverse action, from the entire agreement/contract. Unless directed differently in the notice of termination,the Consultant shall incur no further obligations in connection with the terminated work and shall stop work to the extent specified and, on the date, given in the notice of termination. Additionally, unless directed differently, the Consultant shall terminate��,.���� outstanding orders and/or subcontracts related to the terminated work. Concut.u....: !! ... ...•. . . : • .. ••_ - .. •: 203 • Section 6.8. Performance of Consultant: The Offeror shall be fully responsible for performing all the work necessary to meet City standards in-a . " ' , . . .. . .. r, ...fi ' ... . .. . • .. . .. •-_ . . . - weflk with the degree of skill and care ordinarily used by members of their profession practicing under similar circumstances at the same time and in the same locality, and complying with all federal and state laws and all ordinances and codes of the City as applicable to Consultant's work under the Contract. Consultant makes no warranties, express or implied, under the Contract or otherwise, in connection with Consultant's services. Failure on the part of the submitting Firm to comply with the conditions, terms, specifications, and requirements of the RFQ shall be cause for cancellation of the RFQ award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance-based contracting. The City may, by written notice to the Responding Firm, terminate the Contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. • Section 6.12. Inspection and Acceptance of Work Produced: The City has the right to review, require correction, if necessary, and accept the work produced by the Consultant.Such review(s)shall be carried out within thirty(30)calendar days to not impede the work of the Consultant. Any product of work shall be deemed accepted as submitted if the City does not issue written comments and/or required corrections within thirty(30) calendar days from the date of receipt of such product from the Consultant. The Consultant shall make any required corrections promptly, provided, however, the work has been proven to be in violation of the requirements of the contract, at no additional charge and return a revised copy of the work requested to the City within seven (7) business days of notification or a later date if extended by the City. Failure by the Consultant to proceed with reasonable promptness to make necessary corrections shall be a default. If the Consultant's submission of corrected work remains unacceptable and in violation of the agreed upon services under the contract, the City may terminate the resulting contract(or the task order involved) or reduce the contract price or cost to reflect the reduced value of services received. APPENDIX A.DRAFT-CONTRACT AGREEMENT PROFESSIONAL SERVICES TERM CONTRACT(CONSULTANT) • Section 2.2: CONSULTANT shall furnish all services, labor, equipment, and materials necessary and as may be required in the performance of this Agreement,and all services performed under this Agreement shall be performed iii-a-prefessienc: c~^ with the degree of skill and care ordinarily used by members of CONSULTANT's profession practicing under similar circumstances at the same and time and in the same locality. • Section 2.4: CONSULTANT assumes professional and technical responsibility for the performance of its services to be provided hereunder in accordance with recognized professional and ethical guidelines established by their profession. If within one year following completion of its services, such services fail to meet the aforesaid standards,and the CITY promptly advises CONSULTANT thereof in writing,CONSULTANT agrees to re-perform such deficient services without charge to the CITY, provided, however, the deficient services have been proven to be in violation of the requirements under the Agreement. 204 • Section 2.7: CONSULTANT shall not utilize the services of any sub-consultant without the prior written approval of CITY, which shall not be unreasonably withheld. CONSULTANT shall comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances and shall require that all sub-consultants comply with the applicable provisions of the City of BOYNTON BEACH Code of Ordinances, as is applicable to CONSULTANT and sub-consultant's services under the Agreement. • Section 3.4. Financial Conseauences for Nonperformance: The City reserves the right to withhold payment for disputed portions of the work where whew-the Consultant has failed to perform/comply with the provisions of this agreement. For each task deliverable not received by the City at one hundred percent (100%) completion and by the specified due date listed in the Grant Funding Agreement's most recent Project Timeline as the City will reduce the relevant Task compensation Amount(s) paid to the Consultant in proportion to the percentage of the deliverable(s) not fully completed and/or submitted to the City in a timely manner. • Section 3.5. Time is of the Essence for this Agreement: CONSULTANT shall perform the services as expeditiously as is consistent with professional skill and care, and the orderly progress of the project. Notwithstanding anything to the contrary herein, CONSULTANT shall not be deemed in default of this Agreement to the extent that any delay or failure in the performance of its obligations results for any cause beyond its reasonable control and without its negligence. • •- - -- , .- .e . e• •. co :.",c cervices herein required following the Notice to Proceed or fail in the Agreement as set forth below. • Section 3.6. Post Contractual Obligations: Irl-the event that the term of this agreement expires,the CONSULTANT agrees to continue providing • - , . -- -• - , . . • . • .. • . • • the CITY establishes a new contract or . . •-• . -- - . Intentionally omitted. • Section 3.10: In the event of termination for cause or convenience, all finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY immediately. CONSULTANT shall not be responsible for and is hereby released for CITY's use of any such unfinished documents, data,studies, plans,surveys,and reports, including the CITY's use for anything other than the intended use for the Project. • Section 5.2: CONSULTANT shall continue to render services while seeking a change order unless such services have not been authorized herein, by written amendment, or change order. Services to be performed while a seeking change order which have not been described herein or in a separate written amendment or change order shall be performed at the CONSULTANT'S own risk. In no event will the CONSULTANT be compensated for any services which have not been described either herein or in a separate written amendment or change order. Notwithstanding anything to the contrary herein, to the extent Consultant performs additional work in response to a request and/or other influence by the City prior to the execution of a change order, Consultant shall provide written notice and documentation of any such additional work, including an estimate of cost, schedule implications, and a detailed description of such work, which shall be considered in the resulting change order. • Section 6.1: The Consultant shall indemnify and hold harmless the City, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees,to the 205 extent caused by - - -: :- - - ftrofessienal a negligent act,error,or omission of CONSULTANT and other persons employed or utilized by CONSULTANT in the performance of the contract. pay--ail-ct.....,.. - - - • • . . • - - • • . •. . •• - •_ - . • . . - -•. . . .••• , .' . .,. r cture--in--thc ........ . • - - • , - - . .. .. . -, . . .••: . .. . • Section 7.2: CONSULTANT shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and such insurance has been approved by the Risk Manager of the CITY nor shall the CONSULTANT allow any sub-consultant to commence work on any subcontract until all similar such insurance required of the sub-consultant has been obtained and similarly approved,the approval of any insurance which shall not be unreasonably withheld. • Section 7.2(a)(il: Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws.This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. - -- - _- - - - . • . . . . . . .. .,c+icr. c^d-€mpleycr'c L!cbiIity Insurance.The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. • Section 7.2(a)(iil: Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis.Coverage shall include Premises and Operations;Independent consultants,Products-Completed Operations and limited Contractual Liability • • .• - - -- - - • -• - e, . -• - this-Agreement.This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of$1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty(30)days prior written notice to the CITY. • Section 7.2(a)(iv): Professional Liability(Errors and Omissions) Insurance:The CONSULTANT shall procure and maintain for the life of this Agreement in the minimum amount of$1,000,000 per occurrence claim. • Section 7.2(a)(v): Umbrella/Excess Liability Insurance: in the amount of$1,000,000.00 • - - • - - - •- - - - - - -- - - - -- - - -- • -• - . - each occurrence. Coverage must follow the form of the General Liability, Auto Liability and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three(3)years after the delivery of goods/services or final payment pursuant to the Agreement. • Section 14.2. Correction of Services: Correction of Services. If, in the reasonable judgment of CITY, the services provided by CONSULTANT do not conform to the requirements of this Agreement, or if the exhibit ^ cr!rncnzhlp, CITY may request that CONSULTANT correct all deficiencies in the services to bring the services into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement.C!TY:hc!!-be thesele judge • Section 20.1. Ownership of Documents: 206 Ownership of Documents. Reports,surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY whether or not the project for which they are made is completed.CITY hereby agrees to use CONSULTANT's work product for its intended purposes. CONSULTANT shall not be responsible for and is hereby released for City's use of: (i) incomplete reports,surveys, plans,studies and other data, and (ii) reports,surveys, plans,studies, and other data for anything other than the intended use for the project. • Section 20.2. Legal Representation: Legal Representation. It is acknowledged that each Party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement, .•: . - - • , -- . - . . - • Insurance Advisory Form: Professional Liability(Per Claim) 207 APPE1 X = NANC A _ STAT E 'vIENTS 4`Y : G I 0 1 \ to ,P 14 l'Tf)N � NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of ROCiCAG\ ) County of 0i11Sb'OiJOC ) , being first duly sworn, deposes and says that: 1) He/She is Executive Vice President of Wade Trim, Inc. (Florida) , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and • 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in, the BIDDER's business,who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 d_.t4 relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no time to cure. NAME RELATIONSHIP YJ l4 /v(c Witnes es: / BIDDER: �" � Com✓ \112 Signed: V4,,0 g i Typecfname: 4434k-b. t,)4A-sd..t S Name: /Thomas Brzezinski + Title: Executive Vice President Typed name0I I\(S Oi\ (wore\'\ STATE OF r AG COUNTY OF i S Ah ) The foregoing instrument was acknowledged before me, by means of E physical presence or O online notarization, this 1C; day of YI ON-I , 20� by Tl'X MOS lJ Z! lI J % , who is personally known to me or who has produced as identification. Subscribed and sworn to before me This lq" day ofd , 20 25 r 11% -'/2AA ka r i tve. Notary Public State of Florida '1Totar�i PubJ(c(Signature) Katherine Kirby M7 Commission 1111 HH 250874 My Commission Expires: r I 1 2-0Z-6? Exp. 4/7/2026 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 L41.0 {�Tr nr si. tie 4'TOM 13 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE I, Thomas Brzezinski , on behalf of Wade Trim, Inc. (Florida) certify Print Name and Title Company Name that Wade Trim, Inc. (Florida) does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel . List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 41 246 subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placid on the Scrutinized P.mpanies with Activities in Sudan List or the Scrutinized Companies with Activiti- in the Iran 'et oleulf nerdy Sector List. (/ Wade Trim, Inc. (Florida) ;// .4/1 . ,1.( COMPANY NAME IGNATURE Thomas Brzezinski Executive Vice President PRINT NAME TITLE 5/19/2025 DATE STATE OF ai IC)r1C.ICA COUNTY OF Hi)1ShOr;uvJh ) The foregoing instrument was acknowledged before me, by means of Vbhysical presence or ❑ online notarization, this iC+" day of__MO\J , 20Z by Ti n-)c j�LiNSk1 who is personally known to me or who has produced as identification. Subscribed and sworn to before me This iG+h day of fN_I , 202 • /— Notary P/olio(S - ature) Notary Public Slate of Florida n �S I -71 'ZOZcP Katherine Kirby 4 My Commission y Commission Expires: HH 250874 Exp. 4/7/2026 a THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 42 247 c'1Y ry, m r. 0 o 1.4' S. hrON l, AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TO BE COMPLETED AND UPLOADED ONLINE The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury as follows: 1 . Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: §287.138(2)(a), Florida Statutes) 2. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: § 287.138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of, and does not have a principal place of business in, a foreign country of concern. (Source: § 287.138(2)(c), F •rids Statutes) 4. The undersigned is authorized to execute this affidavf • behalf o ntlty. / �/ s i Date: May 19 , 20 25 Signed: ■An . ,t , , (146 Entity: Wade Trim, Inc. (Florida) Name: Thomas Brzezinski II Title: Executive Vice President STATE OF noc iCIO. COUNTY OF N+Itslxxcf,,),C�n The foregoing instrument was acknowledged before me, by means of /Dhysical presence or ❑ online notarization, this i 1}''"tday of Yll'ac.I , 20Viy , by EXeCL,<i-iye, \he i'f�CS rv+ , as EAC'CL, live ViC�a"csic1eNt I for v-1PTeim,TNC.• , who is personally known to me or who has produced as identification. Notary Public Signature: a a State of Florida at Large (Seal) Print Name: 1')0c '1ef-)Nie l'-)if h./ My commission expires:prii } 112C}2.(2 1.......,-...-.......-...............-....0........0. 1 NotaKry Public Stale of Florida atKirby My Commission "'fill HH 250874 4 Exp. 4/7/2026 t r THIS PAGE IS TO BE SUBMITTED ALONG WTH THE BID FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 45 248 r Tr r'e r _ City of Boynton Beach 4'<.,� Purchasing Division AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TO BE COMPLETED AND UPLOADED ONLINE in accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." / Date: May1s , 2025 Signed: kit" d/,(� l A Entity: Wade Trim,Inc.(Florida) Name: omas Brzezinski Title: Executive Vice President STATE OF Flt i(A°, COUNTY OF Ni 11s1'xmt r)t The foregoing instrument was acknowledged before me, by means of 4hysical presence or 0 online notarization, this 1Q411 day of Mn.\._I , 2025 , bY-TY1C<Y10,5 , as GNeCu.-vAre v'iCe Ziir;keivI' I for Wade c\e;O(lei,INC. , who is personally known to me or who has produced as identification. NotaryIA Sae of Fl Public Signature: t , State Florida Ida at Large (Seal) Print Name: i -tYlel l'21‘169•_1My commission expires: frpri \ 1:202J-€ Notary Public State of Florida Katherine Kirp My Commissign / IIII HH 250874 Exp. 4/7/208 249 State of Florida Department of State I certify from the records of this office that WADE TRIM, INC. is a corporation organized under the laws of the State of Florida, filed on May 31, 1984, effective June 1, 1984. The document number of this corporation is H05938. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 1, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. I Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 2025 1f1 :Jot t. � Secretary of,Jtote Tracking Number: 1836955604CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfStatu s/CertificateAuthentication nrn ARL CERTIFICATE OF LIABILITY INSURANCE (MWDD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I CONTACT Ames &Gough PHONEFAX 8300 Greensboro Dr. (Arc,No,Ext: 703-827-2277 I wc.Noe 703-827-2279 Suite 980 ADDRESS: admin@amesgough.com McLean VA 22102 I INSURER(S)AFFORDING COVERAGE NAIL# I INSURER A:Arch Insurance Company,A+XV 11150 INSURED WADETRI-01 INSURER B: Continental Insurance Company A(XV) 35289 Wade Trim Group, Inc., its subsidiaries& Wade Trim NY, PC INSURER C:Travelers Property Casualty Company of America,A+ 25674 25251 Northline Road INSURER D:Continental Casualty Company(CNA)A,XV 20443 Taylor MI 48180 INSURER E: Travelers Casualty&Surety Co.of America A++,XV 31194 INSURER F: COVERAGES CERTIFICATE NUMBER: 1745462935 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTRHUD_syn POLICY NUMBER (MM/DD/YYYY1 IMM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ZAGLB1854402 7/1/2024 7/1/2025 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 X Contractual Liab MED EXP(Any one person) _ $10,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X jECOT- X LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY ZACAT1849702 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT (Ea accident) $2.000.000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED I PROPERTY DAMAGE $ AUTOS (Per accident) $ B X UMBRELLA LIAB X OCCUR 7034724218 7/1/2024 7/1/2025 EACH OCCURRENCE _ $5,000.000 EXCESS LIAB CLAIMS-MADE AGGREGATE J$5,000,000 DED I X I RETENTION$in nnn , $ A WORKERS COMPENSATION ZAWCI1837802 7/1/2024 711/2025 X 1 STATUTE 1 1 ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000.000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000.000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Excess Umbrella(First Layer) EX-7S149981 1 7/1/2024 7/1/2025 Occurrence/Aggregate 10,000.000 D Prof.Liability(Inc!Pollution) AEH591913816 7/1/2024 7/1/2025 Per Claim/Aggregate $5,000.000 E Excess Prof.Liability 107868976 7/1/2024 7/1/2025 Per Claim/Aggregate $5,000.000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Workers Compensation(NY)Policy#ZAWC11837902/Company:Arch Insurance Company/Effective: July 1,2024-July 1,2025 $1,000,000 Each Accident/$1,000,000 Disease Each Employee/$1,000,000 Policy Limit Excess Umbrella(Second Layer)Policy#ECO(25)67936139/Company:The Ohio Casualty Insurance Company/Effective:July 1,2024-July 1,2025 $5,000,000 Occurrence/Aggregate CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN For Proposal Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. • AUTHORIZED EPR ENTATIVE United States 4" • r ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo261registered marks of ACORD I (,{:?1,. o( I . \ u y,'"c.N t3 ANTI-KICKBACK AFFIDAVIT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of th•'_urn hereinsapmitted I be pao any employees of the City of Boynton Beach as a commission, kickback ward, or rectly or indire ty by me or any member of my integrator or by an officer of the corporation. By: LQ/.A. /Ai : At/ NAME-77' IGNA ' •• The foregoing instrument was acknowledged before me, by means of Q"physical presence or ❑ online notarization, this IQkY' day of YaU , 2025, by—ir)Qi'YrtS Rc7fZ.J1\J .c , who is personally known to me or who has produced as identification. Sworn and subscribed before me this Printed Information: Thomas Brzezinski NAME Executive Vice President TITLE kii 4/G44 - 1Ct ri wc.. Ki--1, ../ f NOTA—R—Y P1.t3LIC tate of Florida at Large Wade Trim, Inc. (Florida) r.,.._____,.............„, COMPANY Notary Public State of Florida Katherine Kirby My Commission o IrU Exp.25 "OFFICIAL NOTARY SEAL" STAMP THIS PAGE 15 TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 2F7 38 PUBLIC ENTITY CRIMES Page 1 of 3 Section 287.132-133(3)(a), Florida Statutes, effective July 1, 1989 require that no public entity shall enter into a contract, award of bid, or transact business in excess of $10,000.00 with any person or affiliate who has been convicted of a public entity crime. Prior to entering into a sworn statement with the Purchasing Department on form 7088. A copy of the form is reproduced below. This completed form must be on file prior to the issuing of a Purchasing Order. Sworn Statement Under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with ^�^ ®"" s S" E (Solicitation Number and Name) 2. This sworn statement is submitted by Wade TT►Inc- ) whose business address is One Tampa Oily Comae-201 N Frain Si,.Ste 1306 Tampa,R 33602 and (if applicable) it's Federal Employer Identification No. (FEIN) is 59-2417170 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement. 3. My name is Themasikzemsla and my relationship to the entity named above is Executive Vice President 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity of with an agency or political subdivision of any other state or with the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted or conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding or fault or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a). Florida Statutes, means: 253 PUBLIC ENTITY CRIMES Page 2 of 3 A. A predecessor or successor of a person convicted of a public entity crime; or B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which one of the two statements applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. 0 The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which of the three additional statement applies below.) OThere has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a cogv of the Final Order) OThe person of affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate form the convicted vendor list. (Please attach a coov of the Final Order) OThe person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or ()ending with the Department of General Services) 254 PUBLIC ENTITY CRIMES Page 3 of 3 5/19/2025 ?ignature / Date State of r lOYtf`O. County of‘..\-i\‘5VDOCC0,0Th The foregoing instrument was acknowledged before me via (-- physical presence OR 0 online notarization This iCk+Y) day of IThy , 2023 . By 11'10M0,3 ex7niIVSk1 Personally known @OR produced identification 0 Type of identification produced r' i /( I - 1`>('A`1ileir i Ne \)'i(h 1/4 I NOTARY NAME HERE, Notary Public My Commission Expires tka1 \ 1 ,'2-o2tP NoKatherinetary Public StateKirby of Florida IIII M9HH 250874 Exp. 4/7/2026 255 City of Boynton Beach '.'. Purchasina and Contracts Division EXHIBIT "A" - STATEMENT OF COMPLIANCE - TRAINING, EMPLOYMENT, AND CONTRACTING OPPORTUNITIES FOR BUSINESS AND LOWER-INCOME PERSONS A. The project assisted under this (ITB) is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S. C. 70U. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. B. Notwithstanding any other provision of this (contract) (agreement), the (applicant) (recipient) shall carry out the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary set forth in 24 CFR Part 135 (published in 38 Federal Register 29220, October 23, 1973), and all applicable rules and orders of the Secretary issued there under prior to the execution of this (contract) (agreement). The requirements of said regulations include but are not limited to development and implementation of an affirmative action plan for utilizing business concerns located within or owned in substantial part by persons residing in the area of the project; the making of a good faith effort, as defined by the regulation, to provide training, employment and business opportunities required by Section 3; and incorporation of the "Section 3 Clause" specified by Section 135.20 (b) of the regulations in all contracts for work in connection with the project. The (applicant) (recipient) certifies and agrees that it is under no contractual or other disability which would prevent it from complying with these requirements. C. Compliance with the provision of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Secretary issued thereunder prior to approval by the City of the application for this (contract) (agreement), shall be a condition of the Federal financial assistance provided to the project, binding upon the (applicant) (recipient), its successors and assigns. Failure to fulfill these requirements shall subject the(applicant) (recipient), its Contractors and sub-Contractors, its successors, and assigns to the sanctions specified by the (contract) (agreement), and to such sanctions as are specified by 24 CFR Section 135. Name of Contractor: Wade Trim, Inc. (Florida) Title of ITB Or Spec: Enaineerina Desian and Environmental Review Services—San Castle- CDBG-MIT Grant Funded Spec # or ITB# or Purchase Order Bid No: PWE25-009 Will you hire new employees as a result of this tract? Y j ] No Contractor: Thomas Brzezinski Contractor's Signature and Title Date: ���l„//1/4 Executive Vice President 5/1 /2Q5\ Federal Grant Requirements 256 City of Boynton Beach Purchasina and Contracts Division EXHIBIT "B" - CERTIFICATION FOR COMPLIANCE WITH CITY, COUNTY, STATE, FEDERAL LAWS, AND REGULATIONS I, agree to comply with all City, County, State, and Federal laws and regulations, including, but not limited to the following: CONFLICTS OF INTEREST Contractor covenants that no person who presently exercises any functions or responsibility on behalf of the City of Boynton Beach in connection with this agreement has any personal financial interests, direct or indirect, with the Contractor. Contractor further covenants that, in the performance of any contract, no person having such conflicting interest, shall be employed by the Contractor. Any conflict of interest attributable to the Contractor or its employees must be disclosed in writing to the City of Boynton Beach upon discovery. Contractor is aware of the conflict-of-interest laws of the State of Florida, particularly Chapter 112, Part III, Florida Statutes; and the United States Department of Housing and Urban Development, particularly, 24 CFR Part 570 § 570.611, and agrees to comply with all respects to those provisions fully. EQUAL OPPORTUNITY During the performance of this RFQ, the successful Contractor and its sub-Contractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its sub-Contractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity, genetic information or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its sub-Contractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all sub-Contractors, if any, will be made aware of and will comply with this nondiscrimination clause. In the event local laws or ordinances governing equal opportunity apply as well, Contractor agrees to comply. DEBARMENT/SUSPENSION The Contractor certifies, by submission of this certification, that neither the Contractor nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the Contractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this certification. ZONING CODES AND BUILDING CODES 2 Federal Grant Requirements 257 City of Boynton Beach Purchasing and Contracts Division Contractor must comply with the City of Boynton Beach Zoning and Building Codes, the Florida Building de, loc-i-b9ildi • codes,, and other standards established by the City of Boynton Beac deeme. nec-•sary bisuch agency. Signature: Print Name: Thomas Brzezinski Date: 5/19/2025 STATE OF.F da. COUNTY OF II3 OcOcArjr) The foregoing instrument was acknowledged before me, by means of ®'physical presence or ❑ online notarization, this A" day of mo,,`-i 20 25 , by VY)O rc3 ( c2.-CZt\1SV-t as F2(C'7c),+\\Te. ('e for WocVZ, "Tr'c\n, L.NC . , who is personally known to me or who has produced as identification. Notary Public Signature: 0916--IL State of Florida at Large (Seal) Print Name: hGW)er t ` �icbVJ My commission expires: n-ori1 1, 2021v Notary Public State of Florida Katherine Kirby My Commission 'lff Exp 260874 7/2026 3 Federal Grant Requirements 258 City of Boynton Beach ^�" Purchasino and Contracts Division EXHIBIT "C" — STATE AND FEDERAL STATUTES, REGULATIONS, AND POLICIES Through this agreement, the CDBG funds available to the Subrecipient constitute a subaward of DEO's Federal award under the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR part 200. All provisions apply to the awarded Contractor and any sub-contractors. The contractor agrees to abide by and enforce all provisions outlined in the solicitation and grant agreement to the Contractor and any sub-contractors. This agreement includes terms and conditions of DEO's Federal award that are imposed on the subrecipient, and the Subrecipient agrees to carry out its obligations in compliance with all the obligations describes in this A•reeme . / Signature: ki%i,_ ,,j./ ' . -_ 41/1-..../ Print Name. Thomas Brzezlnski //% Date: 5/19 2025 v STATE OF F for iC\O. COUNTY OF V-i,MVX)CcUcfh The foregoing instrument was acknowledged before me, by means of Djphysical presence or ❑ online notarization, this 1014day of YYIn,`I , 202E3 , by 1-r)NYNM RiLetj WSk-1 as El.(' _ ,a+i v �l;rf- 1�'PsiC{Pr )— for i} ,CIe7Cim i t.1C. , who is, onally known to me or who has produced as identification. Notary Public Signature: . i State of Florida at Large (Seal) Print Name: �� f 'tt e 12)it 1 0 Notary Public State of Florida 1 ___ Katherine Kirby 1 ... My sion My commission expires: 141'x i 1 "7, Z026. I 1111 HH250874 Exp. 4/7/2026 i 4 Federal Grant Requirements 259 City of Boynton Beach '" Purchasing and Contracts Division EXHIBIT "D" — BUILD AMERICA, BUY AMERICA ACT (BABA) - INFRASTRUCTURE PROJECTS WITH FEDERAL FUNDED This provision does not apply where a valid waiver is in place. However, it may apply to funds expended before the waiver or after its expiration. Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States. d. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipmen• . 'd furnis • suc)yas mp able that are used at or within the finished infrastructure project b `=re not a •ntedral ..ft oft structure or permanently affixed to the infrastructure project. Signature: LL,. ' L,�� Print Nam:: Thomas Brzezinski Date: 5/'9/2025 v STATE OF Fk)ricia COUNTY OF5�Mf: cp.4') The foregoing instrument was acknowledged before me, by means ofphysical presence or ❑ online notarization," this \q day of •( j 2025 , by 1 YX1Q Yul 2cZitvSKl , as EjcLuAi\IP, \ftr - 4e5ideskit for t,_aCke i cteri, ENC. , who is personally known to me or who has produced as identification. Notary Public Signature: r �� State of Florida at Large (Seal) Print Name: Ilio`--‘(1eftNe. hieC, I f Notary Public State of Florid* Katherine Kirby1 1 • My Commission My commission expires: fin Exp 24/7/2026 5 Federal Grant Requirements 260 � rt City of Boynton Beach Purchasino and Contracts Division EXHIBIT "E" - MINORITY / WOMEN'S / LABOR SURPLUS FIRMS PARTICIPATION Per the requirements of 2 CFR Part 200 §200.321, the City of Boynton Beach encourages the active participation of minority businesses, women's business enterprises, and labor surplus areas firms as a part of any subsequent agreement whenever possible, either as prime contractors or subcontractors. If subcontracts are to be let, through a prime Contractor, that Contractor is required to take the affirmative steps listed in items (1) through (6) below: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited 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; and 6. The City shall require the prime contractor, if subcontracts are to be let, take the affirmative steps listed in paragraphs (1) through ).of this section. Through the submittal of this soli itation, CONTRACTOR confirms and affirms that CONTRACTOR/ ave s- ormeo, to he best of their ability, all outreach to small/minority/1n en-o es bu, ess- /for sub-contracts outlined above: Signature: ���, ,%.� „(i■{ Print Name' Thomas Brzezinski Date: 5/1 /2025 STATE OF FlO(\C\C1, COUNTY OF\-1-;1\5hOCCA_ACh The foregoing instrument was acknowledged before me, by means of /physical presence or ❑ online notarization, this iG}n day of v , 20 25 , by `Tncycno3 ertez_iNski , as CXeC1k-;\l ' Fire ► resider * for t13o.C1e_ 1Cic`c' rrvC. , who is personally known to me or who has produced as identification. Notary Public Signature: ;_L: /kil State of Florida at Large (Seal) Print Name: 1`)U-w-)PX1i\F2 Notary Public State of Florida My commission expires: (-4011> 1,2_02 Katherine Kirby My Commission p{{ HH 250874 Exp. 4/7/2026 6 Federal Grant Requirements 261 4j fJyv_ 111 _S • ' n`p Purchasinc and Contracts Division Citvol8ovnton8each EXHIBIT "F" — DAVIS BACON WAGES This project is federally funded by CDBG and Davis bacon wages shall be applied to this project. Contractor agrees to abide by any Davis bacon wage table regarding this project. DAVIS-BACON ACT (WHEN CONSTRUCTION AGREEMENT/CONTRACT VALUE IS, GREATER THAN $2,0001: A. All transactions regarding the agreement/contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The Contractor shall comply with 40 U.S.C. §§ 3141-3144, and §§ 3146-3148 and the requirements of 29 C.F.R. pt. 5, as may be applicable. B. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. C. Additionally, Contractor are required to pay wages not less than once a week. Through the rpletion of his xhi• t, Contracpr affirms that they will complete this project in accordance :II wages ou ti ed le app!cable Davis bacon wage table. Signature: Ithii /I� _ 9 ' v raj Print Nam:: Thomas Brzezinski Date: 5/19/2025 STATE OF V\Qc iC\Ca COUNTY OF 10SYr\'njh The foregoing instrument was acknowledged before me, by means of Cid physical presence or ❑ online notarization, this tic ' day of V0.`j , 2025 , by `TY1Q•/yf`7CZ(1 S\C-' as VXeCt,6-ivt_ `Vice RrSidesv-r for �Ivc�C�P_ "T rn, 1.fvC' . , who is personally known to me or who has produced as identification. Notary Public Signature: I/ �..;.A i� State of Florida at Large (Seal) Print Name: ?'1a1-hefnN• IA 4-by Notary Public State of Florida My commission expires: Pta`i 11,/02-(4 Katherine Kirby • My Commission IIII HH 250874 Exp. 4/7/2026 7 Federal Grant Requirements 262 17Sr7: PROPOSER'S QUALIFICATION STATEMENT THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation Name: Thomas Brzezinski Partnership Address: 3790 Dixie Hiahwav NE, Suite D Individual CITY, State, Zip: Palm Bay, FL 32905 Other Telephone No.: 813-855-1615 Fax No.: Email Address.: tbrzezinski(a�wadetrim.com 1. State the true, exact, correct, and complete name of the partnership, corporation, trade, or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Wade Trim, Inc. (Florida) The address of the principal place of business is: One Tampa City Center, 201 N Franklin St, Ste 1350 Tampa, FL 33602 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 6/1/2025 b. State of Incorporation: Florida c. President's name: Andrew McCune d. Vice President's name: Timothy O'Rourke and David DiPietro e. Secretary's name: Ralph Picano f. Treasurer's name: Ralph Picano One Tampa City Center g. Name and address of Resident Agent: Thomas Brzezinski TampaF FL3in OSZ Ste 1350 3. If Proposer is an individual or a partnership, answer the following: pal a. Date of organization: b. Name, address and ownership units of all partners: c. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation, or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 41 Under what other former names has your organization operated? Edwin Orr Engineering 7. Indicate registration, license numbers, or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach the certificate of competency and/or state registration. H05938 (attached at the end of this form) 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES NO H 9. Have you ever failed to complete any work awarded to you? If so, state when, where, and why: No 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) See SF 330. Section E. starting on Page 4 11. State the name of the individual who will have personal supervision of the work: Shari Ramirez. PE 12. State the name and address of the attorney, if any, for the business of the Proposer: Jen Chilson 25251 Northline Road Taylor, MI 48180 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Andrew McCune: 8.86% 1500 Griswold Street. Ste 2500. Detroit. MI 48226 Thomas Brzezinski: 8.25% 1201 N. Franklin Street, Ste 1350, Tampa, FL 33602 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: Please see attached sheet 15. State the name of the Surety Company which will be providing the bond (if applicable), and the name and address of the agent: N/A 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number I a. Government Related Work 10 b. Non-Governmental Related Work I 10 Total Work(a +b): < $50 million Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone OAR Rodney Clark, Comerica Bank 1411 W Lafayette Blvd, Detroit, MI 48226 1313.222.9262 18. Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Please see Section 5, bullet 1 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Please see Section 4. bullet 2 20. Is the financial statement submitted with your proposal (if applicable)for the identical organization named on page one? YES NO x 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). Wade Trim Group, Inc. is the parent organization 22. What will be your turnaround time for written responses to City inquiries? Our Project Manager is committed to be responsive and will provide an answer within 24 hours, complete responses may take 1 to 2 weeks depending on the request. 23. List and describe all bankruptcy petitions (voluntary or involuntary)which have been filed by or against the Proposer, its parent or subsidiaries, or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. None. 24. List all claims, arbitrations, administrative hearings, and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project in which the dispute arose, and a description of the subject matter of the dispute. None. • 25. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer, its principals or officers, or predecessors' organization(s)were defendants. N/A 26. Has the Proposer, its principals, officers, or predecessors' organization(s) been convicted of a Public Entity Crime, debarred, or suspended from bidding by any government during the last five(5)years? If so, provide details. N/A The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such inform tion is warranted by Proposer to be true. The discovery of any omission or miss -A ment tha • _terias affects the Proposer's qualifications to perform under the contract shall cause thei er to reje t t- pr osal, an if after the award, to cancel and terminate the award and/or contract. / (Signed) It Thomas Brzezinski /lam (Title) Executive Vice President (/ STATE OF n01- CO U N TY O1-COUNTY OF Hi 115boc ti 3' ) The foregoing document was acknowledged before me, by means of IS physical presence or 0 online notarization, this IO day of Ma\.1 , 202 by 11-xcrc Pyz,-cziNSki , as �XPcu.�lve Vice Rcstdecti+ of k .i2 1 r qn,ANG, who is personally known to me or who has produced as identification. / 1.4 O,'4'het•-•Ne. ni(b./ votary Pu• c(lgnature) My Commission Expires: Apr, ) �,Zap 267 State of Florida Department of State I certify from the records of this office that WADE TRIM, INC. is a corporation organized under the laws of the State of Florida, filed on May 31, 1984, effective June 1, 1984. The document number of this corporation is H05938. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 1, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 2025 ,libb a• P1:1:rit---'1^L' . :t' Art, w►� Secretary of State Tracking Number: 1836955604CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfstatus/CertificateAuthentication 36'2 Wade Trim Group, Inc. 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim Group, Inc. wholly owned subsidiaries: Wade Trim Associates 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim EPC, LLC 500 Griswold Street, Ste 2500 Detroit, MI 48226 Wade Trim Inc. (FL) One Tampa City Center 201 N. Franklin Street, Ste 1350 Tampa, FL 33602 Wade Trim, Inc. (Michigan) 1403 S. Valley Center Drive Bay City, MI 48706 Wade Trim, Inc. (Ohio) 1621 Euclid Avenue, Ste 900 Cleveland, OH 44115 Wade Trim Operations Services 25251 Northline Road Taylor, MI 48180 Wade Trim NY PC 1410 Broadway, Ste 304 New York, NY 10018 269 EXHIBIT C RFQ PWE25-009-ENGINEERING DESIGN AND ENVIRONMENTAL REVIEW SERVICES-SAN CASTLE-GRANT FUNDED 29 tig WADE Wade Trim, Inc. TRIM 9100 S. Dadeland Blvd.,Suite 1500 Miami, FL 33156 786.361.1644 • www.wadetrim.com January 23, 2026 City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Attention: Mr. Andrew Rozwadoski, CPPB Purchasing Division Director Re: RFQ No. PWE25-009: Engineering Design and Environmental Review Services - San Castle - Grant Funded - Proposed Services Dear Mr. Rozwadowski: We are pleased to submit this letter proposal for environmental review, design, permitting, bidding assistance, construction administration and construction engineering inspection services for the San Castle Neighborhood Improvements Project. Our proposal confirms our scope of work, proposed schedule, and budget effort estimate. Our submittal format outlines the professional services to complete the scope of work outlined in the Request for Qualifications (RFQ) No. PWE25-009. PROJECT UNDERSTANDING/SUMMARY Wade Trim understands the City of Boynton Beach (Owner) received the Community Development Block Grant Mitigation (CDBG-MIT) funds from the Florida Department of Commerce (Florida Commerce)for the San Castle Neighborhood Improvements Project. The Project limits are from Mentone Rd to NE 26 Ave between N Seacrest Blvd to Grove Rd. Refer to Attachment A for the Project Limits, Drone Control Point Survey Plan, and Water and Wastewater Atlases. The overall improvements discussed with the Owner involve: 1. Sanitary Sewer Rehabilitation Design: Up to approximately 24,124 linear feet of sanitary sewer main lining, including 109 manhole coating and 569 sewer lateral replacements for those determined to be in poor or fair condition identified in the CCTV condition assessment investigation under this scope of work. 2. Water Main Replacement Design: Up to approximately 12,000 linear feet of water main replacement via pipe bursting trenchless method or open cut method, including new fire hydrants and water service replacement. The method of installation will be determined based on the existing water main pipe material results of the subsurface engineering investigation under this scope of work. 3. Roadway Rehabilitation Design: Up to approximately 24,780 linear feet of roadway milling and resurfacing or asphalt overlay from Mentone Road to Northeast 26 Ave between east of North Seacrest Boulevard to Grove Road. 4. Drainage Improvements Design: Propose stormwater conveyance system with exfiltration trenches to meet City of Boynton Beach's roadway level of service.These improvements will be based on the proposed Hydrologic and Hydraulic Model Engineering Report under this scope of work. City of Boynton Beach January 23,2026 Page 2 We understand that the Owner has a grant deadline of January 2027 to complete the design and construction of the drainage, utilities, and roadway improvements project, and adhere to the stipulations of the Grant Award. It is expected that the Owner will request an extension of the grant deadline. For this project,the design is estimated to be completed in 12 months, with 4 months for bidding and 16 months for construction.The Owner has retained a third-party consultant, Colliers Engineering and Design (Project Management Consultant)to provide project management and grant administration support services, directly coordinating project requirements, documentation and timelines extension with the jurisdictional authority administering the grant. PROJECT SCOPE OF WORK The scope of work for this project includes the following: Level 2 Environmental Review(as required for the CDBG-MIT fund); stormwater modeling to determine the drainage improvements; development of engineering plans including paving, grading, drainage plans (PGD),water and sewer plans (WS), pavement marking and signage plans (PMS), erosion control/stormwater pollution prevention plan (EC/SWPPP)and applicable detail sheets submitted at the 30%, 60%, 90%, and 100%design level denoting the drainage, utilities, and roadway improvements; kick-off meetings, site visits, and attendance at up to three (3) public meetings and preparations of multi-color display foam boards illustrating the design features of the project; statement of probable construction cost; survey and geotechnical services; permitting assistance;development of project schedule and ensuring timelines are met; providing bid package (signed/sealed drawings and specifications,for distribution to prospective bidders) as part of the bidding process; submittal of as-built drawings upon construction completion; and construction engineering inspections. Design of the project shall meet all applicable code requirements, applicable City of Boynton Beach Engineering Standards, and other applicable regulatory agency requirements. Wade Trim will provide the above-mentioned professional services to the City of Boynton Beach (Owner) as outlined in the task descriptions that follow. Services were developed based on the requirements of the RFQ and discussions with City staff.The project team will be led by Shari Ramirez, PE who will serve as primary point of contact. Carlos Ortega, PE is designated as our secondary point of contact for the Owner and responsible for coordinating the resources and needs for the San Castle Neighborhood Improvements project. Work will begin upon receipt of written notice to proceed from the Owner. The following subcontractors will be used for this project: • Avirom - Topographic Survey • Terracon - Geotechnical Investigation • Inframap - Subsurface Utility Engineering • Insituform - Sanitary Sewer Conditions Assessment • Merchant Strategy - Public Outreach • McFarland Johnson - Level 2 Environmental Review Development • BCC Engineering Inc.- Roadway and Drainage Design, Stormwater Pollution Prevention Plan, Maintenance of Traffic, Permitting Assistance and Construction Administration. • South Florida Engineering Services - Construction Engineering and Inspections Five tasks are proposed: • Task 1 - Management, Meetings and Coordination • Task 2 - Preliminary Engineering Services • Task 3 - Design Services • Task 4 - Bidding Services • Task 5 - Construction Engineering and Inspection Services City of Boynton Beach January 23,2026 Page 3 Specific services and deliverables included with each task are described in the sections that follow. 1.0 MANAGEMENT, MEETINGS AND COORDINATION 1.1 Project Management and Coordination A. Wade Trim will prepare a project specific Project Management Plan (PMP) to establish team members, responsibilities lines of communications, project delivery schedule and project budgets. For the purpose of budgeting, it is assumed that the project management and coordination services will extend for a project design duration of 12 months. B. Wade Trim will execute project management activities including the following: 1. Coordinate with Owner's Staff, and other sub-consultants engaged in activities that relate to the project area. 2. Provide monthly invoices, a project schedule, and monthly status reports. 3. Administer a quality assurance program by designated senior Wade Trim engineers to perform quality assurance and quality control (QA/QC)for design, constructability and possible value engineering opportunities, covering the technical work of the project team. Deliverables: Monthly Invoices, Project Schedule, and Schedule Status Update Reports, Progress Reports from Sub-consultants. 1.2 Scope Clarification and Kick-Off Meeting A. Wade Trim will meet in person with the Owner to clarify and define the project requirements, project expectations, and review available data. We will advise the Owner if additional project information is needed from others including reports and data related to previous designs or investigations at/or adjacent to the site. We will assist the Owner in obtaining such data and services. This task includes up to two designated Wade Trim attendees. Deliverables: Kick-off Meeting Agenda and Meeting Minutes 1.3 Project Progress Meetings A. Wade Trim will attend virtual and in person progress meetings with the Owner and Colliers Engineering and Design (Project Management Consultant)to discuss the development of the proposed design improvements and provide project updates. This task includes up to twelve (12) progress meetings (six (6) virtual meetings and six (6) in person meetings)throughout the duration of the Engineering Design Services, for up to two designated Wade Trim attendees. Deliverables: Project Progress Agenda and Meeting Minutes 1.4 Grant Management Coordination Meetings A. Wade Trim will meet with the Owner and Project Management Consultant as requested to coordinate Grant Management activities, including schedules, documentation, deliverables and conditions that pertain to the project and need to be captured in the project Contract Documents. Note that for budget purposes, this task includes up to six (6) virtual meetings throughout the 12-month design schedule, for up to two designated Wade Trim attendees. Deliverables: No deliverables for this task City of Boynton Beach January 23,2026 Page 4 2.0 PRELIMINARY ENGINEERING PHASE SERVICES 2.1.A Topographic Surveying Services Wade Trim will subcontract and manage Avirom to perform professional land surveying services including a topographic survey within the project limits from Mentone Rd to NE 26 Ave between N Seacrest Blvd to Grove Rd.The following includes the efforts for the surveying services provided in Attachment B: A. Establish on-site benchmarks based upon NAVD 88 Datum. B. Obtain sufficient control monumentation, if available,to graphically depict limits of property. C. Easements will be shown based on the recorded plats. D. Locate above ground improvements including pavement, curbs, sidewalks,swales, berms, retention areas and above ground evidence of utilities. Obtain rim elevations of sewer and drainage structures. Utility locations will include fire hydrants, water valves, meter boxes, vaults, and main irrigation valves. Provide house numbers or folio numbers. E. Collect rim and inverts at 7 manholes at Seacrest Boulevard. F. Location and material of driveway aprons will be shown. G. Above ground cleanouts will be shown. H. Obtain spot elevations on points of location and cross sections at 100' intervals with high and low points extending within the limits. I. Survey to include "surface"/TIN layer and pavement markings. J. 37 Ground Control Points for Drone Data K. Topographic survey along the following list of streets right of way to right of way including easements behind property houses. Below are approximate lengths of the streets. 1. 1,000 LF - Mentone Rd 2. 2,650 LF - N Atlantic Drive/ E Atlantic Drive/S Atlantic Drive 3. 1,860 LF - Orange Street 4. 4,350 LF - Ocean Parkway 5. 3,350 LF - N Palm Drive/ E Palm Drive/S Palm Drive 6. 350 LF - Alto Road 7. 2,100 LF - Grove Road 8. 750 LF - Flamingo Drive 9. 1,450 LF - Miner Road 10. 1,150 LF - NE 28 Court 11. 700 LF - NE 27 Court 12.550 LF- NE 1 Street 13.350 LF - 4 Court NE 14.850 LF - NE 4 Street 15. 1,100 LF - NE 27 Avenue City of Boynton Beach January 23,2026 Page 5 16. 2,000 LF - NE 26 Avenue 17.220 LF - 4 Court NE 2.1.B Drone Survey Wade Trim will obtain LIDAR information along the San Castle project to define the limits of the stormwater basin identified within three (3) parcels: A. San Castle Project Parcel (area as identified above in Section G) B. North Parcel (area to the north of the San Castle Project Location area) C. South Parcel (area to the south of the San Castle Project Location area) Wade Trim will coordinate with Avirom to locate the 37 control points for the drone mission flights, and producing the line work on the north and south parcels while Avirom produces the line work within the project area as identified above in Section G. Wade Trim will produce digital surfaces of the north and south parcels, and Avirom will produce the digital surface within the project area. Wade Trim will coordinate and obtain the necessary approvals, if needed, with the FAA, FDOT, unincorporated Palm Beach County and the Town of Lantana (adjacent municipality) to conduct the drone mission flights on the area to the north of the project. Deliverables:Final Signed&Sealed Survey(PDF and AutoCAD drawings); High Resolution Orthomosaic (.tiff format - for plan sheet background); Digital Terrain Model Contours (.dxf format); Digital Surface with line work(.dwg format); Cleaned Point Cloud;and Aerial Data processing Report 2.2 Geotechnical Investigation Services Wade Trim will subcontract and manage Terracon to perform geotechnical investigation services including twenty (20) SPT borings at a death of 10-ft and twenty (20) percolation / exfiltration tests (BHP's) conducted using the Usual Open Hole Test procedure developed by SFWMD. Locations of the soil borings and percolation tests will be provided by Wade Trim and approved by the Owner. The following tasks will be conducted as part of the geotechnical engineering services provided in Attachment B: A. Boring Layout and Elevations B. Laboratory Testing: Materials Finer than the No. 200 Sieve; Moisture Content; and Organic Content. C. Coordinate private utility locate services and provide maintenance of traffic for the field work, D. Engineering and Project Delivery: boring logs with field and laboratory data; stratification based on visual soil classification; groundwater levels observed during drilling; site location and exploration plans; subsurface exploration procedures; description of subsurface conditions; results of the permeability testing; subgrade preparation/earthwork recommendations for the new pipelines; and pavement section recommendations. The percolation tests will include hydraulic conductivities that will be used for the analysis and calculations of the exfiltration trenches. Once the investigation is complete, Wade Trim will review the geotechnical report to extract boring log data relevant to pipe bedding, soil classifications, and trenching feasibility, and percolation test data relevant to hydraulic conductivity for the exfiltration trenches. Wade Trim will integrate these findings into the final design. Deliverables: Final Signed&Sealed Geotechnical Report City of Boynton Beach January 23,2026 Page 6 2.3 Subsurface Utility Engineering Services Wade Trim will subcontract and manage InfraMap to perform subsurface utility engineering(SUE) services including vacuum excavation test holes within the project limits. SUE services include 34 test holes at utility conflict locations and 26 test holes for water main pipe material investigation with a scan at a 5' radius around each proposed test hole. The air vacuum excavation test holes will be performed at the test hole locations proposed by Wade Trim and approved by the Owner. The following includes summary of the tasks for the SUE services provided in Attachment B: A. Utility agency coordination for utility marking at field test locations. B. Test hole conflict identification and field locate coordination. C. Provide maintenance of traffic for field work. D. Provide a survey of test hole locations to provide northing, easting and elevations of pin or hub associated with each test hole. E. Quality Assurance/ Quality Control review of the test hole reports. Deliverables: Test hole inventory summary table, individual test hole reports, and updated existing utility file in AutoCAD (dwg) format 2.4 Sanitary Sewer Conditions Assessment Services Wade Trim will subcontract and manage Insituform Technologies, LLC (ITL)to perform CCTV and cleaning services of the existing sanitary sewer lines and manholes. Existing sewer laterals are excluded. Based on the findings from the conditions assessment, the sewer lines in poor/fair condition will be recommended to be lined, as well as every manhole coated.The efforts involved for the condition assessments include: A. Cleaning and CCTV inspection of the 8 to 10-inch existing 24,124 LF of sanitary sewer mains B. Root and grease removal (15% of LF of Pipe) C. Level II inspections of the MACP 109 manholes D. Provide maintenance of traffic for field work E. County permits required will be obtained by ITL. As requested by the owner, the payment and performance bond is included as part of Insituform's proposal and fee. Following the completion of the field assessment, Insituform will prepare and submit a report summarizing the findings from the assessment to Wade Trim and the Owner. Deliverables: Conditions Assessment Report 2.5 Level 2 Environmental Review Development Services Wade Trim will subcontract and manage McFarland Johnson to perform the Level 2 environmental review development services. A Level 2 Environmental Review will be prepared in accordance with Florida Commerce and Housing and Urban Development (HUD) requirements, including compliance with the National Environmental Policy Act(NEPA)for project review and approval. It is assumed that HUD will be the Lead Agency and Level 2 Environmental Review and NEPA documentation will be submitted to DEO/Florida Commerce through the City of Boynton Beach. The following includes summary of the tasks for the environmental services provided in Attachment B: City of Boynton Beach January 23,2026 Page 7 A. Environmental/ NEPA Coordination, Agency Meetings and Tasks Management: Provide support with communication and coordination with regulatory agencies, project stakeholders, and the HUD/Florida Commerce team to ensure alignment with Level 2 Environmental Review and determine the appropriate NEPA Type of Action for each of the three (3) design packages. For the purposes of the Environmental Scope of Services, the Project would have a duration of five (5) months. B. Data Collection, Field Evaluation and Environmental Reports: Conduct environmental screening and analysis, and preparation of a Natural Resources Evaluation (NRE) Report and high-level Contamination Screening Technical Memorandum, to be used for the Level 2 Environmental Review and NEPA process. C. Level 2 Environmental Review, Type 1 Categorical Exclusions (CEs) and NEPA Environmental Assessment(EA): Evaluate project eligibility for a Type 1 CE for some of the project components with completing the CE documentation and Environmental Review Checklist for submittal to DEO/ Florida Commerce. Prepare EA for the Project for review and approval by DEO/ Florida Commerce. D. Environmental Permitting Support: Provide environmental technical support in completing the FDEP and SFWMD Environmental Resource Permit Application (ERP), particularly the environmental sections associated with our Environmental Scope of Services Deliverables: Level 2 Environmental Review, Responses to RFI and/or RAI 2.6 Hydrologic and Hydraulic Model Hydrologic/hydraulic modeling will support the pre-design and design efforts to evaluate the effects of proposed improvements on hydraulic system performance. Wade Trim will use the Owner provided PCSWMM version of the San Castle models developed as part of the City's 2020 Stormwater Evaluation performed by CDM Smith in December 2021. Wade Trim shall verify the model representations based on field data collected as part of Preliminary Engineering Services as required to support design and performance assessment for the City's Level of Service. In an effort to expedite model input supporting the design process, the project models will initially use PCSWMM to represent the desired exfiltration trenches. Since PCSWMM does not have a conduit exfiltration component, Wade Trim will use PCSWMM junctions to mimic ICPR conduit exfiltration to determine the location and amount necessary to meet the design criteria. During the design process, the proposed conditions model will be converted to ICPR4 (Stormwise) and determine if any adjustments are necessary. Wade Trim shall update the model representations of the existing stormwater system to a level of detail appropriate for assessing project objectives, performance requirements, and alternative strategy development. The project model results shall be made available to confirm the effectiveness of the preferred alternative and support the basis of design development. The project model with results will be submitted for Owner's review. Owner's review comments will be addressed/incorporated within a reasonable timeframe to allow timely coordination with related projects. Wade Trim shall perform the project-specific hydrologic/hydraulic modeling and analysis subtasks detailed below: City of Boynton Beach January 23,2026 Page 8 A. Existing/Baseline Conditions Performance Assessment (Existing Model) 1. Model refinements shall be completed to a level of detail appropriate for performance assessments and alignment/alternative strategy development. Neither flow monitoring nor model calibration will be performed as part of this scope. 2. Wade Trim shall review the hydraulic connectivity and overall representation of the project area in the December 2021 models provided by the Owner and update to adequately represent current existing conditions within the associated tributary area and downstream system potentially impacted by the project's proposed design concepts. Model updates will be based on information collected from the Owner and project Preliminary Engineering Services. 3. Wade Trim shall use the updated project baseline model prepared to assess stormwater system performance based on the October 24, 2020, precipitation event cited in the December 2021 report to validate impact of model updates incorporated based on contract collected field data. 4. Wade Trim shall use the updated project baseline model to verify existing level of service within the project area under 10-year/72-hour and 25-year/72-hourr design storm conditions. a. Roadways i. No road flooding at the crown of the road for the 10-year/72-hour design storm event ii. 0.8 feet or less of road flooding for the 25-year/72-hour design storm event 5. Wade Trim shall develop supporting documentation summarizing the existing conditions of model updates and performance assessment findings to be included in the Basis of Design Report (BODR). Associated Project Model and support files will be included as part of the same submittal. B. Alternative Development and Performance Assessment (Proposed Model) 1. Wade Trim shall use a copy of the updated project baseline model to develop a project design model and incorporate the proposed alternatives cited in the December 2021 Preliminary Engineering Report. Proposed conditions' level of service within the project area will be evaluated under 10-year/72-hour and 25-year/72-hour design storm conditions. 2. Wade Trim will use the project design model to assess the two (2) recommended alternatives presented in the December 2021 model report, one alternative to validate what was presented in the model report and the second alternative to confirm effectiveness in addressing project area level of service targets. a. Alternative 1: Exfiltration trenches only b. Alternative 2: Exfiltration trenches with conveyance and discharge improvements 3. Adjustments to the previous recommendations will be presented to the Owner for review and approval in the Basis of Design Report. 4. Wade Trim shall develop supporting documentation summarizing the proposed condition alternatives models to be included in the project's overall Basis of Design Report. Associated project design model and support files will be included as part of the same submittal. City of Boynton Beach January 23,2026 Page 9 5. Final recommendations shall be documented in the Basis of Design Report at the end of the Preliminary Engineering Services phase and shall be used to develop a detailed design. C. Model Conversion to ICPR4 1. Wade Trim shall convert the design project model from PCSWMM to ICPR4 as a final deliverable to the Owner. 2. The final design project model will represent the final design concept/system improvements and will be included as part of the BODR submittal. D. Basis of Design Report 1. Wade Trim will prepare a draft Basis of Design Report that will, as appropriate, include schematic layouts,sketches, and conceptual design criteria with exhibits to indicate the agreed-upon requirements and considerations involved, as well as recommended potential alternative solutions.The report will be accompanied by an Engineer's Opinion of Probable Construction Cost(AACE Class 4)for each recommended solution for the conceptual design phase. Upon receipt of the draft Basis of Design Report,the Owner will provide comments within two(2)weeks. 2. A pre-design meeting with the Owner will be coordinated and facilitated to review the design scope based on preliminary design efforts, specific design parameters,the schedule, and an understanding of background data and regulatory reviews needed for the project, as well as any other project requirements. 3. The draft Basis of Design Report will be revised in response to the Owner's comments. Wade Trim will meet with the Owner to clarify and resolve comments and the schedule for report completion. Wade Trim's services under this task will be considered complete on the date when final copies of the revised BODR have been delivered to the Owner. Deliverables:Hydraulic Model, Draft Basis of Design Report, Minutes of the Pre-Design Meeting prepared and distributed to Owner, Final Basis of Design Report. E. Design Phase Coordination and QA/QC 1. Effort includes providing a final model update after the 90%design to verify if there are changes in hydraulic performance based on changes to the design. 2. Effort includes preparation of a drainage report to accompany an ERP permitting submittal. It is assumed that this drainage report and model data will be sufficient for other permitting applications needed for the project. Efforts to prepare and include additional supporting materials for the ERP application separate from the modeling data and written report are included in other tasks of this scope. 3. Effort also includes providing model updates to address regulatory comments received as part of the project's ERP permitting efforts. For budgetary purposes, effort includes up to two (2) rounds of review comments from one (1)agency review(SFWMD). 2.7 General Data Collection As part of this task, Wade Trim and BCC will perform: A. Site Visit: a one-day field reconnaissance site visit to help familiarize key staff with the site's condition along the proposed routes, evaluate potential route conflicts and verify available City of Boynton Beach January 23,2026 Page 10 roadway conditions. BCC will prepare a field assessment report documenting the findings of the site's visit. B. Data Collection:Wade Trim and BCC will also collect available data from the City of Boynton Beach and SFWMD. Research and evaluate As-Buit plans and GIS for location of any existing drainage features and the possibility of reusing any part of the existing drainage systems. C. Utility Coordination:Wade Trim will coordinate with Sunshine 811 to initiate a design ticket for utility identification and gather/review available as-builts pertinent to existing utilities within the public right-of-way. A list of utility agencies that are within the project area will be created and will be contacted to request as-built plans to create an underground utility file containing underground utility information. Once utilities have provided responses, Wade Trim will review and create an AutoCAD based Utilities file containing the location of utilities based on the best information provided by utility owners. D. Agencies Pre-Application Meetings: Wade Trim will identify, consult with, and analyze the requirements of other agency and/or governmental authorities that have jurisdiction to approve the portions of the project designed or specified by Wade Trim, including mitigating measures identified in the Level 2 Environmental Review. Any special conditions identified in the Level 2 Environmental Review will be incorporated in the pre-design evaluation. Wade Trim will coordinate pre-application meetings with pertinent agencies. 2.8 Public Outreach Services Wade Trim will subcontract and manage Merchant Strategies to perform public outreach services, at a City provided location,during design in support of educating the San castle Neighborhood and Public in general details about the project. The Public Outreach efforts include the following activities provided in Attachment B: A. Develop and maintain a Public Involvement Plan B. Develop and maintain a resident and stakeholder database C. Develop up to 6 (six) pieces of collateral throughout the life of the project, up to 2 (two) rounds of edits per collateral piece and QAQC each D. Set up and maintain a project hotline which will be monitored for the life of the project with monthly reports E. Develop and maintain an ADA compliant,SSL Certified project webpage with Google Translate and QAQC included F. Assist with logistics, development of notices, assistance with setup/take down, attendance and follow up for up to 3 (three) public outreach meetings throughout life of the project G. Meetings and/or Communication with project team and stakeholders throughout the life of the project Deliverables:Public Outreach Flyers, Handouts and other material for public dissemination, draft and final exhibits and supporting materials for Public Meetings. 3.0 DESIGN PHASE SERVICES Wade Trim will subcontract and manage BCC to develop the roadway and drainage design services provided in Attachment B. Wade Trim will develop the water main replacement and sanitary sewer rehabilitation design. City of Boynton Beach January 23,2026 Page 11 3.1 30% Design Submittal A. The 30%design phase will establish the foundational layout of the stormwater and erosion control plans, roadway, and water and sewer improvements and identify key design elements and constraints. Once NTP is issued, Wade Trim will coordinate a kick-off meeting with the City and key stakeholders, i.e. Florida Department of Environmental Protection and Palm Beach County Department of Engineering and Public Works. B. Based on the Owner's acceptance, selection, and authorization, 30% documents will be prepared. The 30% design submittal will include final design criteria, preliminary drawings, a Table of Contents outlining required specifications, and written descriptions of the project. A revised Engineer's Opinion of Probable Construction Cost(AACE Class 3) based on a 30% complete set of plans will also be submitted. Deliverables:30% Design Plans (PDF&AutoCAD); Draft Table of Contents for the Technical Specifications (Word); 30% Engineer's Opinion of Probable Construction Cost(PDF& Excel); 30% Project Schedule Update (MS Project and PDF); Kick-off meeting agenda and meeting minutes C. A review of the 30% design submittal will be facilitated to collect feedback from the Owner and other stakeholders. A 30% design review workshop will be conducted with the Owner to review the comments and align expectations for the next phase of work. Based on comments received, the Owner will identify specific modifications or changes to the scope, extent, character, or design requirements to carry forward in the 60%design submittal. It is anticipated that major design decisions will be agreed upon at this step, so the design concept can be further detailed for the 60%design submittal. Deliverables: 30% Design Workshop agenda and meeting minutes 3.2 60% Design Submittal A. The 60%design submittal will build upon the 30%submission by incorporating the Owner's review comments and refining the preliminary design and decision made to date. Wade Trim will develop full plan drawings and define pavement restoration limits on the plan view. A draft specifications package will be developed editing the Owner's standard specifications template. Wade Trim will update the Engineer's Opinion of Probable Construction Cost (OPCC)(AACE Class 2)to reflect the refined design. A written matrix will be prepared documenting 30% review comments and responses. An updated project schedule will be provided and include justification for any deviation from the original baseline. Wade Trim will attend a 60% Design Review Workshop with the Owner to present the submittal and confirm alignment and proposed preliminary design before proceeding to the 90% phase. For a list of anticipated drawings, refer to Attachment C. The list is intended to serve as a guide and may include the sheets shown. B. Wade Trim will perform an in-house quality assurance and quality control review of the 60% design submittal and make necessary updates prior to submittal for the Owner's review. A review meeting with the Owner and other stakeholders will be facilitated and meeting minutes provided within 7 days of the meeting date. Wade Trim will also coordinate with the Owner to ensure deliverables meet submittal standards for permitting agencies as this set will become the permit ready set of documents. Deliverables: 60% Design Plans (PDF&AutoCAD); Draft Technical Specifications (Word and PDF); 60% Engineer's Opinion of Probable Construction Cost(PDF& Excel); 60% Project Schedule Update (MS Project and PDF); Written summary of responses to 30% design review City of Boynton Beach January 23,2026 Page 12 comments; 60% Design workshop agenda and meeting minutes; Permit Tracking Log indicating all permit submittals to be performed. 3.3 Permitting Services A. Following completion of the 60% Design Submittal, Wade Trim will prepare a Permit Package incorporating comments received from the Owner and other applicable project stakeholders. The Permit Package will serve as the official submittal to permitting agencies and will include all plan sheets applicable based on project specific needs and necessary documentation required for agency review. This task will include tracking status updates, responding to RFIs or clarification requests from agencies, attending pre-application meetings and follow-up meetings, as required with the regulatory agency, and providing regular updates to the Owner through a maintained Permit Tracking Log. Wade Trim will prepare and submit written responses to 60% Design Submittal comments, indicating how each comment was addressed. These responses will be submitted alongside the updated permit ready documents. Wade Trim will prepare and complete permit application forms for the Owner's signature, assemble the full permit ready package, and submit them for review. Wade Trim will coordinate and attend review meeting with the Owner and other affected agencies and utility companies to discuss any items from the RAI or RFI requiring clarifications. For budgetary purposes, effort includes up to two (2) rounds of review comments from the agencies listed below. Wade Trim will prepare meeting minutes to document items discussed. Typical permits expected for this project include: 1. City of Boynton Beach Utilities Design Review and Permit 2. City of Boynton Beach Public Works Design Review and Permit 3. Palm Beach County Department of Engineering and Public Works Design Review and Permit (Online Portal) 4. Environmental Resource Permit(ERP) with South Florida Water Management District (SFWMD) 5. Florida Department of Health (FDOH) permit 6. City of Boynton Beach Right-of-Way Permit Wade Trim and MacFarland Johnson will complete the NEPA Process, as outlined in Section 2.5 of this proposal. Permit fees will be paid up front by the Consultant and reimbursed by the Owner through the dedicated permitting allowance. Permitting fees will be a reimbursable expense. The City waives their own permit fee. Deliverables: Meeting Minutes, Permit Applications and/or Letter of Transmittal 3.4 90% Design Submittal A. The 90% design submittal will incorporate all comments received during the 60% design submittal review from the Owner, the permitting agencies, and other project stakeholders. Wade Trim will advance the design to near-final status, ensuring that plan sheets are complete and coordinated based on right-of-way owner requirements. A written response matrix will be prepared documenting the 60% review comments and how they were City of Boynton Beach January 23,2026 Page 13 addressed. The stormwater, roadway, and water and sewer improvements will be finalized, and restoration plans specific to jurisdictional requirements will be included. Wade Trim will also finalize the draft technical specifications package, incorporate project- specific requirements and conform documents addressing Owner's comments.An updated Opinion of Probable Construction Cost(OPCC) (AACE Class 1)will be submitted using the latest quantities and design data, and adjustments resulting from the permit review process. The permit tracking log indicating permit submittals to be obtained will be updated and submitted to the Owner as part of this phase.A 90% Design Review Workshop will be conducted with the Owner and other stakeholders. Deliverables:90%Design Plans (PDF&AutoCAD); Updated Draft Technical Specifications (Word and PDF);90% Engineer's Opinion of Probable Construction Cost(PDF& Excel); 90% Project Schedule Update(MS Project and PDF); Written summary of responses to 60% design review comments;90% Design workshop agenda and meeting minutes; Updated permit tracking log confirming receipt of all required approvals; Written summary of responses to permit comments 3.5 100% Design Submittal (Final Design) A. The 100%design submittal will represent the final documents, bid-ready construction contract package. Wade Trim will revise the 90%submittal set to incorporate comments issued by the Owner and other project stakeholders.The final set will include updated plan and profile drawings, required details, and the fully developed specification package in accordance with the Owner's standards. Wade Trim will also submit an updated Opinion of Probable Construction Cost(OPCC) (RACE Class 1), reflecting current quantities, and updated pricing. The final OPCC will be provided in the excel format needed for procurement submission to the Owner.This submission is the culmination of the design and permitting process, and no outstanding issues should remain. The 100% package will serve as the final basis for construction procurement. B. Deliverables:Final Signed&Sealed set of Design Plans (PDF&AutoCAD);Final Signed and Sealed Specifications Package(Word&PDF);Final OPCC(Excel& PDF);Final Permit tracking log confirming receipt of all required approvals;Final Project Schedule Update(MS Project and PDF) 4.0 BIDDING SERVICES 4.1 Produce Bidding Documents A. After the Bidding Phase has been authorized to proceed by the Owner, Wade Trim will provide final Bidding Documents, and a revised Engineer's Opinion of Probable Construction Cost to the Owner within 5 days of acceptance of final plans. Deliverables:Bid Plans Set, Technical Specifications, Engineer's Opinion of Probable Construction Cost, and permits (PDF,AutoCAD, Word) 4.2 Bid Advertisement and Addenda Services A. Wade Trim will provide the Owner the construction documents for bidding, obtained permits, and all technical supporting documentation relevant for the bidding process. The Owner will be responsible for the Contract General Conditions (Front End Documents). Wade Trim will review Division 1 specifications and align Specifications 1010 - Summary of Project and 1025 - Measurement of Payment,specific to the project. City of Boynton Beach January 23,2026 Page 14 B. Wade Trim will attend a pre-bid conference and provide a summary of the proposed improvements. This task includes up to two designated Wade Trim attendees. C. Wade Trim will answer Bidder questions and help the Owner prepare and issue addenda as appropriate to clarify, correct, or change the Bidding Documents. This task includes up to four(4) Addenda to be prepared (if necessary). It is assumed that the Owner will respond to Bidder general questions. Deliverables: Four(4)Addenda 4.3 Contract Award A. After the Bid Receipt, Wade Trim will prepare a Conformed Set of construction drawings and technical specifications.This version will reflect the addenda issued during the bid period and will be finalized for construction use. B. All bids will be tabulated and checked for responsiveness to bid requirements and verified references. It is assumed that the lowest and most responsive bid will be recommended. C. A recommendation letter will be provided to award the project to the selected Contractor. Deliverables: Conformed Set of construction drawings (PDF and AutoCAD); Conformed Specifications Package (PDF and Word);Letter of Recommendation for Contract Award 5.0 CONSTRUCTION ENGINEERING AND INSPECTION SERVICES 5.1 Construction Management, Meetings, and Coordination Wade Trim will subcontract and manage BCC to support construction administration services and South Florida Engineering Services (SFES) to perform construction engineering and inspections services. Refer to Attachment B for subconsultant proposals. A. Wade Trim will execute construction management activities including the following: 1. Coordinate with Owner's Staff, and other consultants engaged in activities that relate to the project area. 2. Provide monthly invoices, a project schedule, monthly status reports and subconsultant progress reports. 3. Administer a quality assurance program by designated senior Wade Trim engineers to perform quality assurance and quality control (QA/QC) for design, constructability and possible value engineering opportunities, covering the technical work of the project team. Deliverables: Monthly Invoices, Project Schedule, and Schedule Status Update Reports B. Grant Management Coordination Meetings: Wade Trim will meet with the Owner and Project Management Consultant as requested to coordinate Grant Management activities, including schedules, documentation, deliverables and conditions that pertain to the project and need to be captured in the project Contract Documents. Note that for budget purposes, this task includes up to seven (7) virtual meetings throughout the 15-month construction schedule, for up to two designated Wade Trim attendees. Deliverables:No deliverables for this task City of Boynton Beach January 23,2026 Page 15 5.2 Construction Administration Wade Trim will subcontract BCC to supplement construction administration support services as follows: A. Attend one (1) pre-con meeting. This task includes up to one Wade Trim attendee and one BCC attendee. B. Attend one (1) monthly Construction Meeting. (Up to 15 meetings). This task includes up to one (1) Wade Trim attendee. C. Review and approve up to forty(40) shop drawings or technical submittals (25 water/sewer and 15 roadway/drainage) required by the Contract Documents. The review includes up to one (1) re-submittal review for correction and revision by the Contractor for up to twenty (20) submittal packages. The review will include a comparison of the Contractor's submitted documents to the requirements of the Contract Documents. In addition, substantial deviation from the project requirements will be documented and returned to the Contractor and the Owner with instructions on how to proceed based on the severity and nature of the deficiencies encountered. Once the Contractor has substantially met the project requirements, approval of the submittal package will be submitted to the Contractor and the Owner. This task will not include the review and approval of material substitutions or evaluation of bid alternates, or value engineering. D. Respond and address the contractor's Requests for Information (RFI) which require interpretation of the plans and specifications. It is anticipated that twelve (12) RFIs will be addressed as part of this task (8 for water/sewer and 4 for roadway/drainage). This task includes only those RFIs that are directly related to any original products specified for the construction of this project and excludes interpretation of any documents originally created by the Owner, the Contractor, or their subcontractors and suppliers. Prepare and maintain a submittal and RFI log, which will document and track the dates and results of all reviews. The log will be periodically updated and will be reviewed during the construction progress meetings. E. Project Closeout/Certification -To certify that the project is built to plans, specifications and all applicable codes, standards and building codes that are applicable, the project part-time inspector by SFES will provide copies of the daily construction reports for certification to the Engineer of Records. Prepare and submit signed and sealed application forms and backup documentation for required construction certifications. F. Attend one (1) substantial completion walkthrough and one (1) Final Inspection walkthrough. G. Review and approve up to two (2) As-built submittals of the construction documents. As- builts provided by the Contractor shall depict any significant deviation and changes from the construction documents. H. Review and approve up to six (6) Change Orders. Deliverables: Shop Drawing and RFI responses, As-builts review, Change Orders review and recommendations, and Construction completion certifications 5.3 Construction Engineering and Inspections Wade Trim will subcontract SFES to provide construction engineering and inspection services as follows: City of Boynton Beach January 23,2026 Page 16 A. Pre-Construction Meetings-South Florida Engineering Services (SFES) shall coordinate with Wade Trim & Owner to conduct initial Construction Engineering inspection Services Kick-off meeting to determine project NTP, Public Outreach, Permit Status and their desired Contract Timeline. SFES shall coordinate and prepare meeting agenda and conduct in person Pre- construction meeting with BOYNTON BEACH, Wade Trim (Project Engineer) and the CONTRACTOR. SFES shall prepare and issue written minutes of meeting. SFES shall coordinate and conduct Permitting Agencies Field Pre-Work Meeting onsite once the Contractor's MOT Traffic Control Plan has been approved. Deliverables: Pre-Construction Agenda and Meeting Minutes B. Contractor Submittals and Shop Drawings-SFES shall route all of the Contractor's Shop Drawing submittals to Engineer of Record (EOR) and Owner staff. SFES shall operate this task through a Document Control Platform to manage processes to ensure timely responses to the contractor. All Technical Shop Drawing Submittals will be routed to the EOR by the SFES, and will be tracked by SFES for review status.The review Contractor's submittals by SFES is for general conformance with the design intent and provisions of the Contract Documents. SFES will review and return submittals to Owner and Contractor within 14 days of receipt. C. Progress Meetings-SFES shall prepare Progress Meeting Agendas and attend progress meetings every month. SFES shall also prepare, and issue written minutes of the meetings. SFES will coordinate and schedule Progress Meetings with Owner to take place consecutively on the same day of the month. Fifteen (15) progress meetings are included in the budget for this task. The SFES CM shall attend progress meetings, either at the site or at another Owner designated location. Following the meeting, SFES shall visit the project site and review progress to date. SFES shall also coordinate specialty field meetings with the Contractor and Owner Staff. Five (5) specialty Field meetings are budgeted for this task. Deliverables: Up to a maximum of fifteen (15)Agenda and Meeting Minutes and five (5) Specialty Field Meetings D. General Administration/ Clarifications/ Request for Information -SFES shall be the lead lines of communication during construction and will provide general day to day communication and administration for the project and submit to EOR for response in writing, Contractor's Request for Information (RFI) regarding the design documents during the 15-month construction period. For RFI Responses, SFES shall issue interpretations and clarifications of the Contract Documents through the Document Control platform, along with associated support materials, as requested by the Contractor. These interpretations will be rendered and a response prepared and submitted to the Contractor within five (5) working days. E. Construction Changes-SFES shall submit to EOR for response Contractor's Claims for additional compensation. SFES will also work closely with the Owner and Wade Trim to review and negotiate Owner Accepted Change Orders (CO) and Contingency Allowance Change Directives (CACD) during the 15-month construction period. F. Pay Estimate Review-SFES shall review Monthly Pay Applications from the Contractor (assumed total of 15). SFES Team shall verify field quantities as approved on the Schedule of Values and represented on the approved Pay Application Format. Once reviewed, SFES shall provide a recommendation to Owner on how to proceed with payment to the Contractor. SFES will coordinate with Contractor's Superintendent on a weekly basis to measure and agree on any necessary field quantities or measurements. Deliverables: Up fifteen (15) Months of Pay Request Reviews City of Boynton Beach January 23,2026 Page 17 G. Construction Schedule Review-SFES shall monitor the Contractor's Construction Schedule monthly and report to Owner any delays in Contract Completion Progress. SFES shall also provide written notification to the Contractor if it is deemed that the Construction Schedule is significantly behind and requires a Schedule Recovery Plan or Revised Schedule. Deliverables: Up to fifteen (15) Months of Schedule Reviews H. Progressive As-builts Record Drawing Review-SFES shall review the Contractor's Monthly Progressive As-built information provided by the Contractor by Third Party Surveyor in CAD. Review Comments will be made on a monthly basis and distributed to the Contractor and saved in the Document Control Platform. Deliverables: Up to fifteen (15) Monthly As-Built Info Reviews I. Construction Inspection Services- SFES shall provide part-time (up to 25 hours/week) Lead Construction Inspector during construction phase duration of the work (assumed 15-months, 60 weeks, for a total of 1,500 hours) for the construction contract. Activities performed by SFES under this task consist of furnishing an Inspector during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The Construction Inspector shall serve as the Owner's Rep liaison with construction Contractor, working principally with the Contractor's Superintendent and assist him in understanding the intent of the contract documents. Deliverables: Up to fifteen (15) Months of Construction Inspection Services J. Permitting/Grant Administration -SFES shall oversee construction work to ensure that all permit conditions are met and will coordinate with EOR. EOR will prepare Permit Clearance Packages for all associated Owner obtained permits. SFES shall also provide Grant Administration for coordination of certified payroll, Buy American clauses, and wage rate interviews as required. K. Substantial and Final Inspection/ Project Closeout- In conjunction with the Owner staff and Wade Trim, SFES shall make substantial and final inspections for the project. Per the substantial completion inspection, SFES shall prepare a Contractor "punch list"to achieve Final Completion and issue this to the Contractor. SFES shall review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. SFES shall advise Owner that Final Acceptance of the projects has been reached in accordance with the Contract Documents and will assist Wade Trim to issue a Completion Statement per regulatory agencies' requirements. SFES shall assist the Owner and Wade Trim with final contract reconciliation, permit termination packages, operating and maintenance manuals, final record drawings and all other Project Closeout Tasks to complete the project. Limitation of Responsibilities - Wade Trim is not responsible for acts or omissions of the Contractor, or their subcontractors, suppliers, or other individuals or entities performing or furnishing work for the project. Wade Trim is also not responsible for the failure of the Contractor to perform or furnish the work in accordance with the Contract Documents. Deliverables: Punchlist/Letter of Final Project Review 5.4 Public Outreach Services Wade Trim will subcontract and manage Merchant Strategies to perform public outreach services during construction in support of educating the San castle Neighborhood and Public in general City of Boynton Beach January 23,2026 Page 18 details about the project. The Public Outreach efforts include the following activities provided in Attachment B: A. Develop and maintain a Public Involvement Plan. B. Develop and maintain a resident and stakeholder database. C. Develop up to six (6) pieces of collateral throughout the life of the project, up to two (2) rounds of edits per collateral piece and QAQC each. D. Set up and maintain a project hotline which will be monitored for the life of the project with monthly reports. E. Develop and maintain an ADA compliant, SSL Certified project webpage with Google Translate and QAQC included. F. Assist with logistics, development of notices, assistance with setup/take down, attendance and follow up for up to three (3) public outreach meetings throughout life of the project. G. Meetings and/or Communication with project team and stakeholders throughout the life of the project. Deliverables: Public Outreach Flyers, Handouts and other material for public dissemination, draft and final exhibits and supporting materials for Public Meetings. 6.0 OWNER'S CONTROLLED CONTINGENCY ALLOWANCE This contingency allowance of$100,000.00 will include to cover unforeseen efforts required to complete the work outside of the Scope of Services. Prior to utilizing this contingency allowance, Wade Trim will submit a written scope and cost proposal to the City Project Manager for review and written approval. Wade Trim will clearly document the use of the allowance on monthly invoices as required. City of Boynton Beach January 23,2026 Page 19 SCHEDULE The project is expected to be completed within twelve (12) months for design services, four(4) months for bidding services, and sixteen (16) months for construction services to ensure the Owner's schedule is met. The following table below indicates the anticipated project duration for each major phase of work in months with some activities overlapping. Project Schedule Task Task Name Estimated Duration Schedule No. Duration 1.0 Management, Meetings&Coordination 12 months From NTP 2.0 Preliminary Engineering Services 12 months From NTP 2.1.A Topographic Surveying Services 3 months 2.1.B Drone Survey 1 month 2.2 Geotechnical Investigation Services 1.5 months 2.3 Subsurface Utility Engineering Services 1.5 months 2.4 Sanitary Sewer Condition Assessment Services 1.5 months 2.5 Level 2 Environmental Review Development 12 months Services 2.6 Hydrologic and Hydraulic Model 2 months 2.7 General Data Collection 2 months 2.8 Public Outreach Services 12 months 3.0 Design Services 12 months From NTP 3.1 30% Design 3 months 3.2 60% Design 3 months 3.3 Permitting 3 months 3.4 90% Design 1 month 3.5 100% Design 1 month 4.0 Bidding Services 4 months From Completion of Task 3 5.0 Construction Engineering and Inspection Services 16 months (estimated) From Completion of Task 4 Wade Trim's fees are based on the schedule. Changes in the schedule may impact the presented fees. Depending on the actual notice-to-proceed date and desired completion date, Wade Trim reserves the right to renegotiate professional fees to account for additional effort required to accommodate the project schedule. The Wade Trim Project Manager will notify the Owner immediately if there is an expected change in schedule that would impact the presented fee. City of Boynton Beach January 23,2026 Page 20 FEES AND COMPENSATION METHOD Invoices will be submitted on a monthly basis and will be based on the labor hours completed of the lump sum tasks, plus other dedicated allowances. Wade Trim will manage task assignments, employee classifications, and workload distribution internally, provided that the total compensation for each task does not exceed the authorized amounts, and the scope of services is delivered as described. Refer to Attachment D for level of effort. Task Description Lump Sum Amount* 1.0 Management, Meetings and Coordination $66,396.00 2.0 Preliminary Engineering Services $695,344.66 2.1.A Topographic Surveying Services $166,319.25 2.1.B Drone Survey $19,195.00 2.2 Geotechnical Investigation Services $39,753.96 2.3 Subsurface Utilities Engineering Services $56,444.00 2.4 Sanitary Sewer Conditions Assessment Services $147,747.57 2.5 Level 2 Environmental Review Development Services $103,805.46 2.6 Hydrologic and Hydraulic Model $83,350.00 2.7 General Data Collection $46,476.00 2.8 Public Outreach Services $32,253.42 3.0 Design Services $676,572.90 3.1 30% Design $186,150.70 3.2 60% Design $249,027.60 3.3 Permitting $41,563.90 3.4 90% Design $134,493.80 3.5 100% Design $65,336.90 4.0 Bidding Services $24,740.80 Other Direct Expenses** $2,500.00 Permitting Allowance*** $5,000.00 Design Services Base Amount Subtotal $1,470,554.96 5.0 Construction Engineering and Inspection Services $378,972.30 5.1 Construction Management, Meetings, and Coordination $18,200.00 5.2 Construction Administration $106,974.20 5.3 Construction Engineering and Inspection $223,200.09 5.4 Public Outreach Services $30,598.00 Other Direct Expenses** $2,500.00 Construction Services Base Amount Subtotal $381,472.30 6.0 Owner's Controlled Contingency Allowance $100,000.00 Total Fee $1,952,027.26 City of Boynton Beach January 23,2026 Page 21 * Scope sections detail assumptions and specific quantities assumed in fee development. Changes to assumptions, scope, or schedule may impact task fee. **Other direct expenses are included as a separate allowance. Travel expenses will be submitted as any agreed travel, per diem, mileage, meals, or lodging expenses, the cost of which are subject to the City's prior written approval, shall be paid in accordance with the rates and conditions established by the City's Travel Policy, a copy of which has been provided to Wade Trim, or the applicable law or ordinance. *** Permitting fees will be a reimbursable expense. Permit fees will be paid up front by the Consultant and reimbursed by the Owner through the dedicated permitting allowance. City of Boynton Beach January 23,2026 Page 22 OWNER RESPONSIBILITIES • Provide Wade Trim with available as-built drawings and other pertinent information regarding the existing sanitary sewer, storm sewer, and water. • Review documents prepared by Wade Trim and provide comments within two (2) weeks'time. • Attend review/approval agency grant meetings. Perform the monthly and quarterly reporting for the grant administration. ASSUMPTIONS/CLARIFICATIONS/GENERAL REQUIREMENTS • All submittal documents will be provided in both PDF format and their native editable formats, including Microsoft Word, Excel, Microsoft Project, and AutoCAD (dwg).All electronic files must have meaningful file names and will be submitted on one (1) USB drive or by a Shared Drive that allows the Owner to download files. • Wade Trim must adhere to the latest City, County and FDOT Design and Construction Standards Details. Wade Trim will also comply with any updates to the specs/standards or project-specific directives issued by the Owner's Project Manager.Any proposed deviations from the standard details must be clearly identified in the submittal and be justified in writing for review and approval. • If the topographic survey is part of the Wade Trim's scope of work,the Wade Trim will comply with the latest standards and requirements for the preparation of the topographic survey. • Project schedule assumes a two-week comment period for all deliverables, beginning on the first business day after submittal.A design review workshop will be scheduled one week into the comment period to discuss comments and coordinate design decisions.The schedule should be reflected in calendar days. • The Wade Trim is responsible for scheduling and facilitating workshops at the start of each task to hold workshop dates.After comments are received and addressed,the Wade Trim will compile a comment log that includes: a summary of each comment,the name/agency of the commenter, the Wade Trim's response and any related changes to the deliverable • The Wade Trim's Opinion of Probable Construction Cost(OPCC)will follow best practices in line with the recommended standards of the Association for the Advancement of Cost Engineering (AACE), including appropriate classification of estimate level based on design completion stage. • The Wade Trim will use a file transfer system and/or Owner's provided online portal system to submit and manage all design documents, permit approvals (as applicable), procurement materials, and construction-phase engineering services. • All sheet naming and drawing numbers will follow the U.S. National CAD Standard - Uniform Drawing System (UDS) Module 1: Drawing Set Organization, unless otherwise directed by the Owner. • All email correspondence for this project should include the City's project# in the email subject. • Inquires made by the Owner should be responded to within a reasonable time frame, no longer than 5 working days. • Sub-consultants must comply with the same general requirements, and it is the responsibility of the prime Wade Trim to ensure their adherence. • Wade Trim will maintain as the single point of contact for coordination and communication throughout the project duration with the Owner. • All Permit fees shall be reimbursed by the Owner. • All drawings will be prepared using AutoCAD Software. City of Boynton Beach January 23,2026 Page 23 • Engineer is not responsible for the acts or omissions of Contractor, Subcontractors or Suppliers or of any other individual or entity performing or furnishing any portion of the construction, unless such acts or omissions are due to Engineer's work under this Agreement. • Engineer neither guarantees the performance of Contractor, Subcontractors or Suppliers nor assumes responsibility for their failure to furnish and perform their respective portions of the construction in accordance with the drawings and specifications. • It is understood that the Owner will conduct the grant administration and closeout process with the grant agency(Florida Commerce). • Drone Survey o For the drone data to be obtained by Wade Trim,the line work includes edge of pavement, centerline of roadways, sidewalks, and drive approaches. o Sketch for boundaries provided for cost estimate is accurate. o Data capture is weather permitting. o Surveyor provides all control point data prior to processing. o Commencement of surface work will take place following data capture, processing, and QA/QC. • Subsurface Utility Engineering Services o The targeting of subsurface utilities, although highly reliable, is expressly understood to represent an approximate location of the target facility as marked on the ground surface.The accuracy of targeting is subject to certain factors beyond our control such as limitations of available technology and field conditions that may include depth of utility, electrical conductivity of utility,site conditions and access. o Our electronic equipment cannot locate non-conductive pipe systems and/or fiber optic line without tracer wire. o Concrete Pavement with reinforcement, as well as guide rails and chain link fence, could interfere with our electronic equipment at times to locate utilities. o At this time, geotechnical borings or subgrade information have not been provided. Large stones, shale, coral, construction debris, or other subsurface conditions including a high groundwater table may limit the ability of our equipment to excavate to the utility and or make it very difficult to visually verify the utility condition and material. o In order to provide a cost-effective service that causes minimal disturbance to site amenities and utilities, and is acceptable to permitting agencies,the size of the Test Hole excavation is kept to a minimum.The diameter of most pipes greater than 24 inches cannot be recovered directly from one test hole and it may be necessary to perform additional holes. o Encased systems and non-encased conduit banks are typically exposed on one edge.This allows the test hole to be excavated down the side of the utility until a discernable bottom edge can be evaluated.Although it is usually possible to determine the bottom edge of these systems, it is not possible to determine conditions under these or other utility systems,such as concrete overpour and other utilities. It is important for the designer to remember that the bottom edge of an encased system or un-encased conduit bank may not represent its lowest point, and that the shape of the system may not be the same on both sides. The width of these systems may not be determined from a single test hole. Encased systems and un- encased conduit banks may require two test holes to document the width (and both of the sides top and bottom elevations). o This service will be provided with due diligence and in a manner consistent with standards of the subsurface utility mapping industry. Every reasonable effort will be made to locate all systems of interest whether indicated on records available or not. It is not guaranteed that all existing utility systems can or will be detected. It may not be possible to detect utilities that we City of Boynton Beach January 23,2026 Page 24 do not have prior knowledge of, such as systems that are not depicted on records available to us. Further, this service is not intended to detect non-utility structures such as foundations, buried tanks, septic systems, wells, tunnels, concrete or metal structures, or the true size and limits of subsurface utility vaults and manholes. • Level 2 Environmental Review Development Services o This scope of services is based on the information available at this time. o The project description, purpose and need statement documentation, project layout and design, and alternatives will be based on information to be provided by Client. o Cannot make warranty, guarantee, or impression, expressed or imply that the project site(s) are free of contaminants. o Wade Trim will coordinate with the Owner for property access and permission to conduct site inspection of the project site limits. • Bidding Services o The Owner will conduct the pre-bid ameeting, record the meeting minutes and distribute the addenda. • Construction Engineering and Inspections Services o Construction duration is estimated to be 16 months. o Cost Proposal does not include Fees Associated with Setup and Maintaining a Document Control Platform o SFES Construction Inspector will not administer Specified Materials Testing or other Geotechnical Services. EXCLUSIONS/ADDITIONAL SERVICES Wade Trim will provide additional services on a time and material basis in accordance with our current schedule of rates and charges (or negotiated fee). Services not identified in this proposal will be discussed as they arise. The services below are not included as part of the scope and fee presented in this proposal. • Survey and Easement Services o No survey services, other than noted in this proposal, are included in the scope. o Effort and expenses related to drafting legal descriptions, drawings, or exhibits required to modify the existing easement agreement. o Preparation of a Certificate of Survey or field work associated with the Certificate of Survey. o All effort and expenses required to combine/split lots and/or modifications to record subdivisions. • Design Services o Effort and expenses required to obtain variances or design exceptions. o If temporary or permanent easements are identified during the BODR evaluation, as required to construct alternative improvements, the appropriate scope of work and corresponding fee will be negotiated between Wade Trim and the Owner. o No major roadway reconstruction, including full-depth pavement reconstruction, extensive roadway regrading, or significant profile modifications. Only minor roadway adjustments and limited grade harmonization necessary to achieve positive drainage runoff flow are included for elevations ranging from 1 to 4 inches. o From the preliminary model provided by the Owner, the method for estimating the level of effort fee for design services was based on Alternative 1, which involves exfiltration trench only. City of Boynton Beach January 23,2026 Page 25 o Any traffic Engineering services o Design of stormwater pump stations, injection wells, and/or discharge outfalls o Landscape, irrigation, and/or lighting designs and/or modifications. o Site structures such as retaining walls,stairs, sidewalks,flagpoles, light poles, etc. • Effort and expenses associated with intermediate release of the plans, other than status sets to the Owner, for the purposes of obtaining construction quotes. • Not evaluating nor designing stormwater improvements for the 100-year/72-hour design storm event. • Subsurface Utility Engineering Services o Overhead utilities, irrigation systems,septic drain fields, residential/commercial services, and confined space entry are not included in this scope of work. In addition, gravity structure investigations including storm water and sanitary sewer are not included. o This proposal assumes test holes will be repaired consistent with the cold patch specifications above. Depending upon test holes locations and/or local, county and state permit requirements, permanent asphalt patch repairs either using hot mix asphalt, asphalt infrared services or cement subbase, are out of the scope of these services. If required, an out-of- scope proposal or supplemental agreement will be prepared before proceeding further. o If a single test hole location is selected at a point where two or more utilities intersect(or trend close together), a single test hole may not be feasible to obtain information for all requested utilities.The utility of higher elevation may be of sufficient size so as to prohibit further excavation in the existing test hole.To reach the utility of lower elevation in this instance a separate(additional)test hole will be required. o Recoverable and accurate survey control, which can be accessed during mobilization, will be provided by the client. In the event the survey control is not located near the proposed utility investigation, we anticipate utilizing NRTK GPS. Note,the use of NRTK GPS may affect horizontal and vertical accuracies. If NRTK GPS cannot be utilized due to significant tree cover or satellite loss, a survey traverse will be required.This proposal does not include services to perform a survey traverse to transfer control to the work site. If required, same will be included on a time and materials basis if it cannot be absorbed into the existing budget. • Sanitary Sewer Condition Assessment Services o Heavy Maintenance of Traffic, Bypass Pumping, and Erosion Control o Licenses and construction easements. o Customer shall be responsible for locating all manholes on the project and ensuring access is possible. o Removal and disposal of any hazardous or toxic materials encountered during the Project. o Holiday work, rush delivery or adverse weather work(as defined by ITL). o Certified Professional Engineer stamped designs. Will be provided, at additional cost, if required in specifications. o Additional premiums for special insurance coverage(s)specific to any project if required. • Level 2 Environmental Review Development Services o Environmental services during design, other than previously defined in scope of work. o Any change to the scope of services and/or technical support, other than those presented in this proposal, could result in an increase in the cost included herein.Any work,studies, additional support and/or expenses that are not described in this proposal will not be performed without negotiated additional services. The fees may have to be revised if the Project/Scope definition changes from the description presented in this document, unforeseen site conditions, additional project elements or design packages are added, or City of Boynton Beach January 23,2026 Page 26 additional support is requested by the Client or the Owner. In the event of out-of-scope items, they will be coordinated and addressed with the Client prior to starting work on out scope services.The out-of-scope services presented in our invoices shall be paid for by the Client. Additionally, our Scope of Work does not include signed and sealed documents by a licensed engineer(PE), project design, or other studies that are not described in this document. • Construction and Post-Construction Services o Effort and expenses required to change, adjust, or modify the construction documents after receipt of building footprints. o Effort and expenses associated with project signs. o Operation and maintenance manuals. • Other Services • Attendance at the progress meetings (biweekly or monthly)with Florida Commerce. • Updates to Attachments B and C of the grant agreement to Florida Commerce. Close-out of the grant agreement with Florida Commerce. o Changes in scope. o Effort and cost associated with visits or trips to the project site,the Owner's office, or reviewing agencies other than noted in the project scope and fees. o Additional meetings or coordination activities not identified in our scope or required after the project commences or not disclosed to Wade Trim at the time of preparing the scope. o Effort and expenses required to attend, or participate in, dispute resolution or presentation of plans other than noted in this proposal. o Services associated with litigation or arbitration. We look forward to working with you on this project and should you have any questions, please do not hesitate to call. ATTACHMENTS • Attachment A - Project Limits, Control Point Survey Plan and Water&Sewer Atlases • Attachment B - Subconsultants' Proposals • Attachment C - Anticipated Drawings List • Attachment D - Level of Effort Very truly yours, Wade Trim, Inc. /4,- .4,„,„,,t_____, Iv ti Shari Ramirez, PE Nita Sharma, PE Project Manager Area Lead ATTACHMENT A PROJECT LIMITS, CONTROL POINT SURVEY PLAN AND WATER & SEWER ATLASES MAIM= •'.' . . • i * , I . :,,,..10, k -gib:mill- S. Legend San Castle 41' lb.-••••••••0.46.0=i 1 0 1 Sc".Li SliTr.eS :I* 1' - Ilirl'c'-.3 /1 Neighborhood,Improvements Project • r- .:•-i'',e gPhI:-1./','' 1•1,,,#.4*ill 'Lt.rilk--*°1',4,,4-,„, -„-;"-,.•: :..--1,,•„4t-'*—:..:i7;r.,•'' (.....• ,I”.'. .f-at,-.c---'.x1,,,.r-i'i'k'-.1..-•- '-S 4'a• n Castle City Boynton Beach - ua4 c-vsreeD1 * t A .r. . _,. r . _ . .- ..., '"'• -,,_ • ,4.11 *- ,-1 ' .• 4 ... _ --- ., titi4- ' y c.-' . .. -1,,.. i .. • .4.- '., 'I:2- '' . . ' II - Illr Ili -.%.1111 ' • &)- J . -•,., - ' .-i. -: . ..1 IP'-'4 _ ' • :- . - .)1#11-r .--e ) •T .41,1_.' - L, - ,- ,_ . , .(i) •- A, zn. --s. --Trir '''' , ill ' IP,. _ ,ti,„.._,,*.,,,-:., or rii..,...'f. 's, IV • , It di . qi pi - -.+-.---. #. , , , st ,i..,e , di-i,„• , -. ' 01,,a_ 0 • . - • - 1 , , IT,t .11 it. r ,,, i 1,4 1-1 15 . -4t -i • •li,. 71. 'It,, 0. ai ,•;,,i- ,-,4 al.' - i • ,1..i- • , ' : .t • - .-._,-. . • . , . % -,,-) 1 ›, I t: ••- = 1'''w f.. cn4 .-11 .; -1- ' .11. 11 ,1? ' - . i i gilt ag .2 it lig 1 o. , ctc. ._ ... 4 i ` -''. ocl•' , a 1 .:L.* • t it gh A '1j...: . i..) I m_, al`k•,4 ' i. . ..,..4. Por...., ...,., . f•-• -1 E , II . = -I,.,• ... - 4,__ 1 I 111' .,,ILE, , , , ... 1 i 1 -. I - -• • ' - . itmiggiteiR• !• tr -- ' 6 - 7,1 ,;.` ..4„ i. it I, .., Athi:7r-e-t• . - 1 _ . J• A. X '6.-g, • (L) A A i - 1111 'VI : tkiit, sj 4 174.7,015,.. ‘„ --.--.0 re 'Ill . I . . . -% rLi•""' ...7mf'°100-'4110-11Pe a k Rattoa , - .., -_ , - 1,,, , .• ..t.' - g t, • t . III ' .4 .. „ LU 0 , •' IS •____.4:40,- , , ,, ! ..- 0 -••-2,-- • ---0.' • h. • It /...17. ,,- '•• ., i!.., ssj„ „.1 ,. ,.... i 1 H ti-vfelii-REfill,•- '' 1 1 t I., a/reamo''' - . t,, ,, I i'•',. • t; li‘l.ti , al) it AN . • • .:.,4 0 rit'• : 044,t IV AO . . _ , .. ,e , *., • •. . - . .. ,... . , ( -i: •• ,6 . . '',- ' I , 1,111% ' r4r.- ._ . .. • : t. 11 • r . .. • ...II 11, . l'r- 1 ; dr:lk,, i, . c :•' ,.italifil i,.,.. . . a SIR? g It. - , -. -- , `-----. ' • ° ' - '' .,S;ipaIni•D . I - :•:‘7MpAl- 4_,--•• i. ii / .•• •• t. I , 411:„.ir:e-. . 1, '. ,• .Ill . r7 .,.-% . , _ i a •). A . • < r. ‘'' . . . Mph, 11:2.' -.Pt- i0.4,• ,..1; -----...erioiM in et-Rd - birikik- , . . 51 ' II --akneub-- • , ,. 1..lik- 4: 0• , - I • .1. 4.. , , 1 vt v.• fik.6vma ' .1110411W4 • a . --- - • - •-- ! `, '4 . -,'",a - -• ' • ' -""I'"`"••aiirram...NE.28th-et „ . 1.,• .I., ubc ,,, tows „or . . , , I c',i,-.-zH , le , k . ,4- ....••••,will -•.•_-. . . 1. - W -- r 4 - . ik; ; • ,4 '." • %'. 1 Ir. 1 \ir:-*,..,;":..'...i •"*.'7F,". 1111' . q*.- 1 , ' .' t - , -. - -.. 11.• •• # Li Ii. I ' ' #oPt• "or..I--,..$ .;- -# = ,.- - - # . , . gr.,''', sLiff f • • , _, , —- -Oce2.P . ,. .,-......-. ......A.I.... • 4 t II Z (4'. - ..#••7#‘— f '- ,i --: . , :Ii/ ,...• It aiti • ' M - ill . I, - .71•";=, ' ':-. '...Sv.A ?''- . 1 ' r 5" t 441 P- ',' -' . *--4- '-- ... ; - •• . '' , ' 4• _ •i IT,VZ*-. ./' ; 1E'7' -, ', • •'..-4 - NF-2:14h0E-t Sf ' . if. • '.'; • :! " 4. L , t • • ,. r-,.., - . ,.... I 11 ...r ' J. NE-17-th.Avp- - :1 *•'.1 --: — . 3..,::•. •.1 r • ' :- 'C.;, e'W ' ' - -' , ,,,r--"•-•4 4 il. 4:... ..: ',;•.b, t',.• • 1 g a, .. .. .,. .,.... , .: _ - -,•,' '' , : ' t: 1 . ' •-jr):, ,, c. .0.) • -NE‘26thlAve --*-- - - - • ' — . -- ) , :,.,. ,.. .. li IL "'" 1.....4" ' . 1 -`--(1 ),-; '`,.tai ,.„ • - 4."'. -I E :1 :-k 11- ' ..!(f/ ' . •'. -!- 1 0 - ‘• . f .:, /. • 114 t. 1 ir .,.co i b 1' N -91- 7 I _44 , , , ,,i.• . , ..itt ,v .ir-1 , ,. , 1 a .... ,_,:o . I ‘ , - I .i -b. • .. *-. .. il Ai . - rni 'WI.I k . • ? lir -' '' 1.p., .... , )it.,\/' ' .., il ..-,, 1111114. 1.1, NI• 4 ll i :•,. 1- 118‘ 'If III 1 i . . . ,. 1, 1 i 11, g g.,1•1 4 i IR! t-. - ,,„, • , , , .-„ .- . i • . _ San Castle - Aerial Control Point Survey Plan ''• '• VI . if , - 1.... sii' . now .. ,. ,- i . t.... i t - . -: --..-,- . i te_..\— _ + - rI. _ _. a . TT4s. .._,- -t,' Ilw I _4 d _r "• ., -GCP-L2"� - f lleillianal —• �� —� ! A .._ .!u1 .' .:+ ., c" _ 'r • .�� ., GCP-23 0 z• • +G , , �_ .. 4 ,, , s r. if _ y - _ s f' Pi 1w I GCP:03• 1 �• a • s' .. CP-09-• R aY ',Q'C O6.w- te f '.�(`. �'� �I�� On WI ■" ; }�� r c.., , ix. ,-,. • o �I N{`�eaEies �,`, w '+ � 'e r� r • � �'Aw ��e� 1 _GCPr17_� f �"''r �' f} CP-10 . ` ""`>CP 03 •,' , � '..r •. GP-02 tsvim �•Ii i S i �T (� �1 • ��1. ,_ a �SP�'IC ICSig�y j - ]' .,;••#;40',...1 i t " a �-+ Y GCP 07 '' I,, �c171. iha GCP•''-3 +r'�'-t" GC' . . ; +. • 'f Ara ��' + , , r • I • ...� .4 -rt an�<i t, GCP=O2._(j." ij - a n • _-. • f I ' - �' n I ` t! 1 '- w_ I a •'+ Y r i'j n44 F ig,' !, 1! e •m - cC' 1„4 K °�� •4 .4 s a .,y • a ..es + ani+ .-. r .r,\ , :4.�+<r._ . •S- ... i1,■ .:. -j. 7 .i•/ f• `� • _ ` P-04 i , ,• • •' ' a e �. 7�-.�'^•y,�Dntlantlo-C�r-Q.- • �y ,: e• • •- •.. � 'r G I't -? j'L. ail --�•••fi-: t_ lif .►. .+�. ;.�. .•• L n•--'`. ...�. y, Ii Pr .' s '• �r 6a4:_.p1. ` :.�•' -..,_', P(I ., °r ',us* ' CPa01.t;,,. ,••sr Yrs 1 • _ ' ' 4. ' . _' -C:-08 - - t r. CP •O5 y. GCP1 •'w • • I.f :'F;wM' .• .'lr•r. "." . sc . •N7 , ♦ 4-•:r7-1-7.— r 1 .LCa ... ..`� . . m .�-�..- -,. L- • ri ,..� •'s- t J t ' I"' • yt• GCP-®• 7 la,- GCP 1e • R * 66 •,.^ •`CP- *• • I4.2si$ • 16,r•-• ' ., ^II .� I + I • ,'N,..,?• y. , ,4-4. ... .. } • ,s . •� +•�•- /MI I , J ism.,.• wM1 go, % 1'.7 .,L-Jik..'f' ....4: : 11151*.L aoL . Fteait �rrr _� d►rlf !• '• ,! • h d j _!' w r g Aviv■VjP/14110rirar 5• , i ll+t,'� r 1� `II .4/14 '- D 11-SI6. ''0'P• �'�. a�,'N "r :u. • r • ,. .� ‘. , � �11{ i� Votes: l. All locations shown are general. Surveyor may relocate points within reason (25'-50'). All control points (GCP and CP) shall be installed as nail in disk and placed on horizontal flat surfaces with a clear view )f the sky. Avoid placing beneath trees, power lines, or structures. 3. All control points shall be clearly labeled as shown in the image below. No stenciling required. 1. All control point data shall be delivered in csv format. Document shall contain Point ID, Northing, Easting, Elevation, mnd Point Type (ie, N.D., paper target, etc). 5. Surveyor shall provide the Horizontal and Vertical datum/coordinate system to ensure accurate reconstruction. -444414h.: . 40110101100* ACP - OO1 k �. _Li It ,. _ ' .1 it A& .4. il r - > , 1st -p-iL 4 A . , ...., ., ,,,,,,,,,„ / tr......4110 .• JPak 1 'at i AN' :rtt' :. .‘"1(,„ , / 1 . '1-.7 4 _ 1 b i 1 i . lii 1. ,iliti■f : , - • l !.._7 ler i A. • " •z ` `gi ! t4 a ! ' 4� .a _ •w VIM.rr„', • .., • altillitOt 3 so! • ....VI° . ..+.II, 4 * ••lt. 40 :: ' :: tr* L _ / ..,.-to .L. ' - / 1:%. .. 1.i -!.'0%0 P'1''' is-- „,,ii*" 411$ ' .-, 14: , 4E ,s ,/..111 whir - 1,-•• . .414 ' 100110 4.1.6P 4 ' 1 1 ,,'",.. . ...•:. ,..1 -10 -'4' ji" N 4.': U.' '..." . I ' fr wi. ..• II 'Nffir ! _ '•.,. .1 • 1 •'f .1: a 1- ♦, ( �� -•� • + •y.�'� • ��" • 1,.` r, ,. 4, .. , , _. .., . .A, .r• ,„ii, '.' • ....:-... .,.. **, ,..1" re.V iii.rti.., iii' ',....- :. W . . *' t, e-- .. _ 0.1is, ,..ar A . - iil **.d dilift. • r-% • - /: - ..4-14 • '• -t--' ./ P " - •• • ` V �Riy � a _ r- i•1� . •4,.. r [a r.- � . • m • � aan ` : ; r� V: fz {' pt,-2117-4,1 ' ... _ � i �, .1�,. , , _t , i ira 11 :itlir •IAA1•11*.11 1 4./ • - ... s. . 41 Alk it •. #' _ ♦ ���` . g, , .. - ,;,,. `:• ,� c e- ' r. • ' t ! it s' - 4 .1, . . ,* .-Jf.: -- .illw* --,214 --- 4,1" , 11 't A. r .r#1.- '- .41 ' 4.-4c1".ti 41' + , ....:1. 41:ail ... •• N,.r 4. ,M. \I R'r j '',y4,* •• -a,:, ,, - l 47r, . gr--4 j ! r......... 1...-.,.....--r.irp, _. ,..1,_ _ Ili 11111 —,.... %%1.- ‘..... Y.:„!.- . : . 'NI, • .i -1.-- Dr* -jos i 4,. , 0,..., ih..... ik---: i '''' : ....:.1 -, ' . Ak'n's,A 4,.. 1 ..., . 1 its,j '41— _. . -1-- •I a it..714. ,.. i -:.... - 4.8-- iklir. • , . .,Z ,� .. gel' i .,e.ka ` e y.� 7 .� 11: ` ;:‘,"41:.liet...:". +� !' . Rte' :114;.; iii....111:11,-.....1: '2,..„str"..:......:::.; %.:.:.::11:::41, 4.'' :,12‘...... 40.7:.1:411.Y.' --- --- gol:10,-T.— ,,.:4F* 4.' .!, . ' ' a, , :.7.,.. __ ... ...., r... r" i, :I . . JI...1.,r • r.r.t;..rt.rIZ'-‘0, 1!?..- tA„,,. t 4 - 'At% , - . .111,0114:1: F 1 • ..... ,:flf.74' rir 1 . 11101 -4 ' dr 1 liprzir :ow- •rif `illicit"' --* a .-41/18^t 1 .4, i L + - ' '� _ it, '• :Alf till . /1 . .14 . 1.....441104,, „, i • i allill ' slit,-4,01.4.04ty_d 'jo im , . :s.:. . . tat,,,,--,....4 . .... -owt....„ a 0,-,, i, ,_-_-.- . ..,4 .1! .01 I„,i4t, 17 x ,1 j . ',"n".16 ...1 11.*:II:iii: 41;ce,o; ....1.._ 91. , .......• ± ' .l �' i0 ,- o ` ` ` Alp fi aril! I,V _ i ii i it . ii,,idp ir ill I . ,-, ' .P-i. _ „:,. t: ..i. . •."5 MI 1111111, - if i .:-.120r , .1.: .. . _ , p..4: ..,,, it. c.. nil Ili' A .....,4 „wi. 7 • 0 k i *- ' A '1 4, 4: i Jr ,, /, r .c ar 11 alt Wei.' '4-11,_ NI fail#11r , , ,•• 0 N Lir!I i -At 44- 1,-,,„ t„... . „.4 1 1: A A, li ,- •, a t: li 14 N. tie - I* ,.: 4,:77:i711.,••1 I — R +� 4 � , ' lif ri-1 eV '' _ a ! .rye Re `• + •4 ; : • oro ip? I' r. y' '*� �. ..�», .17 '' r •_ , _u z tfill .lilt • a .vw ° . ,• �i'�• T if .,1 41410 jklitH__..17:Aitt.,,,11 1 , ,..,. . 7._.4. , . il ...,7.4, .1:-. . . . ).4111-411tb)t 1. !'5 ' 1*-If44!4 a ‘ N3c.1- . - . --arf I L -.1 _ .,.. ;,s ,.., 741 , ,f ev,,, .6- _ :-.- • Lli? --- • -•..-'-,.. ,.„4101, ,; w �!. tl ' X. ' �r,� (� (-- i < .-I ..- \ ditir, ,,, ..; . ...1 - , , 1:14111" 1 .‘ Aoc.% , P ' t _ --, --# . - i op +1. w *,t 1 4.� vv `� _ ,,-' Mi..ne to ~ _ _iadivi....4_4_:_ii m,:11 • i , .a, , ,:...... 4 ' 4_,,?c,i.i. .-N: .,_ . .- 7, -..t.,..toi:Ipp-ittiii , -; r--- - iit . -4: - di r •./1 - 'e. 4 1 14.•' T"ft Ni.,.....47 '4...._ 40 a.tot r; _ 10 r •. bra ill. 2 f4. '�'+� .,.3 . ffelt es. �• , . _ • --% - . v 4r. .1_ ., . • • 11 . ..„ .. . • `) y of <�.11 6,111, "" � ,....•` �"5vw r .:'• ; ' ",) air tirt, t • 4""r 4 111141 1101411,6*,„' , ...,,,'„itaitesooltt_ ... I, -k • i 464,1 ;, lit 0/1) , tvell,,..;• 'al. 1 r' 'a ,....wallA: • It : •em1.1ar ♦ ! • I'"7,,, w • • 74 i ATTACHMENT B SUBCONSULTANTS' PROPOSALS im- AVIROM & ASSOCIATES, INC. EST. 1981 SURVEYING & MAPPING /��-�� BOCA RATON/STUART/KEY WEST December 22, 2025 Via E-Mail: sramirez@wadetrim.com Ms. Shari Ramirez Wade Trim 2100 Ponde de Leon Blvd., Suite 940 Coral Gables, FL 33134 Re: San Castle 5th Revised Proposal Dear Ms. Ramirez: In accord with your request, the following proposal for professional land surveying services is submitted for your consideration. Topographic Survey in accord with Standard of Practice as set forth in Chapter 5J-17.05 FAC pursuant to Section 472.027 Florida Statutes(±24,780 linear feet Survey limited to right-of-ways • Establish on-site benchmarks based upon NAVD 88 Datum. • Obtain sufficient control monumentation, if available, to graphically depict limits of property. • Easements will be shown based on the recorded plats. • Locate all above ground improvements including pavement, curbs, sidewalks, swales, berms, retention areas and above ground evidence of utilities. Obtain rim elevations of sewer and drainage structures. Utility locations will include fire hydrants, water valves, meter boxes, vaults and main irrigation valves. • Collect rim and inverts at 7 manholes at Seacrest Boulevard. • Location and material of driveway aprons will be shown. • Above ground cleanouts will be shown. • Obtain spot elevations on points of location and cross sections at 100' intervals with high and low points extending within the limits. • Survey to include "surface"/TIN layer and pavement markings. Fees: Survey crew (2 person) 275 hours at$150/hour $ 41,250 Survey crew (3 person) 275 hours at$185/hour $ 50,875 Senior CAD technician 430 hours at$125/hour $ 53,750 Senior PLS 44 hours at$175/hour $ 7,700 Total: $153,575 50 SW 2nd Avenue, Suite 102, Boca Raton, FL 33432 (561) 392-2594 www.aviromsurvey.com Wade Trim San Castle December 22, 2025 5th Revised Page I 2 Additional Scope • Set 37 control points with painted I.D. • Collect elevations at 37 control points. Fee: Survey crew (2 person) 51.5 hours at$150/hour $7,725 Senior PLS 1 hours at$175/hour $ 175 Total: $7,900 Upon authorization to proceed, we will complete the project within approximately 3 months, weather and holidays permitting. A certified PDF file and a CAD file will be supplied upon completion. We will provide up to 4 signed and sealed copies, if requested. Respectfully, John T. Doogan, P.L.S. /j s AVIROM & ASSOCIATES, INC. Surveying & Mapping Negotiated Rates Classification Hourly Rates Employees Identified Sr. Professional 175.00/hour Michael D. Avirom, Marisha Kreitman, Surveyor/Mapper John Doogan Professional Surveyor/Mapper 150.00/hour Michael J. Avirom Survey Technician 90.00/hour Mark Jahrsdoerfer, Frank Carvalho Survey Crew (2 Men) 150.00/hour Mark Jahrsdoerfer, Frank Carvalho Deanmichel Alexis, Joseph Pinkocze Survey Crew (3 Men) 185.00/hour Mark Jahrsdoerfer, Frank Carvalho Deanmichel Alexis, Joseph Pinkocze, David Young, Stephen Kinsel Laser Survey Crew 300.00/hour Mark Jahrsdoerfer, Frank Carvalho Hydrographic Survey Crew 3,750.00/day Christopher Evans and various crew members GIS Specialist 125.00/hour William Evans Sr. CADD Technician 125.00/hour William Evans, Satarupa Khamaru CADD Technician 100.00/hour Lee Weiner, Jeffrey Bickham, James Stammer, Walter Queen, Jason Sae Tang Aerial Photogrammetry 400.00/hour Keith Chee-A-Tow, Lee Weiner, William Evans, Deanmichel Alexis, Jason Sae Tang Page 2 ierracon1225 Omar Road West Palm Beach, Florida 33405 P (561) 689-4299 Terracon.com December 8, 2025 (Revision No. 2) Wade Trim 9100 S. Dadeland Blvd., Suite 1500 Miami, FL 33156 Attn: Ms. Shari Ramirez, PE, ENV SP Phone: (786)-361-1644 Email: Sramirez@wadetrim.com RE: Revised Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements East of N. Seacrest Blvd. to Gove Rd. and between Mentone Rd. & NE 26th Ave. Boynton Beach, Florida Terracon Proposal No. PHD255067 Dear Ms. Ramirez: We appreciate the opportunity to submit this revised proposal to Wade Trim to provide Geotechnical Engineering services for the above-mentioned project. The following are exhibits to the attached to this revised proposal. Exhibit A Project Understanding Exhibit B Scope of Services Exhibit C Compensation and Project Schedule Our base fee to perform the Scope of Services described in this proposal is 38,596.08. Private utility locate services and maintenance of traffic are included in the fee. Fees for the ROW Permit for the City of Boynton Beach are included in our fees. Exhibit C includes details of our fees and consideration of additional services as well as a general breakdown of our anticipated schedule. Your authorization for Terracon to proceed in accordance with this proposal can be issued by sending us your Subconsultant Agreement using this proposal as an attachment. Sincerely, Terracon Ja DuBois Rutu Nulkar, P.E. Geotechnical Department Manager Senior Associate/Operations Manager Geotechnical I ierracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements i Boynton Beach, Florida December 8, 2025 i Terracon Proposal No. PHD255067 Exhibit A - Project Understanding Our Scope of Services is based on our understanding of the project described by Wade Trim and the expected subsurface conditions as described below. We have not visited the project site to confirm the information provided. Aspects of the project, undefined or assumed, are highlighted as shown below. We request Wade Trim and/or the design team verify all information prior to our initiation of field exploration activities. Planned Construction Item Description Information The information regarding the proposed project was provided via Provided multiple emails between May 14 and November 26, 2025. We understand that the City Boynton Beach has planned drainage improvements for the San Castle residential neighborhood in an Project effort to reduce persistent flooding. The new improvements will Description include installation of 24,000 linear feet of stormwater piping, 86,000 linear feet of water and sewer infrastructure and 24,000 linear feet of roadway resurfacing and replacement. Proposed Not applicable. Structures Building Not applicable. Construction Finished Floor Not applicable. Elevation Maximum Load Not applicable. Grading/Slopes We assume minimal. Below-Grade Not applicable. Structures Free-Standing Retaining Walls Not applicable. We assume that new pavements will be consistent with existing Pavements pavements and meet the City of Boynton Beach pavement design requirements. The actual pavement design will be performed by Civil engineer. Facilities i Environmental I Geotechnical I Materials ierracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 i Terracon Proposal No. PHD255067 Item Description Stormwater We assume that stormwater will be routed to existing stormwater Management and new management systems. Estimated Start of Construction Unknown. Facilities I Environmental I Geotechnical I Materials uerracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 Site Location and Anticipated Conditions Item Description Parcel The project is located East of N. Seacrest Blvd. to Gove Rd. and Information between Mentone Rd. & NE 26th Ave. in Boynton Beach, Florida. Existing Structures, utilities, pavements and landscaping. Improvements Existing Topography Appears relatively level. We expect that the site will be easily accessible by our truck Site Access mounted drill rig. It is likely that Maintenance of Traffic (MOT) will be required to complete the field work in a safe manner. Facilities I Environmental I Geotechnical I Materials ierracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 Exhibit B - Scope of Services Our proposed Scope of Services consists of field exploration, laboratory testing, and engineering/project delivery. These services are described in the following sections. Field Exploration The field exploration program prescribed by Wade Trim is shown below. Number of Soil Planned Depth Planned Location Borings (feet) Along proposed drainage 20 SPT Borings 10 improvements 1. Boring location plan will be created and shared with the team prior to field exploration work. In addition, twenty exfiltration tests (BHP's) will be conducted using procedures and nomenclature developed by the South Florida Water Management District, namely the Usual Open Hole Test procedure. The boreholes will be 6-inches in diameter and extend one to two feet into the groundwater table. A 2-inch diameter perforated PVC pipe will be placed in the boreholes. Water will then be pumped into the boreholes to raise the water level in the boreholes to the ground surface. Once the inflow stabilized with the outflow rate, the average pumping rate and the elevation of the water obtained with this stabilized flow rate will be recorded. The hydraulic conductivity value will then be calculated from the test results and will be reported in units of cubic feet per second per square foot, per foot of head (cfs/ft2-ft head). The locations of the exfiltration tests will be finalized after discussion with the Civil engineer. Boring Layout and Elevations: We will use handheld GPS equipment to locate borings with an estimated horizontal accuracy of ±10 feet. Field measurements from existing site features may be utilized. If available, approximate elevations will be obtained by interpolation from a site specific, surveyed topographic map. We can alternatively coordinate with your Project Surveyor to include locations and surface elevations in project information if so requested. Subsurface Exploration Procedures: We will advance borings with a truck-mounted drill rig using drilling mud and casing. Five samples will be obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. Soil sampling is typically performed using the split-barrel sampling procedures. The split-barrel samplers are driven in accordance with the standard penetration test (SPT). The samples will be placed in Facilities I Environmental I Geotechnleal I Materials • Terracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 appropriate containers, taken to our soil laboratory for testing, and classified by a Geotechnical Engineer. In addition, we will observe and record groundwater levels during drilling and sampling. Our exploration team will prepare field boring logs as part of standard drilling operations including sampling depths, penetration distances, and other relevant sampling information. Field logs include visual classifications of materials observed during drilling and our interpretation of subsurface conditions between samples. Final boring logs, prepared from field logs, represent the Geotechnical Engineer's interpretation, and include modifications based on observations and laboratory tests. Property Disturbance: Terracon will take reasonable efforts to reduce damage to the property. However, it should be understood that in the normal course of our work some disturbance could occur including rutting of the ground surface and damage to landscaping. We will grout the borings upon completion and surface with cold patch asphalt as needed. Safety Terracon is not aware of environmental concerns at this project site that would create health or safety hazards associated with our exploration program; thus, our Scope considers standard OSHA Level D Personal Protection Equipment (PPE) appropriate. Our Scope of Services does not include environmental site assessment services, but identification of unusual or unnatural materials observed while drilling will be noted on our logs. Exploration efforts require borings into the subsurface, therefore Terracon will comply with local regulations to request a utility location service through SSOCOF. We will consult with the landowner/client regarding potential utilities or other unmarked underground hazards. Based upon the results of this consultation, we will consider the need for alternative subsurface exploration methods as the safety of our field crew is a priority. Private utilities should be marked by the owner/client prior to commencement of field exploration. Terracon will not be responsible for damage to private utilities not disclosed to us. Terracon proposes to subcontract with a private utility locatina service. Fees associated with this service are included in our Scope of Services (See Exhibit C). Facilities i Environmental I Geotechnlcal I Materials • Terracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 The detection of underground utilities is dependent upon the composition and construction of the utility line; some utilities are comprised of non-electrically conductive materials and may not be readily detected. The use of a private utility locate service would not relieve the landowner/client of their responsibilities in identifying private underground utilities. Site Access: Terracon must be granted access to the site by the property owner. Without information to the contrary, we consider acceptance of this proposal as authorization to access the property for conducting field exploration in accordance with the Scope of Services. Our proposed fees do not include time to negotiate and coordinate access with landowners or tenants. Terracon will conduct field services during normal business hours (Monday through Friday between 7:00am and 5:00pm). If our exploration must take place over the weekend or at night, please contact us so we can adjust our schedule and fee. Traffic Control: We have budgeted for traffic control services during our subsurface exploration and patching activities, which is anticipated to take no more than four days. Laboratory Testing The project engineer will review field data and assign laboratory tests to understand the engineering properties of various soil and rock strata. Exact types and number of tests cannot be defined until completion of fieldwork, but we anticipate the following laboratory testing may be performed: ■ Material Fine than the No. 200 Sieve in general accordance with ASTM D1140 ■ Moisture Content in general accordance with ASTM D2216 ■ Organic Content in general accordance with ASTM D2974 ■ Corrosion Series (pH, electrical resistivity, chlorides & sulfides) Our laboratory testing program often includes examination of soil samples by an engineer. Based on the results of our field and laboratory programs, we will describe and classify soil samples in accordance with the Unified Soil Classification System (USCS). Engineering and Project Delivery The results of our field and laboratory programs will be evaluated, and a geotechnical engineering report will be prepared under the supervision of a licensed professional engineer. The geotechnical report will include: ■ Boring logs with field and laboratory data ■ Stratification based on visual soil classification Facilities I Environmental I Geotechnical I Materials irerracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 • Groundwater levels observed during drilling • Site Location and Exploration Plans • Subsurface exploration procedures • Description of subsurface conditions • Results of the permeability testing • Estimate of Seasonal High Groundwater Level (SHGWL) • Results of the laboratory testing • Subgrade preparation/earthwork recommendations for the new pipelines • Pavement section recommendations Facilities i Environmental I Geotechnical I Materials „, ierracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 i Terracon Proposal No. PHD255067 Exclusions The following services are often associated with geotechnical engineering services and are not included in this scope of work. Review of Plans and Specifications: Our geotechnical report and associated verbal and written communications will be used by others in the design team to develop plans and specifications for construction. Review of project plans and specifications is a vital part of our geotechnical engineering services. This consists of review of project plans and specifications related to site preparation, foundation, and pavement construction. Our review will include a written statement conveying our opinions relating to the plans and specifications' consistency with our geotechnical engineering recommendations. Observation and Testing of Pertinent Construction Materials: Development of our geotechnical engineering recommendations and report relies on an interpretation of soil conditions. Our assessment is based on widely spaced exploration locations and the assumption that construction methods will be performed in a manner sufficient to meet our expectations and consistent with recommendations made at the time the geotechnical engineering report is issued. We should be retained to conduct construction observations, and perform/document associated materials testing, for site preparation, foundation, and pavement construction. These services allow a more comprehensive understanding of subsurface conditions and necessary documentation of construction to confirm and/or modify (when necessary) the assumptions and recommendations made by our engineers. Facilities Environmental Geotechnlcal Materials lerracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements i Boynton Beach, Florida December 8, 2025 I Terracon Proposal No. PHD255067 Exhibit C - Compensation and Project Schedule Compensation Based upon our understanding of the site, the project as summarized in Exhibit A, and our planned Scope of Services outlined in Exhibit B, our base fee is shown in the following table: Task Lump Sum Fee Subsurface Exploration, Laboratory Testing, Geotechnical Engineering Report including Private Utility locate & Maintenance of Traffic services $38,596.08 Total $38,596.08 Our Scope of Services does not include services associated with site clearing, wet ground conditions, tree or shrub clearing, or repair of/damage to existing landscape. If such services are desired by the owner/client, we should be notified so we can adjust our Scope of Services. Additional Services Lump Sum Fee Plans and Specifications Review TBD Construction Material Testing Services TBD Unless instructed otherwise, we will submit our invoice(s) to the address shown at the beginning of this proposal. If conditions are encountered that require Scope of Services revisions and/or result in higher fees, we will contact you for approval, prior to initiating services. A supplemental proposal stating the modified Scope of Services as well as its effect on our fee will be prepared. We will not proceed without your authorization. Facilities I Environmental I Geotechnlcal I Materials rerracon Proposal for Geotechnical Engineering Services San Castle Infrastructure Improvements I Boynton Beach, Florida December 8, 2025 Terracon Proposal No. PHD255067 Project Schedule We developed a schedule to complete the Scope of Services based upon our existing availability and understanding of your project schedule. However, our schedule does not account for delays in field exploration beyond our control, such as weather conditions, delays resulting from utility clearance, or lack of permission to access the boring locations. In the event the schedule provided is inconsistent with your needs, please contact us so we may consider alternatives. Delivery on Client Portal Schedule (Working Days) Kickoff Call with Client 5 days Site Characterization 20 days Geotechnical Engineering 30 days This schedule is assuming that all Permits required for lane closures as needed will be processed within 2 weeks of submission of the documents. Geotechnical jfeYracon Geotechnical Services San Castle rvcture Improvements Terracon proposal No.PMD255067 1 Field Exploration Services Rouse,Ray $ 120.93 32 hours 1 32 $ 3,869.76 Subcontract Drilling(TriStar) $ 11,960.00 lump sum 1 $ 11,960.00 All American Barricades $ 8,855.00 lump sum 1 $ 8,855.00 Sub Total 32 $ 34,684.76 Lump Sum Sub Total 1.1 Boring Layout and Utility Coordination Rouse,Ray $ 120.93 32 hours 1 32 $ 3,869.76 Sub Total 32 $ 3,869.76 Lump Sum Sub Total 1.2 Field Services Subcontract Drilling(TriStar) $ 11,960.00 lump sum 1 $ 11,960.00 All American Barricades $ 8,855.00 lump sum 1 $ 8,855.00 Sub Total $ 20,815.00 Lump Sum Sub Total 2 Laboratory Testing Services Wash 200,Soil(ASTM D1140) $ 55.00 5 tests 1 5 $ 275.00 Moisture Content Determination,Soil and Rods(ASTM 02216) $ 14.50 5 tests 1 5 $ 72.50 Corrosive Suite $ 212.75 3 tests 1 3 $ 638.25 Sub Total 13 $ 985.75 Lump Sum Sub Total 3 Enginsaring Services DuBois,Jason $ 178.10 20 hours1 20 $ 3,562.00 Conde,Johan. $ 140.59 40 hours1 40 $ 5,623.60 Nulkar,Rutu $ 249.99 3 hours 1 3 $ 749.97 Sub Total 63 $ 9,935.57 Lump Sum Sub Total 4 Privet.Utility Locator GPR Private Utility Locator $ 2,990.00 lump sum 1 $ 2,990.00 Sub Total $ 2,990.00 Lump Sum Sub Total Total $ 38,596.08 Lump Sum Total $ - Explore with us inframap QUALITY PROFESSIONAL EXPERTISE November 10, 2025 (Revised December 1, 2025) Wade Trim 2100 Ponce de Leon Blvd., Suite 940 Coral Gables, FL 33134 Shari Ramirez, P.E., ENV SP, Project Manager E: sramirez@wadetrim.com 0: 786.361.1644 Re: San Castle - SUE Boynton Beach, FL Subsurface Utility Engineering Services Dear Ms. Ramirez: We have prepared this proposal to perform subsurface utility engineering services including vacuum excavation test holes for the above referenced project. Our scope of work shall be performed in accordance with the Procedures, Exclusions and Assumptions identified below and will include the following: 1. Air Vacuum Excavation Test Holes with Survey— Air vacuum excavation test holes will be performed at the proposed test hole locations to be chosen by client at a later date. This proposal includes 60 total test holes (26 for Test Pits & 34 for Utility Conflicts). In addition, scan a 5' radius around each proposed test hole. Air Vacuum Excavation Test Holes with Survey During utility locating by air/ vacuum test holes InfraMap will complete the following tasks: 1. Agency Coordination — InfraMap will comply with laws and regulations concerning excavation by coordinating with utility inspectors, property owners, "ONE CALL" and others as required. 2. Anticipated Permits — InfraMap will prepare and coordinate throughout the permitting process and will bill the associated fees as a direct expense. 3. Test hole conflict identification and field locate—If InfraMap has not performed the utility designating prior to the test hole task, and we identify a discrepancy between existing utility location on client provided plans and what is in the field, we will notify the Client prior to any test hole work. We will make recommendations if utilities are not where the records maps indicate, or a utility is discovered that is not shown on any records and is not detectable during the electronic sweep. InfraMap will contact the client and discuss strategies to address the unpredictable field conditions. InfraMap will work with the client in the identification of additional test holes or removal of test holes from future scope of work. 4. MOT - Maintenance and Protection of Traffic in local jurisdiction will be provided in accordance with the Florida Department of Transportation (FOOT) FY 2025-2026 Standard Plans, latest edition or other applicable requirements. in[ramap 5. Test hole — InfraMap will perform the following for the test hole task: a. Excavate a test hole using air/vacuum excavation. Provide all precautions necessary to perform the work safely and to cause no damage to the utility. The test hole will be of the minimum size required to expose the utility and record the following information: i. Depth below grade (cover). ii. Utility material, shape, and overall condition. iii. Approximate diameter of pipes, cables, conduits, and the configuration of multiple conduit systems. iv. The general directional trend of the utility. v. Thickness, type, and condition of paving material. vi. General soil conditions. b. Install a survey marker (PK or hub and tack) directly over the centerline of pipes or edge of concrete structures or conduit banks at grade. Ribbon of appropriate APWA / ULCC color will be installed in the backfill from utility to grade. Indicate on the test hole form the placement of the marker relative to the utility cross section. Record the location of the marker with a minimum of three swing tie measurements to convenient existing permanent structures on site. c. Backfill test hole with excavated material in 6-inch lifts by air pneumatic tamping. Restore test hole area to the original condition. Repair and restore all pavement cuts to ensure a long-lasting repair utilizing asphalt cold patch. 6. Survey - Survey of test hole locations to provide northing, easting and elevations of pin or hub associated with each test hole. Survey will be performed by utilizing applicable State Plane Coordinate System or client provided established survey control. 7. CAD - The survey data will be processed into a test hole utility file in AutoCAD (dwg) format with symbols depicting horizonal locations of test holes. 8. Quality Assurance / Quality Control review — QA/QC review of the test hole reports will be completed to compare the findings of the test hole to the available utility information. InfraMap will evaluate and resolve any discrepancies. 9. Deliverables— Deliverables will include a test hole inventory summary table, individual test hole reports, and updated existing utility file in AutoCAD (dwg) format. Exclusions and Assumptions: 1. The targeting of subsurface utilities, although highly reliable, is expressly understood to represent an approximate location of the target facility as marked on the ground surface. The accuracy of targeting is subject to certain factors beyond our control such as limitations of available technology and field conditions that may include, but are not limited to depth of utility, electrical conductivity of utility, site conditions and access. 2. Our electronic equipment cannot locate non-conductive pipe systems and or fiber optic line without tracer wire. 3. Concrete Pavement with reinforcement, as well as guide rails and chain link fence, could interfere with our electronic equipment at times to locate utilities. inframap 4. Overhead utilities, irrigation systems, septic drain fields, residential/commercial services, and confined space entry are not included in this scope of work. In addition, gravity structure investigations including storm water and sanitary sewer are not included. 5. At this time, geotechnical borings or subgrade information have not been provided. Large stones, shale, coral, construction debris, or other subsurface conditions including a high groundwater table may limit the ability of our equipment to excavate to the utility and or make it very difficult to visually verify the utility condition and material. 6. In order to provide a cost-effective service that causes minimal disturbance to site amenities and utilities, and is acceptable to permitting agencies, the size of the Test Hole excavation is kept to a minimum. The diameter of most pipes greater than 24" cannot be recovered directly from one test hole and it may be necessary to perform additional holes. 7. This proposal assumes test holes will be repaired consistent with the cold patch specifications above. Depending upon test holes locations and/or local, county and state permit requirements, permanent asphalt patch repairs either using hot mix asphalt, asphalt infrared services or cement subbase, are out of the scope of these services. If required, an out-of-scope proposal or supplemental agreement will be prepared before proceeding further. 8. If a single test hole location is selected at a point where two or more utilities intersect(or trend close together), a single test hole may not be feasible to obtain information for all requested utilities. The utility of higher elevation may be of sufficient size as to prohibit further excavation in the existing test hole. To reach the utility of lower elevation in this instance a separate (additional) test hole will be required. 9. Encased systems and non-encased conduit banks are typically exposed on one edge. This allows the test hole to be excavated down the side of the utility until a discernable bottom edge can be evaluated. Although it is usually possible to determine the bottom edge of these systems, it is not possible to determine conditions under these or other utility systems, such as concrete over pour and other utilities. It is important for the designer to remember that the bottom edge of an encased system or unencased conduit bank may not represent its lowest point, and that the shape of the system may not be the same on both sides. The width of these systems may not be determined from a single test hole. Encased systems and unencased conduit banks may require two test holes to document the width (and both of the sides top and bottom elevations). 10. Recoverable and accurate survey control, which can be accessed during mobilization, will be provided by the client. In the event the survey control is not located near the proposed utility investigation, we anticipate utilizing NRTK GPS. Note, the use of NRTK GPS may affect horizontal and vertical accuracies. If NRTK GPS cannot be utilized due to significant tree cover or satellite loss, a survey traverse will be required. This proposal does not include services to perform a survey traverse to transfer control to the work site. If required, same will be included on a time and materials basis if it cannot be absorbed into the existing budget. 11. This service will be provided with due diligence and in a manner consistent with standards of the subsurface utility mapping industry. Every reasonable effort will be made to locate all systems of interest whether indicated on records available to us or not. However, we do not guarantee that all existing utility systems can or will be detected. It may not be possible to detect utilities that we do not have prior knowledge of, such as systems that are not depicted on records available to us. Further, this service is not intended to detect non- utility structures such as but not limited to foundations, buried tanks, septic systems, wells, tunnels, concrete or metal structures, or the true size and limits of subsurface utility vaults and manholes. la inframap FEE SCHEDULE TEST PITS: {einframap UTILITY TEST HOLE SERVICES (FOR TEST PITS) !ppr: ,: Resource Project Manager, PLS $ 211.00 13 $ 2,743.00 Senior Utility Location Manager $ 170.00 13.0 $ 2,210.00 Administrative $ 95.00 1 $ 95.00 Utility Location Manager/Party Chief $ 126.00 63.0 $ 7,938.00 Technical Locator/Survey Instrument Operator $ 93.00 63.0 $ 5,859.00 CAD Technician $ 115.00 17 $ 1,955.00 TH Setup $ 210.00 5 $ 1,050.00 Direct Labor Total Fee Estimate $ 21,850.00 Direct Expenses Rate Units Mileage ($/mi. - GSA Rate) $ 0.700 216 $ 151.20 Arrow Board ($/day) $ 100.00 2 $ 200.00 Direct Expense Total Fee Estimate $ 351.20 TOTAL FEE ESTIMATE $ 22,201.20 QNramap UTILITY DESIGNATING SERVICES WITH SURVEY(FOR TEST PITS). Project Manager, PLS $ 211.00 1.00 $ 211.00 Senior Utility Location Manager $ 170.00 1.00 $ 170.00 Administrative $ 90.00 0 $ - ULM $ 126.00 6.0 $ 756.00 TL $ 95.00 6.0 $ 570.00 CAD Technician $ 115.00 0.0 $ - Administrative $ 90.00 1 $ 90.00 Direct Labor Total Fee Estimate $ 1,797.00 0 in[ramap UTILITY CONFLICTS: .2Inrramap UTILITY TEST HOLE SERVICES (UTILITY CONFLICTS) Project Manager, PLS $ 211.00 18 $ 3,798.00 Senior Utility Location Manager $ 170.00 18.0 $ 3,060.00 1 Administrative $ 95.00 1 $ 95.00 1 Utility Location Manager/Party Chief $ 126.00 82.0 $ 10,332.00 Technical Locator/Survey Instrument Operator $ 93.00 82.0 $ 7,626.00 i CAD Technician $ 115.00 23 $ 2,645.00 1 TH Setup $ 210.00 5 $ 1,050.00 Direct Labor Total Fee Estimate $ 28,606.00 Direct Expenses Rate Units Mileage ($/mi. - GSA Rate) $ 0.700 284 $ 198.80 Arrow Board ($/day) $ 100.00 2 $ 200.00 Direct Expense Total Fee Estimate $ 398.80 TOTAL FEE ESTIMATE $ 29,004.80, etinrramap UTILITY DESIGNATING SERVICES WITH SURVEY(FOR UTILITY CONFLICTS) !iiim, I• -our. l _ r, Project Manager, PLS $ 211.00 1.00 $ 211.00 Senior Utility Location Manager $ 170.00 1.00 $ 170.00 Administrative $ 90.00 0 $ - ULM $ 126.00 6.0 $ 756.00 TL $ 95.00 6.0 $ 570.00 CAD Technician $ 115.00 0.0 $ - Administrative $ 90.00 1 $ 90.00 Direct Labor Total Fee Estimate $ 1,797.00 Our total estimated cost for this project is $ 54,800.00 and includes all mobilizations necessary to complete each task. Our cost is in accordance with the scope of services, exclusions, and assumptions as indicated above and includes mobilization, mileage, performing of field services, office coordination and oversight, QA/QC, and preparation of final deliverables. If you have any questions or concerns regarding this proposal, please do not hesitate to call (561) 315-5714 or email agarcia@inframap.net. We look forward to working with Wade Trim on this project. Regards, 4--1--A-4.,4-.V. .._,:x.........-- Andres Garcia Senior Project Manager Brett Konchak Commercial Manager clns ituform 3100 Fairlane Farms Rd, An=uric Water Solutions Company Wellington, Fl 33414 an Tel:561-993-6464 E-Mail: BKonchak@azuria.com SO-TBD 12/22/2025 Shari Ramirez, PE, ENV SP, Senior Project Manager WadeTrim Florida Engineering Society Miami Chapter, State Director 9100 S. Dadeland Blvd., Suite 1500, Miami, FL 33156 RE:San Castle project in City of Boynton Beach, Florida Insituform Technologies, LLC ("ITL") is pleased to provide this Proposal ("Proposal"), including county permit, for the scope of work detailed below for the above-referenced Project ("Project"). The following pricing shall apply to work performed by ITL. All pricing is valid for 60 days, unless otherwise extended by ITL. ITEM I DESCRIPTION U.O.M. UNIT PRICE QTY TOTAL Clean and CCTV inspection of 8-10" 1 Sanitary Sewers LF $3.00 24124 $ 72,372.00 Root and Grease Removal(estimated at 2 15%of total) LF $4.00 3618.6 $ 14,474.40 3 Easement Access(estimated at 40%) LF $2.00 9649.6 $ 19,299.20 4 MACP Manhole Inspections Level II EA $200.00 109 $ 21,800.00 5 Travel and Mobilization LS $7,500.00 1 $ 7,500.00 6 MOT Major Roads EA $750.00 6 $ 4,500.00 Total $ 139,945.60 P&P 2.5%Bond Cost $ 3,498.64 Grand Total $ 143,444.24 Exclusions: • Heavy Maintenance of Traffic • Bypass Pumping • Erosion Control 1 The following items are excluded from ITL's above Pricing and Scope of Services/ Responsibilities stated in this Agreement. These items, if necessary, applicable or otherwise required, shall be furnished by the Customer, in the Customer's direction and at no cost to ITL or may, upon mutual agreement in writing between ITL and Customer, be provided by ITL at an additional cost: 1. Licenses and construction easements. 2. Customer shall be responsible for locating all manholes on the project and ensuring access is possible. 3. Payment and Performance bonds have been added to the proposal cost and will be supplied upon award. 4. Removal and disposal of any hazardous or toxic materials encountered during the Project. 5. Holiday work, rush delivery or adverse weather work(as defined by ITL). 6. Certified Professional Engineer stamped designs. Will be provided, at additional cost, if required in specifications. 7. Additional premiums for special insurance coverage(s)specific to any project if required. Upon approval ITL will utilize Wade Trims sub agreement terms and conditions. County Permitting to be handled by ITL. By executing this Proposal, Customer shall be subject to all of the terms and conditions including those contained at the following link: Insituform Terms and Conditions (the "Insituform Terms and Conditions"). The terms of this Agreement(including the Insituform Terms and Conditions)shall be controlling over others. The terms and conditions of this Proposal form the entire agreement "Agreement" between the parties. All other terms, proposals, negotiations, representations, recommendations, statements or agreements,whether made or issued contemporaneously or previously,are excluded from and are not a part of this Proposal and have no binding or enforceable effect. This Proposal, if accepted, shall be binding on the parties and their respective successors and assigns. Please do not hesitate to contact me with any further questions at Very truly yours, Insituform Technologies, LLC. Brett Konchak Commercial Manager Accepted By: Date: (signed) Title: (print name) 2 +� McFARLAND JOHNSON 4601 Sheridan Street,Suite 500•Hollywood,FL 33021 Phone:(305)705-4871 www.mjinc.com SAN CASTLE NEIGHBORHOOD UTILITY IMPROVEMENTS PROJECT CITY OF BOYNTON BEACH, FLORIDA ENVIRONMENTAL SCOPE OF SERVICES December 22, 2025 1) PROJECT DESCRIPTION McFarland-Johnson, Inc. (M1)will provide environmental support services to Wade Trim, Inc. (WT or"the Client")for the San Castle Neighborhood Utility Improvements Project ("the Project" or "the Proposed Action"), which is proposed by the City of Boynton Beach and federally funded through the U.S. Department of Housing and Urban Development(HUD) Community Development Block Grant - Mitigation (CDBG-M) program, in coordination with the Florida Department of Economic Opportunity/Florida Department of Commerce.See Figure 1 for the Project Location. The Project will be designed by WT and is anticipated to be divided into three (3) design packages: (1)Water, (2) Sewer, and (3) Roadway&Drainage. The Proposed Action includes the following project components: 1. Sanitary Sewer Rehabilitation Design Package: Up to approximately 24,124 linear feet of sanitary sewer main lining along existing roads, including 109 manhole coating and 569 linear feet of sewer lateral replacement for those to be determined by WT to be in poor or fair condition. 2. Water Main Replacement Design Package: Up to approximately 12,000 linear feet of water main replacement along existing roads, via combination of pipe bursting trenchless method and open cut, including new fire hydrants and water service replacement. 3. Roadway and Drainage Improvements Design Package: Up to approximately 24,780 linear feet of roadway milling and resurfacing or asphalt overlay from Mentone Rd to NE 26 Avenue between N Seacrest Boulevard to Grove Road. New stormwater conveyance system with exfiltration trenches along four(4) known localized street locations. These improvements will be based on the proposed Hydrologic and Hydraulic Model Engineering Report to be prepared by WT. A Level 2 Environmental Review will be prepared in accordance with Florida Department of Commerce and HUD requirements, including compliance with the National Environmental Policy Act(NEPA)for project review and approval. It is assumed that HUD will be the Lead Agency and Level 2 Environmental Review and NEPA documentation will be submitted to Florida Department of Economic Opportunity / Florida Department of Commerce through the City of Boynton Beach. For the purposes of NEPA,the Proposed Action is assumed to be a multiphase project,with various components considered to have independent utility and potentially qualifying as"single and complete actions". San Castle Neighborhood Utility Improvements 1 December 22, 2025 Figure 1 —Project Location wtir►...tilt., •.i"ai I ;1 Yi , loilr !C"•/a■' ''-'11 ---i ! :'ot'.... ! a •,imu.."444 .1.1...,.. ' Mil * "-I',,,All `� i • „...) , r _�4. t ,. 1 i •■ 14 f,r �� ' .114106-444- • ••-•♦ r•• Ti •� - �,M-i ` f , . �(. • sill NO. ..:�.. Ipe ' ..- '1":.art�• .m l`,`r I i R 1i+�,- '..1. �_ .• ,,:-.631-:` : .1 •.k'�' „ A* - i . .. _if am 111 1' - ''-,,,,-, pr ...ivi7 -,.... ,Th,,, : - . .,. , _i ea , _,, 1 4,;6:4$, , . _ • ' . . `� , = l . . t • + } i if l • • • • • 11 • «-,•.rte . ,♦♦ . �,s_,f •r M 1 • • f y lily • •'...t„z- -c .-,...,, • 1: . '.t.U• -,0 4'fit ''', if -��.-.ice+-+�' ■ �.. __. «__L" r. ,1 ' ■ a 1!'i■mum: .4 ilk . j. i ( + 7 �tt I + oc.Niks - i ,,, p., . 1 o f f ' . •; l.r rr 1. �'+ PI' 111op ((( • ■ • 7 . •, ; �"•lI TIMM MI Project Location 14. il ' ■ .. , , "_'1; Flood Risk: 100yr Storm Event �V x i. .�"�a,,�. 1. , 0 0.2 5 0.5 Miles ' `,,•P 4 :.: : 49,r+, 41 4W ii.v ,,,,,fri, • ` kSourc4;IEsn Maxar�tajlhsl2r?9'ecxraptiics,and Vie!4 1 - 1 100%Employee-Owned Company San Castle Neighborhood Utility Improvements -3 - December 22, 2025 2) SCOPE OF WORK MJ will provide the following professional services in support of the Project: 1. Task 1: Environmental/NEPA Coordination,Agency Meetings and Tasks Management Provide support with communication and coordination with regulatory agencies, project stakeholders, and the HUD/ Florida Department of Commerce team to ensure alignment with Level 2 Environmental Review and determine the appropriate NEPA Type of Action for each of the three(3)design packages. For the purposes of the Environmental Scope of Services, the Project would have a duration of five (5)months. 2. Task 2: Data Collection, Field Evaluation and Environmental Reports Conduct environmental screening and analysis,and preparation of a Natural Resources Evaluation(NRE) Report and high-level Contamination Screening Technical Memorandum, to be used for the Level 2 Environmental Review and NEPA process. 3. Task 3: Level 2 Environmental Review, Type 1 Categorical Exclusions (CEs) and NEPA Environmental Assessment(EA) Evaluate project eligibility for a Type 1 CE for some of the project components with completing the CE documentation and Environmental Review Checklist for submittal to the Florida Department of Economic Opportunity/ Florida Department of Commerce. Prepare an EA for the Project for review and NEPA approval by the Florida Department of Economic Opportunity/Florida Department of Commerce. 4. Task 4: Environmental Permitting Support Provide limited environmental technical support to WT in completing the FDEP and SFWMD Environmental Resources Application (ERP), particularly the environmental sections associated with our Environmental Scope of Services. Field testing or sampling is not considered part of Environmental Permitting Support. The following sections provide a detailed description of these environmental tasks. 2.1 TASK 1: ENVIRONMENTAL/NEPA COORDINATION AGENCY MEETINGS AND TASKS MANAGEMENT MJ will manage environmental coordination and task oversight as part of its scope of work, including the following activities: • Attend in-person or virtual Kickoff Meeting with WT. (1 person per meeting is assumed.) • Develop and maintain a task schedule and environmental budget for duration of the scope of services. • Coordinate staffing and resources allocation. • Provide support to WT with communication and coordination with regulatory or permitting agencies related to MJ's scope of services. • Attend up to five (5)virtual coordination or progress meetings with WT.Three(3)of these meetings will focus on design progress at WT's 30%, 60%, and 90%, design deliverable stages for the overall Project. This scope does not account for multiple sets of 30%, 60%, and 90% design deliverables. Additional compensation would be required if attendance at additional meetings is requested by WT or the City of Boynton Beach. • Participate in up to three (3) virtual meetings with City of Boynton Beach and Florida Department of Commerce. • Prepare monthly progress reports and invoices. 2.2 TASK 2: DATA COLLECTION, FIELD EVALUATION AND ENVIRONMENTAL REPORTS Projects funded through the HUD, CDBG-MIT and the Florida Department of Economic Opportunity/ Florida Department of Commerce program must undergo an NEPA environmental review to assess potential impacts.As such, it is required to detail the project scope, evaluate alternatives,and identify foreseeable environmental impacts resulting from the Proposed Action. Based on the location and nature of the Proposed Action, it is anticipated that each project component discussed in Section 1 of this document, within the project boundaries shown in Figure 1, will result in minimal ("less than significant") environmental impacts and will not exceed regulatory thresholds. 100%Employee-Owned Company San Castle Neighborhood Utility Improvements December 22, 2025 2.2.1 INVENTORY, DATA COLLECTION AND NATURAL RESOURCES EVALUATION(NRE) A single NRE Report will be prepared for the Project.This task includes: • Desktop environmental screening using publicly available GIS databases and conceptual design information provided by WT. • Review of planning or conceptual layouts to be provided by WT depicting the Proposed Action. • Wetlands screening using the U.S. Fish and Wildlife Service(USFWS) National Wetlands Inventory(NWI)to identify potential regulated wetlands. • Land use review to assess the presence of suitable habitats. • Protected species assessment using the USFWS Information for Planning and Consultation (IPaC) online tool to determine the likelihood of species presence and potential impacts. • Field visit to visually document existing environmental conditions. It is assumed that all project components can be visited during a single mobilization. o Identification of environmental constraints,public recreational features,and natural resources(e.g., dominant vegetation,wetlands, surface waters, protected species or habitats). o If regulated wetlands are present within the project footprint, these will be field delineated and mapped using a handheld global positioning system (GPS). (This does not represent or include delineation or mapping by licenses surveyor or professional survey mapper.) o Photographic documentation of representative site conditions. Soil,water quality,groundwater, and air quality sampling or testing are not included.A Seagrass/Submerged Aquatic Vegetation (SAV) survey, as well as a Tree Inventory or Tree Survey,are also not included. • Preparing NRE Report (Technical Memorandum) to document the current ecological conditions within the footprint of the Project. • Cultural resources desktop review: o Submit a single database search request to the Florida Master Site File (FMSF) via sitefile@dos.myflorida.com to identify recorded resources. o Submit a single Technical Memorandum with the overall Project descriptions as a review request to the State Historic Preservation Office(SHPO)via CompliancePermits@DOS.MyFlorida.com. - Based on the nature and location of the Proposed Action, it is assumed SHPO will issue a "no effect" determination, and a Phase I Cultural Resources Assessment Survey is not required; therefore, not included as part of our Scope of Services. Services from an archeologist or cultural resource professional is also not included. • Level 1 Contamination Desktop Screening Evaluation (Level 1) using publicly available databases from LightBox (EDR), U.S. Environmental Protection Agency (EPA), and Florida Department of Environmental Protection (FDEP). A contamination screening evaluation of the project footprint would be performed consisting of a desktop review of readily available agency data bases,including current and historical records and a site reconnaissance to visually identify evident past and present activities that have the potential to impact areas with the boundaries of the Project. The FDOT PD&E Manual,Chapter 20,will be used as the guidance for the Level I. The Level 1 does not involve sampling and testing of air, soil, groundwater, or other substances and materials. It is assumed that the information to be obtained from the Level 1 evaluation would be sufficient enough to determine potential contamination risk on the Project. This scope of work includes the following activities: o Review of environmental records readily and publicly available through agency databases(i.e.,FDEP, EPA and Palm Beach County. o Field review and site reconnaissance 100%Employee-Owned Company San Castle Neighborhood Utility Improvements 5 December 22, 2025 o Review of historical aerial photos, city directories and Sanborn maps, if available o Review Topographic Maps from the US Geological Survey(USGS) o Review of USGS Geologic Maps o Review contamination risk rating o Level I Evaluation Report(Technical Memorandum) - A single Technical Memorandum will be prepared to document findings for the overall Project. - Phase I or Phase II Environmental Site Assessments are not included in this scope of work. According to a preliminary site reconnaissance and search through FDEP and EPA publicly available databases, contaminated areas are not expected to be present within the project footprint; therefore, no further investigation is considered under our scope of work. Also, no structures or buildings are proposed to be demolished or impacted by the Project; therefore, testing for asbestos containing material (ACM) is not included in our scope of work. Therefore, a Technical Memorandum or contamination clearance letter to document screening,methodology,data reviewed and;findings and conclusions. Information to be included in the Technical Memorandum would also include project description, land uses, hydrologic features, and foreseeable impacts(related to the Level I Contamination Desktop Screening). 2.2.2 TASK 3: LEVEL 2 ENVIRONMENTAL REVIEW, NEPA ENVIRONMENTAL ASSESSMENT(EA)AND TYPE 1 CATEGORICAL EXCLUSIONS(CEs) Mi will provide technical environmental support to WT with the preparation of a Level 2 Environmental Review. Two(2)NEPA CEs will be prepared for the following WT design packages: • Sanitary Sewer Design Package • Water Main Design Package A NEPA EA(or CE)will be prepared the following design package: • Roadway and Drainage Design Package The Level 2 Environmental Review with CEs and the EA will be prepared taking into consideration the Florida Department of Economic Opportunity Environmental Assessment—Environmental Review Checklist and 24 CFR 58. The NEPA EA will be prepared following template from the Florida Department of Commerce (Environmental Assessments Determination and Compliance for HUD Assisted Projects 24 CFR 58). If an NEPA EA is required for the Roadway and Drainage Design Package,the following HUD impacts codes would be used to make the impacts determination: 1) "Minor beneficial impact" 2) "No impact anticipated" 3) "Minor adverse impact—May require mitigation" 4) "Significant or potentially significant impact requiring avoidance or modification which may require an Environmental Impact Statement(EIS)" The preparation of environmental mitigation plans or EIS is beyond the scope of work and therefore not included as part of the Environmental Scope of Services presented in this document. 100%Employee-Owned Company San Castle Neighborhood Utility Improvements - 6 December 22, 2025 Main environmental assessment factors to be evaluated as per Florida Department of Commerce for HUD assisted projects and 24 CFR 58 include: • Alternatives • Land Use/Land Development • Socioeconomic • Community Facilities and Services • Natural Features • Cumulative Impacts It is assumed that the Proposed Action will not result in a reasonably foreseeable significant adverse effect on the quality of the human environment.Therefore,the CEs and/or EA will be prepared as concise documentation consistent with NEPA and 24 CFR 58 requirements. Appendices Supporting documentation generated from previous tasks described in document will be included as part of the CE packages and/or EA, including NRE Report, Level 1 Contamination Desktop Screening Evaluation and agency correspondence. Additionally,engineering analyses and layout plans,to be provided by WT,will also be included as applicable. 2.3 TASK 4: ENVIRONMENTAL PERMITTING SUPPORT It is assumed that WT will lead and prepare the required permit applications (e.g., FDEP, South Florida Water Management District(SFWMD),City of Boynton Beach)for the Project and based on the respective design packages. For the purpose of our Environmental Scope of Services presented in this document,it is assumed that Mi will provide limited environmental technical support to WT in completing the FDEP and SFWMD Environmental Resources Application (ERP), particularly the environmental sections associated to our Environmental Scope of Services. Construction dewatering or any other permit application are not considered part of this scope of work. 3 FEES The Client shall reimburse M1 for Basic Services in the following manner: Table 1: Environmental Scope of Services—Lump Sum Fees(Estimated Breakdown) Employee Classifications! SPM I AS I JEJP I 2025 Billing Rates'! $280 I $125 I $109 I F4 c E Er •o Scope of Work 1'i o o rc o c o 2 c Qa C.) o c p In -, w «N Fee 1.Environmental/NEPA Coordination,Agency Meetings and Tasks Management 35.46 21.00 8.00 64.46 $13,424.68 $13,424.68 2. Data Collection,Field Evaluation and Environmental Reports 17.88 112.70 40.00 170.58 $23,452.50 $1,688 $25,140.50 I 3.Level 2 Environmental Review,NEPA Type 1 Categorical Exclusions(CEs)and Environmental Assessment(EA) 42.08 237.75 99.75 379.58 $52,372.50 $52,372.50 I 4.Environmental Permitting Support to WadeTrim(SFWMD/FDEP ERPs) 16.78 37.91 3.75 58.44 $9,844.50 $9,844.50 I Total Hours 112.181 409.36 151.5 673.041 — — — I Total Cost $31,410.68 $51,170.00 $16,513.50 - $99,094 $1,688 $100,782 I 'Billing rates are subject to change every January 1st. M1 will start services within 10 working days after receipt of Client's acceptance of this proposal and receipt of a copy of a Purchase Order. M.1 will bill Client monthly based on project completion. Invoices shall be paid by the Client in accordance with Florida statutes,Florida Prompt Payment Act.The above financial arrangements are on the basis of payment of invoices within 45 days so that the orderly and continuous progress of the Project can be maintained. 100%Employee-Owned Company San Castle Neighborhood Utility Improvements -7 - December 22, 2025 ASSUMPTIONS 1. This scope of services is based on the information available at this time. Any change to the scope of services and/or technical support, other than those presented in this proposal, could result in an increase in the cost included herein. Any work, studies, additional support and/or expenses that are not described in this proposal will not be performed without an agreement between the Client and Mi and authorized via Change Order by the Client. The fees may have to be revised if the Project/Scope definition changes from the description presented in this document, unforeseen site conditions, additional project elements, design packages are added, or additional support is requested by the Client or the Owner. In the event of out-of-scope items, they will be coordinated and addressed with the Client prior to starting work on out scope services. The out-of-scope services presented in our invoices shall be paid for by the Client. Additionally, our Scope of Work does not include signed and sealed documents by a licensed engineer (PE), project design,or other studies that are not described in this document. 2. The project description, purpose and need statement documentation, project layout and design,and alternatives will be based on information to be provided by Client. 3. Mi cannot make warranty,guarantee,or impression,expressed or imply that the project site(s)are free of contaminants. 4. The Client will coordinate with the Owner for property access and permission to conduct site inspection of the project site. 5. This proposal,consisting of seven(7)pages,represent the entire Consultant's Scope of Services. CLIENT/ACCEPTANCE: WADETRIM Signature:Brett Konchak I Commercial Manager this day of ,2026, 100%Employee-Owned Company City of Boynton Beach Engineering Design and Environmental Review Services — San Castle RFQ No: PWE 25-009 Public Outreach Scope of Services TMS will provide public outreach services for both the design and construction phases of the San Castle project, which are described in detail in our Estimates of Hours for each phase, as follows: • Develop and maintain a Public Involvement Plan • Develop and maintain a resident and stakeholder database • Develop up to 6 (six) pieces of collateral throughout the life of the project, up to 2 (two) rounds of edits per collateral piece and QAQC each • Set up and maintain a project hotline which will be monitored for the life of the project with monthly reports • Develop and maintain an ADA compliant, SSL Certified project webpage with Google translate and QAQC included • Assist with logistics, development of notices, assistance with setup/take down, attendance and follow up for up to 3 (three) public outreach meetings throughout life of the project • Meetings and/or Communication with project team and stakeholders throughout the life of the project The attached Estimates of Hours provide detailed information for each task and/or deliverable as well as anticipated expenses such as printing and postage. It should be noted that TMS only bills for actual work performed. Additionally, we do not upcharge vendor fees and will only ask for reimbursement of the actual expense. All expense estimates will require approval by client prior to proceeding. ESTIMATE OF WORK EFFORT FOR 447:411 Wade Trim - City of Boynton Beach San Castle THE MERCHANT STRATEGY Estimated Project Duration - Design Phase - 12 Months Task No. Task TOTAL COST Details 1.00 Public Involvement Plan Develop and Maintain a Public Involvement Plan TMS will develop a Public Involvement Plan(PIP)for this project which will provide project scope,location,history,identify key stakeholders and outline public outreach 1.1 (PIP) ;$ 2,300.00 activities. Task includes QAQC by supervisor and up to 2(two)rounds of edits. 2.00 Database Creation TMS will develop a stakeholder database that includes all residential and commercial properties,schools,hospitals,and places of worship within 500 feet of the project site using Palm Beach County Property Appraiser's Office.Google Earth and Google Maps.Additional stakeholders include, . . ,Property,Condo,and I .. ..i 2.1 Resident and Stakeholder Database $ 1,100.00 Associations,elected officials,schools,places of worship,and other interested parties. Task includes QAQC by supervisor. 3.00 Collateral Materials(up to 3(three)) TMS will draft and edit up to 3(three)pieces of collateral material which includes mailers,notices,flyers,postcards,or other documents. Collateral material will be delivered via US Mail to all . . identified in the database. Task includes QAQC by supervisor and up to 2(two)rounds of edits. Cost of printing,postage,and/or door 3.1 Create and Edit Collateral Materials(up to 3(three)) $ 4,000.00 ganger bags will be actual and separate. 4.00 Project Hotline TMS will staff the hotline as first point of contact for the client during working hours(Monday thru Friday 9 am-5 pm). Calls that come in before/after hours will be 4.1 Set up a Project Hotline $425.00 responded to the next business day.ONE-TIME FEE 4.21 Staff Hotline $ 900.00 ,TMS will staff the hotline as first ooint of contact for the client during working hours(Monday thru Friday 9 am-5 oml. 4.3 Monthly Reports $ 900.00 TMS will provide client with monthly summary report of hotline communication. 5.00 Project Webpage TMS will develop a project webpage which can be hyperlinked to the City's webpage.Webpage will provide project information,location,schedule,important dates, documents,FAQ,and a contact us feature.ONE-TIME FEE includes:Development of webpage;SSL certification for project duration;webpage hosting for project duration; 5 1 Develop an Interactive Project Webpage $4,000.00 Google translate,ADA compliance;and QAQC by supervisor with p to 2(two)rounds of edits. 5.2 Update and Maintain Webpage $ 1,100.00 TMS will update and maintain the webpage.Task includes QAQC by supervisor. 6.00 Public Outreach Meetings(1(one)Meeting) TMS will handle logistics for 1(one)public outreach meeting. TMS will locate a venue and secure AV Equipment if needed. Cost of venue and any refreshments will 6.1 Logistics for 1(One)Public Outreach Meeting $ 150.00 •e actual and additional Develop Notification for 1 (One)Public Outreach TMS will draft and edit 1(one)public outreach meeting notice to be delivered via US Mail to all stakeholders identified in the database. Task includes QAQC by supervisor 6.2 Meetings $ 1,400.00 and up to 2(two)rounds of edits. Cost of printing,postage,and/or door hanger bags will be actual and separate. 6.3 Attend 1(One)Public Outreach Meeting $ 600.00 TMS will provide one(1)staff member to attend 1 (one)public outreach meeting.TMS will provide sign in sheets,take notes and provide summary to client. Meetings/Communication with Project Team 7.00 and/or Stakeholders Kickoff Meeting,Project Team Meetings,and/or 7 1 Communication with Project Team $ 1,700.00 TMS will attend the Kickoff Meeting,meet with the Project Team.and/or communicate with the Project Team as needed. 7.1 I Meetings and/or Communication with Stakeholders $ 1,400.00 TMS will meet with and/or communicate with stakeholders as needed. This includes assistance with easements if needed. Total PI Tasks/Deliverables $ 19,975.00 6.00 Estimated Expenses Printing/Postage estimate 3(three) Pieces of 6.1 Collateral and 1 (one)Notice $ 11,339.00 Estimate for printing/postage for 3(three)pieces of collateral and 1 (one)notice. This cost will be billed separately,at actual cost. TOTAL ESTIMATED EXPENSES $ 11.339.00 TOTAL PI TASKS/DELIVERABLES AND ESTIMATED EXPENSES $ 31,314.00 Estimate of Staff Hours for Wade Trim-San Castle-Design Phase Pane 1 of 1 11/1R/2025 11.49 AM ESTIMATE OF WORK EFFORT FOR 4117A1 Wade Trim - City of Boynton Beach San Castle THE MERCHANT STRATEGY Estimated Project Duration - Construction Phase - 16 Months Task No. Task TOTAL COST 1.00 Update and Maintain Database 1.1 Update and Maintain Database $ 500.00 TMS will update and maintain the stakeholder database developed in the Design Phase for the duration of the Construction Phase.Task includes QAQC by supervisor. 2.00 Collateral Materials(up to 3(three)) TMS will draft and edit up to 3(three)pieces of collateral material which includes mailers, .. . . notices,flyers,postcards,or other documents. Collateral material will be delivered via US Mail to all stakeholders identified in the database. Task includes QAQC by supervisor and up to 2(two)rounds of edits. Cost of printing and 2.1 Create and Edit Collateral Materials(up to 3(three)) $ 4,000.00 >ostagewill be actual and separate. 3.00 Project Hotline 3.1 Staff Hotline $ 1,200.00 TMS will staff the hotline as first point of contact for the client during working hours(Monday thru Friday 9 am-5 oml. 3.2 Monthly Reports $ 1,200.00 TMS will provide client with monthly summary report of hotline communication. 4.00 Project Webpage 4.1 Update and Maintain Webpage $ 1,400.00 TMS will update and maintain the webpage.Task includes QAQC by supervisor. 5.00 Public Outreach Meetings(2(two)Meetings) TMS will handle logistics for 2(two)public outreach meetings. TMS will locate a venue and secure AV Equipment if needed. Cost of venue and any will be 5.1 Logistics for 2(two)Public Outreach Meetings $ 300.00 actual and additional. Develop Notification for 2(two)Public Outreach TMS will draft and edit 2(two)public outreach meeting notices to be delivered via US Mail to all stakeholders identified in the database. Task includes QAQC by supervisor 5.2 Meetings $ 2,600.00 and up to 2(two)rounds of edits. Cost of printing,and postagewill be actual and separate. 5.3 Attend 2 two)Public Outreach Meetings $ 1,200.00 TMS will provide one(1)staff member to attend 2(two)public outreach meetings.TMS will provide sign in sheets take notes and provide summary to client. Meetings/Communication with Project Team 7.00 and/or Stakeholders Project Team Meetings,and/or Communication with 7.1 Protect Team $ 2,300.00 TMS will meet with the Proiect Team and/or communicate with the Proiect Team as needed. 7.11 Meetings and/or Communication with Stakeholders $ 1,400.00 TMS will meet with and/or communicate with stakeholders as needed. This includes assistance with easements if needed. Total PI Tasks/Deliverables $ 16,100.00 6.00 Estimated Expenses Printing/Postage estimate for 3(three)Pieces of 6.1 Collateral and 2(two)Notices $ 13,606.80 Estimate for printing/postage for 3(three)pieces of collateral and 1(one)notice. This cost will be billed separately,at actual cost. TOTAL ESTIMATED EXPENSES $ 13,606.80 TOTAL PI TASKS/DELIVERABLES AND ESTIMATED EXPENSES $ 29,706.80 Estimate of Staff Hours for Wade Trim-San Castle-Construction Phase Pane 1 of 1 11/15/7075 11.40 SEa Merchant Strategy Rate Schedule Sharon J Merchant, QAQC, $200/hr Cheryl Scott, PI Manager, $150/hr Colleen Hackett, PI Specialist/Administration $125/hr Cheryl Carpenter Klimek, PI Specialist/Graphic Arts, $125/hr engineering December 05, 2025-Revised December 30, 2025- Revised Ms. Shari Ramirez, P.E. Wade Trim, Inc. 9100 S Dadeland Blvd suite 1500 Miami, FL 33156 Reference: City of Boynton Beach-San Castle Neighborhood Improvement Via email: sramirez@wadetrim.com Ms. Shari Ramirez, At the request of the Wade Trim, Inc. ("the CLIENT"), BCC Engineering, LLC ("BCC") is pleased to submit this Proposal for Professional Engineering Services for the City of Boynton Beach San Castle Neighborhood Improvement Project. This Proposal order defines the project's description, scope of work, schedule, compensation, and exclusions for the professional engineering services. PROJECT UNDERSTANDING As part of the CLIENT's team for the City of Boynton Beach, BCC's primary goal is to provide Civil Engineering Services for the San Castle Neighborhood Improvements Project. The overarching objective is to contribute expertise and solutions that enhance the overall infrastructure and functionality of the community. This project involves the Implementation of the San Castle stormwater improvements from the Wade Trim H&H study to meet the City's Level of Service.This project will comply with the latest City of Boynton Beach Engineering Standards, and South Florida Water Management District Standards. The scope of services proposed under this project includes design, permitting, and preparation of construction documents, procurement support, and post design support. Our services will ensure minimal community disruption, adherence to environmental and stakeholder requirements, and alignment with City's operational goals. Our scope of services, exclusions/assumptions, fees, and billing are as follows. SCOPE OF SERVICES Meetings & Coordination Task 1.0-Meetings &Coordination As part of this task, BCC Civil staff will attend three (3) milestone meetings and a kick-off meeting. During these meetings, the status of all ongoing tasks and Department reviews will be discussed. Participation by BCC in any additional meetings beyond those identified above shall be at the discretion and request of the Acting Project Manager. Attendance at such additional meetings will be billed separately on a per-meeting basis in accordance with the Agreement. Data Collection Services Task 2.0-General Data Collection As part of this task, BCC will perform a one-day field reconnaissance site visit to help familiarize key BCC staff with the sites condition along the proposed routes, evaluate potential route conflicts and verify 6401 SW 87th Avenue Suite 200 Miami,Ft 33173 305.670.2350 00 00 0 @bcceng b c Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised bc Page 2 of 7 available roadway conditions. BCC will prepare a field assessment report documenting the findings of the site visit. BCC will also collect available data from the City of Boynton Beach and SFWMD. Research and evaluate As-Buit plans and GIS for location of any existing drainage features and the possibility of reusing any part of the existing drainage systems. Additionally connect existing drainage systems to the west of the project limits to the proposed drainage system. Civil Engineering Design Services Task 3.0 Roadway Engineering Services As part of this task, BCC will provide roadway engineering services to support the design project in accordance with the requirements of applicable jurisdictional and regulatory agencies. BCC will prepare roadway restoration plans for roadways impacted by the installation of the exfiltration trench. For all other roadway segments delineated in the RFQ, BCC will prepare roadway plans depicting mill and resurfacing and/or pavement overlay improvements meeting the City's requirements. It is anticipated that minor roadway profile adjustments and limited grade harmonization may be required to ensure positive surface drainage and runoff conveyance, with anticipated elevation adjustments generally ranging from approximately 1 to 4 inches. The roadway restoration plans will be subject to refinement based on final Hydrologic and Hydraulic (H&H) modeling results. Any additional roadway segments identified beyond the current scope of services will be addressed through a supplemental services agreement. Roadway Plans BCC will prepare Roadway Plans to support the design project, the Roadway Plans will include the following: • Develop Typical Section Package.Typical Sections will be based on the Typical Roadway Sections in the City of Boynton Beach Engineering Standard Details P-2 and P-3. • Prepare Level I MOT plans. Includes general notes, typical sections, and phasing notes. Signing and Pavement Marking Design and Plans BCC will prepare a signing and pavement marking plan for the project that meets the requirements of the regulatory agencies.This plan will include standard details and notes. • Replacement of existing pavement markings due to road milling and resurfacing or overlay as well as damaged sign. Deliverables: 1. Roadway Construction Documents-40 Scale (24"x36" Plan Sheets) (i) 30% Preliminary Set (ii) 60%Construction Documents (CDs) (iii) 90%CDs Progress (Permit) (iv) 100% Final Documents 2. Opinion of Probable Construction Cost (60%, 90%, and 100%) 3. City's Technical Specifications Exclusions: • Pavement Design Report not included. Pavement design will be based on Exhibit D (Generic Specifications - Paving, Drainage, Conduit and Restoration) of the City of Boynton Beach Design Criteria Handbook & Construction Standards and from City's Technical Specifications. 6401 SW 87th Avenue Sudo 200 Miami,Ft 33173 305 670 2350 .0000 40bcceng .. 6 ,,t,o Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised bc Page3of7 • Full MOT plans are not required, only general notes, typical sections, and phasing notes. Full MOT plans will be the responsibility of the Contractor. • Provide design for horizontal and vertical geometry. • Provide cross sections every 50'. • Prepare Utility Adjustment Sheets. • Loop Vehicle Detection Design and Plans • Any design variations for Clear Zone and Intersection Sight Distance. Task 4.0-Stormwater Design Services As part of this task, BCC will provide Stormwater Design Services to support the design project.This Services will include but not limited to: Demolition Plan BCC will prepare Demolition Plans incorporating removal of the existing improvements in conflict with the proposed facilities.This plan will include standard details and notes.Should permitting be required for this work, it will need to be provided by a licensed demolition contractor. Note: The use of explosive demolition materials and the assessment for or removal of hazardous materials or toxic waste are not included in these services and will not be incorporated in the Demolition Plan. Erosion Control Plans BCC will prepare an Erosion Control Plan for the project that meets the requirements of the regulatory agencies and for the Contractor's use in preparing and processing the required Stormwater Pollution Prevention Plan (SWPPP), in compliance with the "Generic Permit for Stormwater Discharge from Large and Small Construction Activities (CGP)" through FDEP. The Erosion Control Plan(s) will include standard details and notes to meet the requirements of the regulatory agencies. Drainage Plans BCC will prepare drainage plans, to support the design project, which meet the requirements of the jurisdictional regulatory agencies. During this task, the Civil staff will perform the following: • Coordination to address any conflicting utilities will be completed under this task to finalize the pipe layout and minimize changes during design. • Coordinate with roadway profiles for location of proposed drainage structures. • Evaluate location of existing utilities to identify conflicts and the need for any special drainage structures. • Coordinate the preliminary location of proposed drainage structures with other disciplines to avoid conflicts, i.e. lighting, etc. Deliverables: 1. Drainage Construction Documents-40 Scale (24"x36" Plan Sheets) (i) 30% Preliminary Set (ii) 60%Construction Documents (CDs) Set (iii) 90%CDs Progress (Permit) Set (iv) 100% Final Documents 2. Opinion of Probable Cost (60%/90%/100%) 3. City's Technical Specifications Exclusions: • Hydraulic & Hydrologic (H&H) Modeling Report 6401 SW 87th Avenue Suite 200 Miami,Ft 33173 305 670 2350 00 0 0 0 t,.:t'f ; Project Name:San Castle Neighborhood Improvements Project bc December 30,2025-Revised Page 4 of 7 Sheet Index(Anticipated): Sheet Description Total Project Legend & Abbreviations 1 Typical Sections 1 Summary of Quantities 1 Summary of Drainage Structures 1 Project Layout 2 General Notes 1 Roadways Plans 14 Drainage Plans 8 Drainage Details 1 Pavements Markings and Signage Tabulation 2 Erosion Control Plans 8 Erosion Control Details 1 Maintenance of Traffic-General Notes 1 Maintenance of Traffic Plans 8 Total 50 Task 5.0-Permitting As part of this task, BCC staff will attend permit coordination meetings and assist Wade Trim on permit applications, including required attachments such as signed and sealed drawings, responding to two (2) RFI comments from the permitting agency to obtain permits from the following agencies: • City of Boynton Beach Public Works Department • South Florida Water Management District (SFWMD) • Palm Beach County Engineering and Public Works (If required) Payment of application and permit fees shall be the sole responsibility of the City. Deliverables 1. Approved Permits. Post Desian Services Task 6.0-Procurement Support Services As part of the services, BCC will provide Limited Procurement Support Services for above-mentioned Services for the construction documents developed by BCC. • Respond to technical questions and provide clarification related to the design plans up to two (2) RFIs. Task 7.0-Post Design Services As part of the services, BCC will provide Limited Post design Services for above-mentioned Services for the construction documents developed by BCC. • BCC will attend one (1) pre-con meeting. • BCC will review and approve up to 15 shop drawings or technical submittals required by the Contract Documents. The review includes up to one (1) re-submittal review for correction and revision by the Contractor per submittal package. The review will include a comparison of the Contractor's submitted documents to the requirements of the Contract Documents. In addition, any substantial deviation from the project requirements will be documented and returned to the Contractor and the CITY with instructions on how to proceed based on the severity and nature of the deficiencies encountered. Once the Contractor has substantially met the project requirements, BCC will approve the submittal package in writing and provide the results to the 6401 SW 876i Avenue Suite 200 Miami,Ft 33173 305 670 2350 00 0 0 0 ebcceng b c c r n o Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised b-C Page 5 of 7 Contractor and the CITY.This task will not include the review and approval of material substitutions or evaluation of bid alternates, or value engineering. • BCC will answer and address the contractor's Requests for Information (RFI) which requires interpretation of the plans and specifications. For budgeting purposes, it is anticipated that two (2) RFI5 will be addressed as part of this task. This task includes only those RFIs that are directly related to any original products specified by BCC for the construction of this project and excludes interpretation of any documents originally created by the CITY, the Contractor, or their sub- contractors and suppliers. BCC will prepare and maintain a submittal and RFI log, which will document and track the dates and results of all reviews.The log will be periodically updated and will be reviewed during the construction progress meetings. • For BCC to certify that the project is built to plans, specifications and all applicable codes, standards and building codes that are applicable. The SFES CEI inspector is to provide BCC with construction reports for certification. • BCC will attend one (1) substantial completion walkthrough and one (1) Final Inspection walkthrough. • BCC will review and approve up to one (1) As-builts Submittals per permitted construction documents developed by BCC. • BCC shall not be responsible for the acts or omissions of Contractor,Subcontractors or Suppliers or of any other individual or entity performing or furnishing any portion of the construction, unless such acts or omissions are due to Engineer's work under this Agreement. • BCC neither guarantees the performance of Contractor, Subcontractors or Suppliers nor assumes responsibility for their failure to furnish and perform their respective portions of the construction in accordance with the drawings and specifications. GENERAL REQUIREMENTS 1. All submittal documents shall be in PDF and their original electronic file formats, such as Microsoft Word, Excel, Microsoft Project, and AutoCAD Drawings. All electronic files shall have meaningful names and be saved on one (1) USB drive. EXCLUSIONS The following items are exclusions from our Basic Services (Scope of Services): 1. Any other discipline plan review services not specifically included in the Scope of Services (i.e. Planning, Water& Sewer, MEP, landscape, Structural services, etc.) 2. Any traffic Engineering services 3. Major roadway reconstruction, including full-depth pavement reconstruction, extensive roadway regrading, or significant profile modifications. Only minor roadway adjustments and limited grade harmonization necessary to achieve positive drainage flow are included. 4. Any construction or environmental permitting services (i.e., building,wetlands, trees, marina, etc.) 5. Any services normally provided by Outreach Consultant (e.g., Prepare a public outreach program, attend public workshops, or commission meeting, advertise and administer bid and contract award, etc.) 6. Site structures such as retaining walls, stairs, sidewalks, flagpoles, light poles, swimming pools, etc. 7. Any construction assistant services (i.e., inspections, certifications, pump station startups, FDEP 404 or NPDES permits, Consumptive Use or dewatering permits, reproduce construction contract documents for bidding purposes, prepare & distribute Addendums, as-built plans, etc.) 8. Any other services not specifically included in the Scope of Services. ASSUMPTIONS The following items are assumptions regarding Basic Services (Scope of Services): 1. All drawings will be prepared using AutoCAD Software. 6401 SW 870 Su le 200 tv1Kun Ft 33173 305 670 2350 0000p bec Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised b"C Page 6 of 7 2. Public involvement services are not part of the scope of the work and will not be provided by the Design Consultant. 3. All Permit fees shall be reimbursed by the City. 4. Landscape and Environmental Services are not included in this scope of work. 5. Scheduling and conducting site inspections will be solely at the discretion of the Design Consultant. ITEMS TO BE PROVIDED BY CLIENT Upon execution of this agreement and prior to the receipt of notice to proceed, the Client will provide BCC the following: 1. Utility As Built (water, Sewer, Stormwater, Electrical, etc.). 2. Hydraulic & Hydrologic (H&H) Modeling Report 3. Existing Drainage and underground records (i.e.Stormwater, roadway, lighting, etc.) 4. Topographic Survey 5. Geotechnical Report 6. Environmental Assessment SCHEDULE The schedule for delivering the services described in this proposal is presented below for all Tasks. DELIVERABLES SCHEDULE Task# Task Description Estimated Duration per Task 1.0 Meetings & Coordination Project Duration 2.0 General Data Collection 2 Months 3.0 Roadway Engineering Services 12 Months from NTP 4.0 Stormwater Design Services 12 Months from NTP 5.0 Permitting 12 Months from NTP 6.0 Procurement Support Services 4 Months 7.0 Post Design Services 16 Months 6401 SW 87t11 Avenue Suite 200 Miami,Ft 33173 305 670 2350 OOOOO@bcceng .. w bcceng c rr: Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised bg: Page 7of7 +o FEE AND BILLING BCC will perform all services described in Tasks 1 - 7 on a lump sum for a total of $ 363,850.00. Exhibit 'B' includes Hourly Billing Rate Schedule. COMPENSATION SCHEDULE Task# Task Description Fee LS/TM 1.0 Meetings & Coordination $ 8,720.00 LS 2.0 General Data Collection $ 5,200.00 LS 3.0 Roadway Engineering Services $ 239,200.00 LS 4.0 Stormwater Design Services $ 63,100.00 LS 5.0 Permitting $ 11,130.00 LS 6.0 Procurement Support Services $ 11,360.00 LS 7.0 Post Design Services $ 25,140.00 LS Sub-Total $ 363,850.00 Reimbursable Expenses $ 2,500.00 Direct Expenses - I GRAND TOTAL $ 366,350.00 Services not included in the Scope of Services will require additional compensation and a new Fee Proposal for the additional work required. Reimbursable expenses and Additional Services will be billed monthly as they are incurred. BCC will submit monthly invoices to the CLIENT for the percentage of work completed during each month for the lump sum tasks and hours spent each month for the time and material tasks. We look forward to assisting the Wade Trim and the City of Boynton Beach on this important project assignment. If you have any questions or need additional information, please do not hesitate to contact me at (305) 670-2350. Sincerely BCC ENGINEERING, LLC. d JuhIib Victor Herr- a, PE Senior Vice President Attachment: Exhibit 'A' - Fee Estimate 6401 SW 87th Avenue Sue 200 Mom, Ft 33173 305 670 2350 00 0 0 0 6.bcceng b<(<nq Project Name:San Castle Neighborhood Improvements Project December 30,2025-Revised Exhibit A -Fee Estimate 6401 Sw 87th Avenue Style 200 Miomi,Fl 33173 305 670 2350 00 0 0 0 r@bcceng bccc nq PROPOSAL FEES SCHEDULE Project Name: Castle Neighborhood Improvem BCC Staff by Category neposal Date ember 30,2025-Revised Drainage Roadway TOTALS RAW RATE. Principal Project Senior Project Project Design CADD Senior Project Project Senior Design Engineering HOURS Tatk on Engineer Manager Engineer Engineer 2 Engineer Technician Engineer Engineer 2 Engineer Technician No. 1 Meetings d Coordnation 2 2 8 8 8 8 36 LS S 8,720.00 2 Data Collection 40 40 LS 5,20000 Ell visiminibiaai., .. AIM tom., AiiiiiiiiillEliwilll 3 Roadway Engineering Services 20 ---- 220 300 0WEIMINEEE:= LS $ 239.200.00 Mg .4111. -FYI: Mir Alike 15 r 4 Stormwater Design Servicese1 ) 10 60 80 100 ®'' -- As LS $ 63,100.00 fix' '',111111/r99"' .; " , _Alilk_ red .4'lig, -ir', ©Permitting 1r-00 8 12 6 8 P 1( LS $ 11,130 00 6 Limited Procurement Support Services 8 8 12 8 12 48 (S $ 11.360.00 7 Limited Post Desi. Services _ 8 12 16 28 8 28 28 128 $ 25,140.00 Al. 1'1 11'as711116 — Total Fee mi.:600,00 $ 12.480.00 $ 23,970.00 $ 27,900.00 $ 23,400.00 $ 14A001111 42,500.00 $ 80,100.00 $ 66,000.00 $ 52,500.00 ®M' $ 363,850.00 SOUTH.6511rn FLORIDA Engineering Services SFES CONSTRUCTION ENGINEERING INSPECTION SERVICES BOYNTON BEACH SAN CASTLE A. GENERAL DESCRIPTION The San Castle project area is located IN Boynton Beach, FL East of 1-95, South of Hypoluxo Road. This project consists of performing critical upgrades to the neighborhood's infrastructure to benefit an underserved population by giving them the ability to move freely in and out of the neighborhood, having a reliable source of drinking water, and knowing that stormwater will properly drain following a major rain event. The City of Boynton Beach has awarded Wade Trim a contract to provide the Engineering Design and to complete the Environmental Review process for this project. The below scope includes South Florida Engineering Services (SFES) construction engineering inspection services to Wade Trim as their Subconsultant on this project. Fifteen (15) month construction duration is assumed for this project. B. SFES SCOPE OF SERVICES SFES will provide professional construction engineering inspection services to assist Wade Trim and the City of Boynton Beach in the construction of the San Castle Project. The professional construction engineering inspection services provided under this Contract will include the following: Task 1 — San Castle Construction Phase Services Task 1.1 — Pre-Construction Meetings SFES shall coordinate with Wade Trim & BOYNTON BEACH to conduct initial Construction Engineering inspection Services Kick-off meeting to determine project NTP, Public Outreach, Permit Status and their desired Contract Timeline. SFES shall coordinate and prepare meeting agenda and conduct in person Pre- construction meeting with BOYNTON BEACH, Wade Trim (Project Engineer) and the CONTRACTOR. SFES shall prepare and issue written minutes of meeting. SFES shall coordinate and conduct Permitting Agencies Field Pre-Work Meeting onsite once the Contractor's MOT Traffic Control Plan has been approved. 1 Task 1.2 — Contractor Submittals and Shop Drawings SFES shall route all of the Contractor's Shop Drawing submittals to Project Engineer and BOYNTON BEACH staff. SFES shall operate this task through a Document Control Platform to manage processes to ensure timely responses to the contractor. All Technical Shop Drawing Submittals will be routed to the Project Engineer by the SFES, and will be tracked by SFES for review status. The review Contractor's submittals by SFES is for general conformance with the design intent and provisions of the Contract Documents. SFES will review and return submittals to BOYNTON BEACH and Contractor within 14 days of receipt. Task 1.3 — Project Meetings SFES shall prepare Progress Meeting Agendas and attend progress meetings every month. SFES shall also prepare, and issue written minutes of the meetings. SFES will coordinate and schedule Progress Meetings with BOYNTON BEACH to take place consecutively on the same day of the month. Fifteen (15)progress meetings are included in the budget for this task. The SFES CM shall attend progress meetings, either at the site or at another BOYNTON BEACH designated location. Following the meeting, SFES shall visit the project site and review progress to date. SFES shall also coordinate specialty field meetings with CONTRACTOR and BOYNTON BEACH Staff. Five (5) specialty Field meetings are budgeted for this task. Task 1.4 — General Administration/Clarifications/Request for Information SFES shall be the lead lines of communication during construction, and will provide general day to day communication and administration for the project and submit to EOR for response in writing, Contractor's Request for Information (RFI) regarding the design documents during the 15-month construction period. For RFI Responses, SFES shall issue interpretations and clarifications of the Contract Documents through Document Control platform, along with associated support materials, as requested by the Contractor. These interpretations will be rendered and a response prepared and submitted to the Contractor within five (5) working days. Task 1.5 — Construction Changes SFES shall submit to EOR for response Contractor's Claims for additional compensation. SFES will also work closely with the City and Wade Trim to review and negotiate Owner Accepted Change Orders (CO) and Contingency Allowance Change Directives (CACD) during the 15-month construction period. Task 1.6 — Pay Estimate Review SFES shall review Monthly Pay Applications from the Contractor (assumed total of 15). SFES Team shall verify field quantities as approved on the Schedule of Values and represented on the approved Pay Application Format. Once reviewed, SFES shall provide 2 a recommendation to BOYNTON BEACH on how to proceed with payment to the Contractor. SFES will coordinate with Contractor's Superintendent on a weekly basis to measure and agree on any necessary field quantities or measurements. Task 1.7 — Construction Schedule Review SFES shall monitor the Contractor's Construction Schedule monthly and report to BOYNTON BEACH any delays in Contract Completion Progress. SFES shall also provide written notification to the Contractor if it is deemed that his Construction Schedule is significantly behind and requires a Schedule Recovery Plan or Revised Schedule. Task 1.8 — Progressive Asbuilt Record Drawing Review SFES shall review the Contractor's Monthly Progressive As-built information provided by the Contractor by Third Party Surveyor in CAD. Review Comments will be made on a monthly basis and distributed to the Contractor and saved in Document Control Platform. Task 1.9 — Construction Inspection Services SFES shall provide part-time (up to 25 hours/week) Lead Construction Inspector during construction phase duration of the work (assumed 15-months, 60 weeks, for a total of 1,500 hours) for the construction contract. Activities performed by SFES under this task consist of furnishing an Inspector during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The Construction Inspector shall serve as the Owner's Rep liaison with construction Contractor, working principally with the Contractor's Superintendent and assist him in understanding the intent of the contract documents. Task 1.10 — Permitting / Grant Administration SFES shall oversee construction work to ensure that all permit conditions are met, and we will coordinate with EOR, Wade Trim for them to prepare Permit Clearance Packages for all associated BOYNTON BEACH obtained permits. SFES shall also provide Grant Administration for coordination of certified payroll, Buy American clauses, and wage rate interviews as required. Task 1.11 — Substantial and Final Inspection / Project Closeout In conjunction with BOYNTON BEACH staff and Wade Trim, SFES shall make substantial and final inspections for the project. Per the substantial completion inspection, SFES shall prepare a Contractor "punch list" to achieve Final Completion and issue this to the Contractor. SFES shall review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. SFES shall advise BOYNTON BEACH that Final Acceptance of the projects has been reached in accordance with the Contract Documents and will assist Wade Trim to issue a Completion 3 Statement per regulatory agencies' requirements. SFES shall assist the City and Wade Trim with final contract reconciliation, permit termination packages, operating and maintenance manuals, final record drawings and all other Project Closeout Tasks to complete the project. E. FEES A detailed analysis of the tasks, man-hours, and associated fee for services is provided as an attachment. Payment basis shall be time and expenses, not-to-exceed. Fee Table San Castle — Construction Engineering inspection Services TASK DESCRIPTION Cost Fee ($) Task 1 — San Castle Construction Phase Services $213,699.12 Combined Project Reimbursable Expenses $3,000.00 FEE TOTAL $216,699.12 Assumptions Cost Proposal does not include Fees Associated with Setup and Maintaining a Document Control Platform SFES Construction Inspector will not administer Specified Materials Testing or other Geotechnical Services. Work described herein is based upon the assumptions listed. If conditions differ from those assumed in a manner that will affect schedule or Scope of Work, SFES shall advise Project Engineer or BOYNTON BEACH in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to SFES will be negotiated with Project Engineer or BOYNTON BEACH. 4 BOYNTON BEACH SAN CASTLE-CONSTRUCTION ENGINEERING&INSPECTION SERVICES Fee Estimate Labor Classification and Hourly Rates Senior/Lead Resident Construction Project Construction Subconsultant Principal Engineer Manager Representative Inspector Clerical Total I Task No. Task Description $205.78 $185.44 $168.33 $141.38 $112.84 $98.36 Labor Raw Multiplier Task 1 Plantation Key Construction Services — 1.1 Pre-Construction Meetings 8 $1,346.64 $1,346.64 1.2 Contractor Submittals and Shop Drawings _ 40 $8,733.20 $6,733.20 1.3 Project Meetings 52 $8,753.18 $8,753.16 1.4 General Administration/Construction Clarifications/Request for Information 64 $10,773.12 $10,773.12 1.5 Construction Changes 12 $2,019.98 $2,019.98 1.8 Pay Estimate Review 18 $2,893.28 $2,893.28 1.7 Construction Schedule Review 12 _ $2,019.98 $2,019.96 1.8 Progressive Asbuilt Record Drawing Review 12 _ _ $2,019.98 $2,019.96 1.9 Construction Inspection Services 16 _ 1500 _ $171,953.28 $171,953.28 1.10 (Permitting/Grant Administration 12 _ _ $2,019.96 $2,019.98 1.11 Substantial and Final Inspection/Project Closeout 20 _ $3,386.60 $3,388.80 Subtotal 204 1600 $213,890.12 $213,099.12 • Total 204 1600 $213,899.12 $213,899.12 'Combined Reimbursable.(mileage and pdndn0) $3,000.00 . $216.99.12 SF Engineering Services,Inc. ATTACHMENT C ANTICIPATED DRAWINGS Sheet Index (Anticipated) Sheet Description Total Cover Sheet 1 Signature Sheet 1 Project Legend & Abbreviations 1 Typical Sections 1 Plan & Profile (Water) 24 Plan (Sewer) 24 General Notes (Water) 2 General Notes (Sewer) 2 Water Details 2 Sewer Details 2 Sewer Lateral Tabulation 1 Summary of Quantities 1 Summary of Drainage Structures 1 Project Layout 2 General Notes (Drainage) 1 Roadway Plans 14 Plan & Profile (Drainage) 8 Drainage Details 1 Erosion Control Plans 8 Erosion Control Details 1 Maintenance of Traffic-General Notes 1 Maintenance of Traffic Plans 8 Total 107 ATTACHMENT D LEVEL OF EFFORT lvl City of Boynton Beach San Castle Infrastructure Mitigation Project ICDBG-MIT Funded) »pe ed'.512025 Hydraulics OA/UC WasbWm« ISA-CC) EK*.409l Project Design Hydraulics 1 Bydr.ullcs Engineer Hydraulics wire«0.algn Dee( CARD Vidor/ ConsUvclion Project Pdog11sM Manager Manogerl Prolusions! Engineer 11 Sr Engineer Pal•34.15 ProMelonal EnglnrrM Englne«ll En•I+leerl TeeMkYn IV Wax**. Msnagemart Adaaabatr Chief Engineer Engineer ly Erglrear 1p LIBOR CATEGORY Prarelon•I Sr.Profr4onel Engineer•I Sr.Pre6rsana Sr.Ptolrabnal TASK) SUBS 660. TASK DESORPTION $ 30.0 t 240 00 s 280 00 I t 220.0 I S 135.00 III S 100.00 3 300.00 5 110.00 $ 110.00 S 156.08 $ 18100 S /00.08 f 110.00 5 200.08 5 110.00 8 •110 TOTAL WA , -• Fee TOTAL FEE 1.0 14nag«rrd,Matings l Coordination $ 1111,10100 1.1 Menwrrwt Matinee 4 Coo,M 00IOO(Wads Tram p 4 74 0 n n 0 I i 10 0 I 0 13 232 5 00 54. 0.00 1.2 3oardln4on(BCC) - I _ .. f - - 6 11,66•.08 11,556.60 I XO Plaliminry Engineering awakesI I - - 1 100-31035 644 ,3319.15 l 11A Topographic Survey Lavin). 11.8 Drone Survey(Wade Trani 0 4 0 0A I r a • r I • I 0 127 5 - t 1.100.00 19.195.00 13 Oeebchacel InveMlrtion(Torr.°nl - - - - - - t ]11.75].44 39.753.46 13 6aaurlaee 111113.0 Engineering(SUE,notarial 1 I 5 64.46.00 44.44.00 10 Spasm Sewer Conditions Armament.I Ina Worm) 1 I 1 1417.707.57 107.747 57 15 Laval 2 EnNrow enol Review DevNownent IMCFenendl 1 4 103.905.12 103.e509 14 Hydrologic and Hydraulic Model)Wee.Trlml A 00 • 1 • • • I 6 474e t - 41.150.00 1I Oenerel«nar•I o«.Collection(Wade Trial e _ _ - _ I A 11 AS • I • 300 f • 41.120.00 17 General Data Collation(BCCI _ - I _ .- 1 6.36104 5.356.00 10 Public Oubea it Saner Raman.8gragy) 5 32,263.41 11,293.2 10 Maar SeM5ee , ,. Y-v� 11 _'B•JsyII1�U�yy8�1100l .____:,J,I g IIWa11,d11YY I Y I n111 Im 1111111 W 113 JI 411,1:, 130 m,67z•0 3.1 NM Wait o Sewer(Weds Tails 1 M 10 I 1 • P r � an r 8000 1• t1 4 680 5 - 4.70600 1.1 30%RoedsW(BCCI - - - -_' $ n-Hie 71.91260 3.1 Sox Stonww«(BCC) r 1 t 134780 19.47.00 u Sox weer l aper.(wee.7rim1 i r M • • • • n lea 141 14 120 20 t• • Ho 124400.80 33 60%Roedr•y(BCC) -- - - - - - 1 44.350.40 91.55040 3.2 1 35.107.10 15.007.20 3.3 Penlning(Weda Trim) 8 11 se • • • • 44 se • r r 32 0 0 4 110 30.100.80 10 Pennlang(BCC) LL ! 11.12580 11.48510 3.4 46%we«0 Sourer 0IBCCI eelm I 4 -- • • A A 14 I• 4 100 u 10 N 5 4 450 8 - 41.11120 902 Roed«W(BCC - _ _ _. _. - f 1237030 43)830 wx srone«.w(BCC} f 8.910.50. +3.000.10 100%0,62,4 5.l,Baba lw.e.TRW I • 12 • 5 • w - 44 4 r 4 4 4 211 t - 24300.00 3.5 100%Roadway Deelgn)BCCI - - - -- - 1 24.017.60 10.537.10 1.5 BIOS*mwab 38.48(BCCI � • • I I I f e,12e.a0 I 0 3• as 1Bieangsemr.. M.a199MMMeMIp. •lYylr 4•HWUYIJY1�,l a1ndMY11nJJ II1 I 11 41 Bledlrg Services(Wade Trsa • M • • 0 0 • 24 0 0 0 77 5 1104061, In Al IBIddg Sanaa(BCC) I I I I I I 1 1 I I 1 1 11 11.700.80 I 1 5 11.7141/611.7141/6 Princeling 4110*.nr I I I I 1 I I I I I I 1 I I I I 1 I L warn Other Direct E,.nen Sailliglillitilaki- 5 e,.�. c«m1M6g11 - •If - Cogafrnc0en 5«0080 iiiiiiiiimmismoimmilmommmilimmmiiimiiiimm f 3e1,42.10 S.I Cenmruc0en 8.,,. .nent(wads Triml 4 r M • • 0 a a n 0 • A 0 0 0 14 02 5 18.200.00 52 ,Conatn.c0on AunInIsbstlon(Wada T7ml 1 is 1 II I M 1 • 1 • I • 1 • I 20 I42 I •• I 24 1 M 1 •• • 1 M 0 I 427 1 5 61400.80 5.2 Con«n.ction Administration(BCC) II -- 1 I I - I - I I I - I I I I I I II f 25.894.20 f 25.694.80 5.3 Cenatn.c3On Engineering Inspections(WES) I 1 1 I I 1 1 I I I I I ( ( I I 15 223.20009 1 3 213300.10 54 ',Public Outreach Unice.(Merchant 80030.0$ I I I I I I I I I I I I I I I 1 5 30.508.00 I 1 3 3•.10110 Other Oran E.paneee I I 3 1 CmnOhgancy Albano -'T%' _ ...... ._._. . 6.0 Omnle Controlled C00tlng«lry Allcea ws 100,000.00 Bre Totals 20 an 337 130 275 111 12 2.4 244 1 300 550 660 575 76 50 02 3015 8 1,177,4126 -__5 1,152,027.21 Wade Tran Desgn. 565.215.00 Sob BCC Dr0I- 351 448.30 Sub Acura. 166,319.25 Sub larama0- 56,444 00 Sub-Terr«ai. 24.753.96 Su6Alecfsnend- 103.805.46 Subinsoulon- 147.747.57 Sub-Merchant 5aategy 32.253 42 Other Direct Ermanses 2,500 00 «m51.g A.Wnnce 5.000 00 Design*Mario*- 9 1,470,2 .44 Wade Tmm Conal 99,280.00 Sub BCC Cant- 25.894.20 SubSEES= 223,20.09 Subalenchent Strategy 30,596.00 Other Dyed Expenses 2.500.00 C00.0020009 6a1030ee 10001 341,47130 Owes Controlled Co0Mngency Allowance 144.800.00 GRAND TOTAL. $1,952,027.29