Loading...
THOMPSON & ASSOCIATESDelivered to: SO , Nt "j t iiiijillilli�lillilill�llillill� 11111111� iiiiiiiii��ililill OF 11111111q� 11111111111111 piiiiiiq� 1111111plill A MUM err Office of the City Clerk South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 OMMMORIGINALMMEM Friday December 2, 2011 at 10:00 AM Prepared by: Thompson & Associates, Inc. Civil Engineering 5860 S.W. 89'1' Court Miami, Florida 33173 ICITY OF SOUTH MIAMI STORMWATFR MANAGEMENT PROGRAM UPDATE SECTION P&OB TABLEUF CONTENTS ........................................................................................................ i Proposal Submittal Form ........................................................................................... ii IEXECUTIVE SUMMARY ................................................................... ................................. \ 2 SCOPE Of SERVICES ......................................................................................................... 3 Hydraulic and Hydrologic Model .................................................. ............................ 3 Approach& Methodology .......................................................... . ............... ....... 3 Water.................................................... . ............................... 3 FloodProtection .................................................................................................... 3 Overview ofthe Modeling Process ....................................................................... 4 ModelCalibration ................................................................................................. 4 ProposedScope o[ Work ............................................................................................ 5 3 PREVIOUS EXPERIENCE AND PERFORMANCES ----._.-----------...—~.7 CompanyB --'----------.—.--.~------.__.---.-7 Project Team Past Experiences ...... ............................. ........... _ ............................... 7 Project Specific Tnf000zationl ..................................................................... ................ |U Project Team Organizational Chmd ................................... ............................. ........ [} Project Team Firm Address ...................................... ................................................ 1i ProjectTeam Resumes ............................................................................................. ]l 4 BUDGET AND TIMELINES ................................................................................................ 26 5 APPENDIX /\—L|CENGE AND LOCAL BUSINESS TAX ...................................................... 77 6 APPENDIX B— CERTIFICATE O9 INSURANCE ................................................................... 32 Form................................................................................................. 33 Public Entity Crimes and Conflicts o[ Interest ......................................................... 34 Drug Free Workplace -----.--.-------.---------.--..—....37 Acknowledgment Of Conformance with OSHA Standards ...................................... 38 8 /\PyGND|x[)- ADDENDUM ............................................................................................. 34 Addendum[ .............................................................................................................. 34 Addendum7 .......................................... ......... ........................................................... 4U �� �� ��� �� i|p^ya CITY OF SOUTH MIAMI RFP # SM-2011-17-PV PROPOSAL SUBMITTAL FORM Stormwater Management Program Update This checklist indicates the forms and documents required to be submitted for this Request for Proposal (RFP) to be presented by the deadline set for within the RFP. Fulfillment of all proposal requirements listed is mandatory for consideration of proposals. The proposal shall include the following items: NIA Bidder Qualification Statement X Non-Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards N/A List of Proposed Subcontractors and Principal Suppliers X Indemnification and Insurance Documents 33 34 37 38 32 Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. @ thomasfpepe-09-28-1 I !ABLE OF CONTENTS Page 10 � 7=-) F , r o i i I P a g e T A, 93 CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP # SM-2011-17-PW Thompson & Associates, Inc. Civil Engineering (T&A), with its sub-consultant Palm Engineering Group, Inc. (PEG) and Ross Engineering, Inc. (RE) are extremely interested in providing the City of South Miami with their update of the existing Stormwater Management Program. Our team is assembled based on knowledge and understanding of the City of South Miami's needs for the Master Planning Services and the history of our staff having completed similar projects in the South Florida Region. Key individuals of the T&A Team have been selected because of their experience and abilities and can effectively meet the challenges and requirements of the "Storinwater Management Program Update". Thompson & Associates, Inc. (T&A) is an established and growing civil engineering & firm with offices in Miami-Dade, Broward and Palm Beach Counties. Our local office is conveniently located near Palmetto Expressway (SR 826) and Sunset Drive at E 1 5860 S.W. 891h Court within 10 minutes of the City of South Miami municipal compound. Our firm and staff have a proven history of providing responsive and quality consulting services to public and private clients throughout Florida. T&A is committed to their clients through a partnering approach on every project. We understand that we are part of a team that needs to work together in order to have a successful project. In addition, the wide breath of the firm's experience allows potential issues to be identified early in the planning and design process. This enables the project team to address the issues and resolve them in order to keep the project on schedule, and more importantly, within budget. Our Team has extensive experience in Hydrologic and Hydraulic modeling, and Hydrogeologic modeling. Our approach is predicated on having a full complement of models, from simple to complex, without advocating the exclusive use of any single modeling tool. For each assignment, we will thoroughly review the management and technical issues, data availability, acceptable level of uncertainty, resources, and schedule, and then recommend the optimal model or integrated system of 13 RZ IlPage CITY OF SOUTH MIAMI RFP # SM-2011-17-PW 3 ""n Mw models. We will place emphasis not just on modeling tools, but also on understanding, decision support, and communication. We believe that effective use of models requires translation of complex technical results into useful, easily understood information for managers and stakeholders. Model development will be cost-effective, producible, and aligned with the City's goals. When possible, tasks will be conducted concurrently to meet or exceed the City's timetable and expectations. Our team is familiar with the National Flood Insurance Program (NFIP) and many of the reports prepared in the past by our staff, have been used by local municipalities to participate in the Community Rating System (CRS) which will benefit the residents with more affordable flood insurance premiums from the Federal Emergency Management Agency (FEMA). Our goal is to provide the City with the information necessary and the tools to increase their CRS classification by at least two points (Category 6) and a savings of 20%. For this project T&A is committing Shahin Hekmat, P.E. (Shahaffhompson-inc.com ) as the Project Manager and our Team's point of contact. The work will be performed from our Miami-Dade County office located at 5860 S.W. 89th Court, Miami, Florida 33173, which is less than 5 miles from the City of South Miami municipal complex. Mr. Hekmat is experienced in Storinwater Master Plans, having completed numerous similar studies over the past twenty years. Mr. Hekmat will be leading a team of professionals with experience and knowledge in preparation of Stormwater planning and Hydraulic a Hydrologic modeling. Below is a table that summarized our Key Personnel. Tka, 93 RZ 2 1 P a g e CITY OF SOUT14 MIAMI STORMWATER MANAGFENT PROGRAM UPDATE RFP # SM-2011-17-PW 111111111q1111111111 The City of South Miami encompasses two and a half square miles and is located in the central-east portion of Miami-Dade County. It borders the University of Miami's main campus, the City of Coral Gables and the Village of Pinecrest, The City is primarily comprised of single and multi-family residential with pockets of retail, office, public institutions and parks/recreational areas scattered throughout. A "Stormwater Management Program" and a "Stormwater Capital Improvements Program" was completed by the City in 1997. These reports were prepared to meet the requirements of the Environmental Protection Agency's (EPA) National Pollution Elimination Discharge System (NPDES) program as well as helping the City to improve their classification in the Community Rating System. Hydraulic and Hydralo�ic Model Approach & Methodology Our team has extensive experience in Hydrologic, Hydraulic, and Hydrogeologic modeling. Our approach is predicated on having a full complement of models, from simple to complex, without advocating the exclusive use of any single modeling tool. For each assignment, we will thoroughly review the management and technical issues, data availability, acceptable level of uncertainty, resources, and schedule, and then recommend the optimal model or integrated system of models. We will place emphasis not just on modeling tools, but also on understanding, decision support, and communication. We believe that effective use of models requires translation of complex technical results into useful, easily understood information for managers and stakeholders. Model development will be cost- effective, producible, and aligned with the City's goals. When possible, tasks will be conducted concurrently to meet or exceed the City's timetable and expectations. Our team is familiar with the City's existing SWMP and will utilize the available information to complete the scope within the City's time and budget. Hydraulic, hydrologic, ecologic, water quality and hydrodynamic evaluations involve the building of numerical models using available commercial packages. Our staff is familiar with many of SFWMD's existing tools. These models evaluate individual projects such as Canals, Impoundments, Reservoirs, ASRs, and municipal storm sewer system or restoration of sheet flow. Water Quality (optional) We are familiar with many surface water quality models supported by the USEPA and other government agencies, including WAMVIEW, SWMM, and QUAL2E. We also have experience with the MIKE -11 and MIKE-SHE (DHI) models to more accurately simulate the interaction between surface water and groundwater. The MIKE-SHE modeling system consists of a water movement module and several water quality modules. The water movement module simulates the hydrological components including evapotranspiration, soil water movement, overland flow, channel flow, and ground water flow. Flood Protection Flood protection goals may include increasing storage volume, as well as addressing durations, damage prevention, and assessment of alternative operations strategies. Our staff can use AdICPR, 3 1 P a g e CITY OF SOUTH MIAMI RFP # SM-2011-17-PW MODFLOW, SWMM, HEC-RAS, MIKE, or other commercial numerical models as appropriate. The modeling of canals and impoundments involves several phases, beginning with a feasibility study, to confirm the expected benefits and appropriateness of the system for a given situation or for a set of alternative scenarios. Conceptual designs can be developed to estimate capital and operational costs. After a canal or impoundment has been deemed the preferred option from technical and economic standpoints, we can conduct evaluations for selected sites including the review of available information regarding soil properties, topography, hydrogeology, vegetation, wildlife and fisheries resources, hydrology, and the determination of land ownership and water quality requirements. When modeling canals, several elements could be included in the build-out of the skeleton including culverts, spillways, tide gates, stormwater pump stations, bridges, etc. Secondary canals allow for the collection of surface water drainage from the majority of commercial, residential and industrial land uses. The SFWMD primary canal systems allow for conveyance of flows to and from impoundments and municipal. Impoundment model results will report critical information such as flows, water levels and seepage. Overview of the Modeling Process Modeling flow and transport begin by gathering information about the problem and conceptualizing how the natural system functions based on available data. When the data are gathered and interpreted in a conceptual model, the computer model is constructed and simulations may then be run. The modeling process begins by setting up the computer model to match the conceptual model and site specific hydrogeological parameters, and subsequently inputting the data. Inputs represent the best estimate of how the system functions, though the results are uncertain. Input parameters are likely to change as the model is calibrated (i.e., adjusted to fit the measured responses in the natural groundwater system). Once the model is calibrated, results are generated for the specific problem to be solved. Model Calibration Calibration is an important procedure in modeling. The computer uses all input data (e.g., recharge, discharge, geologic characteristics) to calculate how the groundwater occurs and how it moves as a function of the input data. During calibration, the model is fitted to the actual field measured groundwater system conditions. In order to judge how well the model fits the actual groundwater system, calibration targets are needed. For example, groundwater flow models calculate the elevation of the groundwater at many locations. When the groundwater elevation is measured in a well at some or all of these locations, then a comparison can be made. The model calculations can be compared to the field measurements; thus, the field measurements become the calibration targets. Calibration targets are then developed that show flow rates (e.g., the discharge of groundwater at a spring or into a river). Calibration targets also can be developed for chemical concentrations in groundwater (e.g., the concentration of a chemical in groundwater pumped from one or more wells). Calibration traditionally was performed by the trial-and-error method by simply changing an input value to the model (e.g., hydraulic conductivity or a boundary condition). The model was then executed and the new results are again compared to the calibration targets. This procedure was repeated, until it was no longer possible to obtain a better match to the calibration targets. Modem model software has input capabilities for observed and predicted conditions and conducts calibration and calibration outputs. TA' 13 4 4 1 P a g e CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP 4 SM-2011-17-PW Proposed Scope of Work Our team has reviewed the requirements of the "Stormwater Management Program Update" requested by the City of South Miami and has evaluated the "Stormwater Management Program" and a "Stormwater Capital Improvements Program" reports provided in this RFP. Based on the information provided the following Scope of Services is recommended by our team, the project tasks outlined below will be used to negotiate the final scope with the City: Task I — Data Collection . Review of existing data and SWMP Model Setup. Topographic Survey Data Collection and Importation (to be provided by the City as part of the 1997 reports). Basin Boundary Delineation Map (to be verified from 1997 reports). Soils and Geotechnical Data (to be verified from 1997 reports). Environmental / Water Quality Data. Existing Permitted Projects (to be provided by the City since the 1997 report). List projects completed from the 1997 report. Hydrologic Modeling Setup (groundwater exchange and water quality). Task 2 - Hydrologic and Hydraulic Modeling of Existing and Future Conditions Compute surface runoff and surficial groundwater flow (baseflow) hydrographs for each delineated sub-basin. Route the canal / lake system inflows, including boundary hydrographs and sub-basin hydrographs through the canal network including road culverts and bridges. Establish boundary conditions for 5-year, 10-year, 25-year and 100-year storm events. Calibration model for storm events using the rainfall and stage data from Task 1. Verification model by reasonably matching the results obtained from the model for the remaining storm events. Simulation of the 5-year, 10-year, 25-year and 100-year storm events, included stage distribution by node. Task 3 — Water Quality Modeling for Existing and Future Land Uses (optional) Simulation of pollutographs based on hydrologic flow field and published values for pollutant loadings for each sub-basin from various land uses. Use model to attenuate and route pollutants in the water downstream through the conveyance system. A simple first-order decay computational procedure will be utilized to calculate pollutant removal fractions for each Best Management Practice (BMP) proposed as pail of the SWMP. Pollutants to be considered in the analysis will be TSS, TN, NH3-N, OPO4 and e-Coll. T5 1 P a g e CITY OF SOUT14 MIAMI RFP # SM-2011-17-PW . ....... . .. . ... . • Calibration of water quality simulation results will be performed by matching pollutographs against collected field tests from key gauge stations located at discharge nodes. Task 4 — Identification and Ranking of Problem Areas Identify problem areas using a Level of Service (LOS) criteria adopted by the City. Prepare a table listing the existing facilities that do not meet the LOS designation. A ranking and prioritization of the flood problem areas, water quality problem areas (if required by the City) will be provided, which encompass the existing and future conditions. Task 5 — Development and Evaluation of SWMP Alternatives Flood Control improvements. Water Quality improvements (if required by the City). Task 6 — SWMP Cost and Community Briefings (optional) • City Commissioner meeting. Stakeholder and resident meeting. National Flood Protection Program. Task 7 — Conceptual Design Plans and Preliminary Design (optional) Physical dimensions, cross section and control elevations of structures. Channel cross-sections and control elevations for all channel improvements. Lengths, invert elevations and diameters of all closed pipe improvements. Task 8 — Conceptual Permitting and Easement Identification (optional) SFWMD ERP Conceptual Permit SFWMD WU Conceptual Permit NPDES Task 9 — Funding Analysis • Special County Revenue Fund for Water Management. • Stormwater Utility Service Charge. Revenue Bonding and General Obligation Bonding for Capital Improvements. • Pay-as-you-go Funding. • Municipal Services Tax Units (MSTU). • Municipal Service Benefits Units (MSBU). Special Assessments. • State / Federal Funding mechanisms RZ 6 1 P a g e Thompson & Associates, Inc. Civil Engineering (T&A) incorporated in May 2008 in the State of Florida as a C corporation, and then changed to an S corporation with the Internal Revenue Service. James F. Thompson, PE, LEED-AP / President, formed T&A in order to provide superior service to public and private clients from Key West to Martin County. T&A has four (4) offices; Miami, Fort Lauderdale, Coconut Creek, and West Palm Beach in order to better serve their clients. Even in these tough economic times, T&A has managed to grow to four (4) employees in the past 3 1/2 years; two (2) Registered Professional Engineers, one (1) public/grant administrator, and one (1) office manager. Our expert consulting staff specializes in potable water master planning, treatment and distribution; sanitary sewer master planning, collection, transmission and treatment; storm water drainage master planning, design and modeling; pavement markings and signage design; permit expediting; construction administration and observation services; grant research, writing, administration, and close-out; and due diligence studies. The work for this project will be performed from our Miami-Dade County office located at 5860 S.W. 89th Court, Miami, Florida 33173, less than 5 miles from the City of South Miami municipal complex. The Following are three projects completed by our team: Project Name: Stormwater Master Plan and Facilities Report Client: South Broward Drainage District (SBDD), Broward County, Florida Client Representative: Kevin M. Hart, P.E. — District Director (kevinQa sbdd.com) Telephone No.- (305) 680-3337 Role: Mr. Hekinat Personal Experience (Prime) Start Date: Original 1990 1" Revision 19� End Date: Original 1993 P Revision 19� Design Fee: $ 400,000.00 $ 125,000.00 Scope of'Work-: As the consultant to SBDD, Mr. original Facilities Report in 1993 and subsequently updated the report in 1998 and finally in 2006. The District is located in southwest Broward County, Florida and occupies approximately 46,600 acres (72.8 square miles). SBDD is bounded on the north by Sheridan Street and Griffin Road (SFWMD C- I I Canal), on the west by the Everglades Conservation Area, on the south by SFWMD C-9 Canal and the Florida Turnpike Extension and on the east by University Drive. The District operates and maintenance seven (7) primary pump stations, approximately 44 miles of freshwater canals, 6 2"d Revision 2004 8 2" d Revision 2006 $ 100,000.00 Hekmat successfully completed the District 'U." 93 R" 7 1 P a g e 31T RFP # SM-2011-17-PW numerous lakes, culverts and control structures. The District's responsibility for maintaining these facilities is to ensure stormwater conveyance and flood protection, as well as water quality and recharge. The District's Facility Report included identifying all the Facilities that are maintained and operated by the District. This included an extensive data collection, evaluation the study areas, identification and verification of new and existing facilities, defining the facilities physical characteristics and reviewing SFWMD requirements. After updating and redefining the study area, the physical characteristics of the individual basins were compiled. Such characteristics include identifying the number of sub-basins, their land use characteristics, percentage of water management area and drainage patterns. The hydraulic and hydrologic parameters such as head loss coefficients, SCS curve numbers, time of concentration and stage storage relationships were developed based on the land use patterns of the area in question. The model utilized to conduct the hydraulic analysis for developing the District's report was Advanced Interconnected Pond Routing (AdICPR) version 3.0 by Streamline Technologies. AdICPR uses a link node-concept to idealize real world systems. In the model the drainage system was broken down to a network, of links and nodes, which the program translates into a mathematical network from which numerical calculations takes place. Various storm events were then analyzed (10-year 1-day, 25-year 3- day and 100-year 3-day) to determine such information as flood stages, the capacity of the conveyance system, head losses for various components and identifying areas were improvements were needed. The original report also included a five and ten year Capital Improvement Plan (CIP), a schedule of improvements necessary based on future development and proposed funding needs. The District completed over twenty million dollars in improvements since 1993 which included construction of three major pumping stations, rehabilitation and upgrade of two other pump stations, dredging and improvements of approximately ten miles of canals, replacement of undersized culverts and lake interconnect, replacement of multiple control structures and improvement of water quality standards within the District boundary. The Facilities Report was also used to modify existing conceptual permits through SFWMD, obtain construction permits for various infrastructures needed by the District and establish a strong Design Criteria for all future developments within the South Broward Drainage District. The Facilities Report was also provided to all Municipalities within the District (Pembroke Pines, Miramar, Davie, Hollywood and Southwest Ranches) as well as South Florida Water Management District (SFWMD), Broward County Development and Environmental Regulation Division (BC DERD), State of Florida Department of Environmental Protection (DEP) and Department of Community Affairs (DCA). The information provided to the local municipalities was utilized to enroll in the National Flood Insurance Program (NFIP) or improve their Community Rating System (CRS) Classification. Project Name: Immokalee Stormwater Master Plan Client.• SFWMD Big Cypress Basin, Collier County, Florida Client Representative: Max Guerra, PhD, PE, Project Manager Telephone No: (239) 263-7615 x 7612 Role: Ross Engineering (Prime), Palm Engineering (Sub) Start Date: 2003 End Date: 2004 Design Fee: $ 590,000.00 TA" 13 ka� 8 1 P a g e RFP ft SM-2011-17-PW Scope of Work The Stormwater Master Plan for the Town of Immokalee was successfully completed within budget and earlier than the client had anticipated. The project was a joint effort between Collier County Government and South Florida Water Management District providing the contract fee. South Florida Water Management District was selected to manage the project's consultant due to their strong experience in surface water-groundwater interactive modeling, particularly using SWMM and MIKE-SHE. Our team used the following Methodology and Rationale for the Immokalee SWMP: SFWMD/Collier County and FDEP Project Name: Client: Client Representative. Telephone No: Role: Start Date: End Date: Design Fee: Methodology Rationale Define LOS Satisfy SWMP objectives, needs and requirements: I Drainage (FP), water quality (WQ), ecological (E) Data Collection and Review existing data and assess potential Model Setup information gaps; obtain parameters for I quantitative SWMP too] Assessment of Existing Hydrologic, water quality and ecological SWMP Conditions I conditions vs. FPLOS, WQLOS and ELOS targets Identification and Need to develop severity indicators for FP, WQ, Ranking of SWMP and E problems that will aid in prioritizing Problem Areas I improvements to the SWMP system Development and Conceptual level specifics of SWMP Evaluation of SWMP improvements: components, phasing and potential Alternatives I impacts. SWMP Plan Determination and execution of design, costs, Implementation permitting, constructability and financing of the I SWMP. Stormwater Master Plan City of Doral, Miami-Dade County, Florida Eric Carpenter, PE, Public Works Director (305) Ross Engineering (Prime), Palm Engineering (Sub) 2005 2006 $ 295,000.00 T& 93 RZ 9 1 P a g e CITY OF SOUTH MIAMI I Sff�VIWA T JENT-T Ab G KAWUVI, A RFP ht SM-2011-17-PW i xt Scope of Work: Performed data collection, existing conditions continuous simulation modeling, calibration of 5, 10, 25 and 100 year storm events, alternatives modeling and analysis, alternative designs, conceptual design and permitting. Project was completed in February 2006 and consisted of 25 square miles, with the turnpike as the western boundary, SR 836 (Dolphin Expressway) as the southern boundary, Okeechobee industrial area as the northern boundary and SR826 (Palmetto Expressway) as the eastern boundary. The objectives of this project were to develop a Storm Water Master Plan to accomplish the following goals: • Analyze the City's storm water system and identify deficiencies, • Propose improvements and develop a Capital Improvement Plan, and • Develop a plan to address Community Rating System (CRS) items. Our team developed a hydrologic and hydraulic (H&H) computer model (SWMM) to simulate the existing system and develop improvements. We performed the following tasks to accorriplish the stated goals above. Phase I - Collected and Developed Existing Information Coordinated with DERM to collect the existing models and information from reports currently being developed by other consultants including Earth Tech for the C-6 Basin and PBSJ for the C- 4 Basin. Collected available information on the existing stormwater system from the City, DERM, and FDOT. Collected Hydrologic data using the SFWMD DBHYDRO Database and the USGS GIS Database. . Developed a 3-D terrain model from LIDAR data and Hydrologic Information from that model. Phase 2 - System Evaluation and Capital Improvement Plan Constructed a Hydrologic and Hydraulic Model (Numerical Model) using SWMM. Simulated the Existing Conditions utilizing boundary conditions from the C-4 and C-6 canals (DERM models). Identified Deficiencies with Existing Conditions. Proposed Improvements in the problem areas that were discovered with Existing Conditions modeling and field verification with City Public Works staff. Modeled Alternative design improvements including control structure discharges to canals, culvert upgrades, proposed collection systems and exfiltration trenches. Developed a Capital Improvement Plan Project Specific Information Our Team is equipped with the latest software (AdICPR, MODFLOW, SWMM, HEC-RAS, MIKE, WAMVIEW, and QUAL2E) and the hardware to be able to run these programs. Our staff have also been trained (please refer to Certifications and Training section in each individuals resume) and have used these models for similar projects in the past. T& IV RIZ 10 1 P a g e CITY OF SOUTH MIAMI I ST0AqWV,1r?'E--A RFP # SM-2011-17-PW Proiect Team Organizational Chart Proiect Team Firm Address The table below lists our team, their local address and their assignment for this project. Resumes for the project team are attached herein: 'TIA"', 93 RZ I I I P a g e CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDAJ land use based stage storage relationships. Shahin Hekmat, PE Tliompson & Associates, Inc. Project Manager, Water Resource Engineer Mr. Hekmat has over 21 years of experience in engineering design and project management related to public and private projects. He has served as the City Engineer for the City of Weston; Consulting Engineer for the Cities of Sunny Isles Beach, Dania-Beach, Lauderhill and North Lauderdale; and District Engineer for South Broward Drainage District, Indian Trace Development District, Bonaventure Development District and North Lauderdale Water Control District. His primary areas of expertise are in storm water management and drainage design, with concentration on watershed analysis and preparation of Storm Water Facility Reports and Master Plans. Design experience also includes roadway and land development projects; specifically design of water distribution systems, sanitary sewer collection and disposal systems, paving, grading, drainage systems and flood routing analysis, permitting, construction oversight, and project close-out. Mr. Hekmat has been involved in preparation of Environmental Resource Permits (ERP) and the approval process through SFWMD, FDEP, COE, and County for major land development projects in the South Florida area as well public facilities such as water, wastewater and reclamation plants, public works compounds, parks, hospitals, and roads. Mr. Hekmat project philosophy and approach is based on collaboration amongst the client and the project team. He believes only through collaboration and communication can the needs of the client be met. Mr. Hekmat is very active in professional societies with extensive continuing education credits, including seminars, conferences, certifications and most recently the FES/FICE Florida Leadership Institute. In addition to being certified by the State of Florida as an NPDES Inspector, he is a guest lecturer for the University of Miami, College of AEC senior design class. Stormwater Facility Reports and Master Plans, Florida - The report included identifying all the facilities that are maintained and operated by the District. This included extensive data collection, evaluation of the study areas, identification and verification of new and existing facilities, defining the facilities physical characteristics and reviewing SFWMD requirements. Characteristics included sub- basins, land use, water management area, drainage patterns, head loss coefficients, SCS curve numbers, time of concentration, and The model utilized to conduct the hydraulic analysis for developing the report was Advanced Interconnected Pond Routing (AdICPR) by Streamline Technologies. To identify areas were improvements were needed; various storm events (10-year I-day, 25-year 3-day and 100-year 3-day) were analyzed to determine flood stages, conveyance system capacity, and head losses. The report was also used to modify existing conceptual permits T W, A V 121P a g e CITY OF SOUTH MIAMI through SFWMD, obtain construction permits for various infrastructure needs and establish design criteria for all future developments, Reports were prepared for: • City of Weston, 1907. updated 2006 • City of Marathon, 2002; • City of Dania Beach, 1996 " SBlJIl 1993` updated 1998 and 2006 ~ City o[ Lauderhill, [008 Storm Water Pumping Stations, South Broward Drainage District, Floridn- Responsible for design and permitting of various mknoz water pumping aiu1ioua; yzcyarcd cooubuuLi`u piuoa and ayeoiOcndoua; umaiaicd in bidding, analysis of the bid packages, oodreomnnznondu1iouoIm*urdu;perK/omudoouobnc1ionrouoagconootund project close-out. Projects included Basin S-3 renovation (1996), Basin S-4 and S-5 (l997) and Basin S-K (1994). Basins S-9 and S-I8 Modification, South ]0rnwurd Drainage District, X8rmwurd County, Florida -/\ 7,000 acre basin in vvea1enu 8rovvard County with nznixUurc of rural and ndboo developments. The project included replacement of five ou{hdl culverts with tbcoo control discharge structures to zuuc1 QFYV&8D vvcdcr quality and quantity. Project rcgnincd dredging of two oauulx` replacing u dozen small io1or000uudo with |uzgcr pipes to reduce head loss and interconnecting the entire basin to allow faster equalization. SW 178th Avenue Culvert Crossing Replacement, Bron/ord County, Florida - Ruapuooihlelbzdcsigu and construction services for the removal and replacement of six existing culverts along SVV|78dhAvenue. Mimcc|lmum000 Surface Water Management (MSW) and Environmental Resource Permits <DCRPq, Florida — Prepared, submitted and worked with the various clients to obtain K4S\v/kKP permits through SFWM0, FDBP, C{)E, and County for the expansion o[ water and wastewater treatment facilities, no well as conceptual permits for future cnombooLino and definition o[basin/project ubuzuotcriptioa. Clients iuu|uJud City of Dania Beach, City of Pembroke Pines, Inwu of Davie, City of Hollywood, City of Weston (including ]odiuu llocc [)ovu|oprucn1 [)iobic1 and Doouvcoturc I)ovo(opnneo1 [)imbiud` Archdiocese of Miami Catholic Cemeteries, South BrnwmrU Drainage District and multiple land development projects iu the tri-umunb/ oroum. Banovcntnre Master Plan, Bonaventure Development District, City of Weston, Florida - Preparation of a due diligence report identifying all the needs for the 8onoveotorc Area annexed by the City of Weston. The c*pmri identified roadway and drainage inzy[ov0000nta, traffic issues, utility needs and landscape upgrades. The report also included ucomp{etc cost estimate to allow the District to borrow the funds and assess the residents benefiting from the improvements. The project vvmm designed, hid and ooumUooted in four separate phases and 000mio1cd of approximately 10 nni|oa of ruudvvuy improvements, landscape and irrigation, drainage retrofit, roadway realignment and oocdino uouabudiou` sidewalk reconstruction, brick yovuz oroaop/ulks` noU|iug, resurfacing, pnveozco1 marking and oigomge. All pbooen iuo|odod permitting, bid and r000noruuuduLino of award, oonnbno1iou management and p 'cc1c|ooe-ooi. VtDugm of Palmetto Boy Design-Build of Traffic Circle at SW 168 Street & 07 Avenue and Pedestrian Crossing at Cutler Road & SW 152 Street, Village of Palmetto Bay, Miami-Dade County, Florida - Project Manager responsible for preparation of construction documents to include the reconstruction of the intersection consisting of two lane road with o bm[Dc circle, cuomrcto pavers, curb and gutter, sidewalk, drainage myntcnu, removal of existing trutDo signal, pavement markings, aignuge` umaooiu1ed o|ocbioa| work, sodding, landscaping and the installation of a fixed fountain with landscaping and Village branding in the middle of the circle. Public Works facility and cgoipuuoot compound with fueling stations, City of Weston, Florida — City Engineer responsible for the preparation of construction docnrocmta and oycciDcu1ioou for the parking area and storage compound associated with the Public Works project; this included drainage, paving and grading, v/utcr distribution »ye1cnn, sewer collection mymicou, underground tuo| storage ioukm and fueling station, utility coordination, site lighting, permitting, bid and rnoocunucoda1ion of award, construction nnaouAcmuut and project o]oau-mnt. City BUmU Facility, City of Weston, Florida — City Bogiocor responsible for the preparation of construction documents and specifications for parking area associated with the City Hall project; this included paving, grading, drainage, water distribution system, sewer collection system, utility coordination, site lighting, permitting, bid and recommendation of award, construction management and project cloae-oot. ���� ��� ��� � � ���/ 131ruge CITY OF SOUTH MIAMI RFP # SM-2011-17-PW - 1114:.1 - FES — Broward Past President IGEC Executive Board Member Stranahan H.S. Advisory Board BC Const. Adv. Board, Vice-Chair PUBLICATIONS: "Determining the Cause of Activated Sludge Foaming and Bulking at the Sawgrass WWTP in Sunrise, Florida", AWWA/FWEA 1999 CONTACT INFO: 412 SE 18"' Street James F. Thompson, PE, LEED­A,?� Thompson & Associates, Inc. I r Princinal- • Mr. Thompson has over 16 years of experience in civil engineering projects related to Development of Regional Impact (DRI), value engineering, annexation studies, infrastructure valuation studies, peer review reports, expert witness testimony, land planning, platting, parcel dedications, infrastructure design, permitting, geotechnical testing, construction inspection and contract administration for private and municipal clients. His extensive private experience varies from large land development projects of over 4,000 acres to small commercial parcels of less than one acre. Mr. Thompson's municipal experience includes large eight (8) phase neighborhood redevelopment projects and various new municipal projects. Mr. Thompson brings to each project a unique approach which emphasizes teamwork and collaboration between each team member in order to identify and resolve issues early. It is this style of project management that insures the final design plans meet the client's needs as well as the permitting criteria while staying on schedule and within the anticipated budget. Mr. Thompson is very active in professional societies and has all advanced degree with extensive continuing education credits, including seminars, conferences, certifications and most recently the FES/FICE Florida Leadership Institute. In addition to being certified by the State of Florida as an NPDES Instructor, he is a guest lecturer for the FIIJ College of Engineering. Gulfstream Park Racetrack and Casino, City of Hallandale Beach, Florida - The 250 acre site was completely redeveloped as part of a $500 million renovation effort. The project included the replacement of the existing dirt and grass race tracks, the grandstand and clubhouse facility, and horse stables. Three existing lift stations were replaced with one AIRVAC vacuum sewage collection system and force main. The 25 acres lake was reshaped to meet current standards and the entire surface water management system was redesigned using exfiltration trench, expanded dry detention and wet detention areas, which resulted in a new Environmental Resource Permit. A week after opening for the 2005 season, a WORLD RECORD was set on the turf track! Foil Lauderdale, FL 33316 European Club, City of Hallandale Beach, Florida - The Tel: 954-761-1073 development included a 350 foot tall tower with mixed use and a Fax: 954- 761 -1074 74 valet only parking garage. Tasks included: Site paving and grading iim(&,thomvson-mc.com design, surface water management system design and permitting, water and sewer design and permitting, lift station design and permitting, utility coordination and SWPPP design. Coordination with the City of Hallandale Beach resulted in fire station improvements to an adjacent fire station. 14 1 P a g e CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP # SM-2011-17-PW Paloma Lakes Residences, City of Coconut Creek, Florida - The development included the demolition of an existing trailer park and the construction of several multifamily homes including townhomes and condominiums. Tasks included: Site paving and grading design, drainage design and permitting, water and sewer design and permitting, utility coordination and SWPPP design. Marlin Bay Yacht Club, City of Marathon, Florida - The development included the demolition of an existing trailer park and the construction of 89 single-family homes including a marina, clubhouse, and small condominium building. Tasks included: Site paving and grading design, drainage design and permitting, water and sewer design and permitting, vacuum lift station design and permitting, utility coordination and SWPPP design. Memorial West Lift Station Rehabilitation, Pembroke Pines, Florida - The existing pump station needed to be rehabilitated to handle the flow being generated by a new wing of the hospital. The design modified the existing structure to maximize usable storage of the existing structure while minimizing the budgetary impact of the project. Royal Palm Yacht and Country Club Drainage Improvements, Boca Raton, Florida - Completed and implemented drainage study, prepared design plans to improve neighborhood stormwater drainage infrastructure. Design improvements consisted of adding catch basins, exfiltration trench, outfalls, and redesigning road grades to assist stormwater conveyance. North Andrews Gardens Neighborhood Improvement Project, Broward County, Florida - Services provided for this 730-acre community included design permitting and construction administration of eight (8) bid packages for the project with an estimated $120 million construction budget. Specific tasks included: Basis of design report (BOOR); modeling and design of the water distribution system, sanitary sewer transmission system and stormwater system; value engineering sessions; construction/contract administration; public relations and information campaign; Home Owner Association meeting presentations; permitting of all associated design work with various jurisdictional agencies; Preparation of bidding documents; landscaping and entry sign features; and assisted Broward County in obtaining approval for $4 million of grant money from FEMA for drainage improvements within the project. Central County Neighborhood Improvement Project, Broward County, Florida - Improvements designed for over 1,000 acres of existing residential and commercial uses included water distribution system, sanitary sewer collection system, surface water management systems, landscaping, roadway, sidewalks, pavement markings, and art in public places. Large coordination effort concerning issues involving the Fort Lauderdale Housing Department, Broward County Parks and Recreation Division, Broward County Office of Housing Finance, and City of Fort Lauderdale Engineering Department. Western-Eastern Shores Street Improvements, North Miami Beach, Florida - This portion of the City's Improvement Program consisted of stormwater drainage improvements, streetscaping, landscaping, and road design. Final construction budget was just over $500,000. Florida Keys Storm Water Improvement Project, Lower Matecumbe, Islamorada, Florida - Islamorada secured grant funds from FDOT for stormwater quality improvements along US I on Lower Matecumbe Key, Along with stormwater improvements, a brick paver bike path and special salt tolerant landscaping were added. A special public information session was held with local residents and business owners to incorporate their interests into the final design. TIA' 13 RZ 15 1 P a g e CITY OF SOUTH MIAMI Graejan "Jack" Hortynski Thompson & Associates, Inc. Hydraulic lHydrologic Modeler Mr is u project u'uuugcr with more than 30 ycum of experience in civil engineering, with an emphasis ou drainage and stoonwaturmanogumud systems design, modeling, and simulation. K4c Doitynmki participated in several projects involving drainage dcmigoa, surface water management zoodc|iug' flood studies, the preparation of drainage master plans for drainage districts, cities, major highways and airports. Surface Water Management System for Land Development in Miami-Dade, Browumd and Palm Bmmob Counties, Florida - Kcw000eiblc for cvunuGnu existing and proposed surface vrutcr z000ugenucu1 system including Lakes, cuon|n, interconnecting ou|vedo' oo1faU structures and pomp stations. Pczlbcmod anrtbuc water management ayotcoz modeling and simulation for existing and proposed conditions in accordance with I)BKM, PL}Ey, 8FWM[) and other agencies. Prepared Drainage Reports and Applications for the Environmental Permits. Surface Water Mu u��m�����,�o�b�rm* rd�rabu�e _ ' . District, Florida - Responsible for the evaluation u[the existing and proposed surface water management system including the system of lakes and canals, interconnecting culverts, on(8all xbodurum and pump stations. Performed the surface water management system modeling and simulation for the existing and proposed conditions. Developed the Drainage Reports, and applied for Environmental Resource Permits. Surface Water Management System. City of Surfside,Ulorida - Evaluation of the existing and proposed surface water management system including adomsd drainage systems and pump stations. Performed the surface water naauogrnnuut aymtcno nnndo|iug and simulation for the existing and proposed conditions. Prepared the Drainage Master Plan Report. Surface Water Management System. City of Weston - Evaluation of the existing and proposed surface water oouougeruuo1 system including o closed drainage mymtccua and pump atn1iooa. 9czfhoucd the yur[boc p/n1cr management system modeling and simulation for the existing and proposed conditions. Prepared the Drainage Report, and oo Environmental Permit application. SmcKaou Water Management System. City of Dania l0eueb - I!vn|un1iou of the existing and proposed surface vvotor z0000goozeu1 system including closed drainage yyotenun and punzp atudnos. Performed the mozfaou "/atoc management system modeling and ybnu|u(iuu for the existing and proposed conditions. Prepared the Drainage Report. Surface Water NNuuugecnent System, City of Lauderhill, Florida - B,uluoLiou of the existing and proposed surface water management system including the system of canals, lakes, interconnecting culverts, outfall structure and uynozp station. yorfhunod the surface water cuonugeozcut nyotcno nnodu|ioA and aioou|utinu for the existing and proposed conditions. TA 93 CITY OF SOUTH MIAMI Drainage Master Plan, City of Fort Lauderdale, Florida - Responsible for the developmmu[iheCity`o Drainage Master Plan. Duties included evaluation of the existing surface water management system and the prupu/udou of the preliminary reconstruction p|mzo for the cxiythu, atoronvutur unOcctun and buouzuixaino ayyicony and cost estimates. Surface Water Management System, |Lnxaliato&co Groves Water Control District - Responsible for the cvu|oatimu of the existing surface water oouuagcooeo1 ayaiozo including the symicoo of cuuu|o, in1ozoouoeobng culverts, oot±aD abocinrca and u pump miuLiou Prepared the District surface vvn1cr cuuoagenuuot system models for the existing and proposed conditions and prepared Final Drainage Report. Surface Water Management System, Miami International Airport - In charge of the hydrologic and hydraulic portions of the airport nzuu000uctioo projects. Responsible for the development of the existing mortboc `pu1cr zuonugccoeot system ouodc| and evo)nmLioo of the ayu1eno performance. Developed the proposed surface p/n1cz management system model. Prepared the drainage reconstruction plans. Corporate Centers, Coral Gables, Florida - [{cmpuuaih|c for the surface vvo1cz management portion of the projects. Dndco include the design of the atonon'otcc znoongeoucn( myx1cme, the pzoVorudoo of the complete drainage construction plans and the processing of the governmental surface water management permits. Golden Glades Interchange and the Florida Turnpike - Responsible for the surface water management portion of the interchange reconstruction project, Specific duties include surface vvgzr ,uouagonnuot modeling and the preparation oI the complete drainage structure plans. S.R. kN].S.-I l0nmllzaboo- Responsible for the hydrologic and hydraulic portions of the project. Duties include evaluation of the historical and existing flood poMoruo and the preparation of the proposed surface vvoicr management system, Prepared complete drainage construction plans and the Bridge Hydraulic Reports. SW/NW 27th Avenue, Miami, Florida - To charge of the hydrologic and hydraulic portions of the street widening and reconstruction project iuuludingbridgevviduoiugbackwa1cccffeduudhvdcnu|ica1odvuodropod. U7Iugler Street, Miami, Florida - To charge of the hydrologic and hydraulic portions of the street widening and reconstruction project inoludingbciJoon/ideuingbuokvvaturoOec{uodbydruubostoJvoudzeyod. Milam Dairy Road (NW 72nd Avenue), Miami, Florida - In charge of the hydrologic and hydraulic portions of the street widening and reconstruction project including bridge widening backwater effect and hydraulic study and report. SR 7I0, Dudimotowo, Florida - In uburgo of hydrologic and hydraulic portions of the o{zeot widening and reconstruction project. Developed surface water management system model and prepared the coo`p|c10 drainage plans. Route 1-295, Trenton, New Jersey - Responsible for the complete ckuiougc design for the proposed major highway and three interchanges. Performed hydraulic studies for the proposed bridge. Route 1-70, Alta, New Jormey - Ilespoomib|c for the complete drainage design for the proposed nn 'o,bigbp/uy and interchange. Route 1-295/1-95 Interchange, l7rmu1ou, New Jersey - Doopnoaib|o for the complete drainage design for the proposed major hiubvvoyuudumajor interchange. Belt Parkway, New York City, New York - Responsible for the complete drainage design for the reconstruction of the major biubwayoudUboioterobaogex. Performed hydraulic studies. �U� FAI, 17 |pogv STORMWATmMANaGEmENzPRoGRAm0mATE EDUCATION M.0.`Cbi| Engineering, Florida International University, 1997 5\.S., Civil Engineering, Florida International University, 1993 PROFESSIONAL REGISTRATION Florida P.B.No. 53876 PROFESSIONAL AFFILIATIONS National Society of Professional Engineers Aozcri000 Society of Civil Engineers QUALIFICATIONS Gregory Perry, PE Palm Engineering Group, Inc. Drainage Engineer, City liaison Mr. Perry co-founded Palm Engineering Group, Inc. and currently serves as Vice-President u[the firm. He has been civil engineering ohnue 1993, and has been involved buu broad range of engineering jcdo including land development, water, aevver, drainage, and roadway design and construction for public and private eeuicx o}ieu1a. Mr. Perry has been involved in all phases of work, from oonocy0uo| planning and site evaluation through construction. The types mfprojects he has managed include 1zoompoMa1ino` 000nnuxroia|, residential, iuJnutciaL nnizcd-nmc, and uzvicoonzento1 projects. He has also held titles as the City llngincc, for the City of South Miami, Florida and Assistant City Engineer for the City of Weston, Florida. FEMA/DORM Roadway and Drainage Improvement Projects, Miami Dade County Department of Environmental Resources Manogement- Consultant io charge of engineering design for various drainage improvement projects Mbaoi`DudoC000ty. Imamokslmu Stnrouvvatur Plan - Supervised unsi uutknu1iug, nuop preparation and preliminary investigation services including data collection for the stormwater plan for the entire Immokalee area. Dwral Storcuwatmr Master fplwo - Supervised planning and onup preparation and preliminary investigation services, and coat oati0001ex for City ofDoza] 0torozn'a1cz Master Plan. Snapper Creek Drainage Improvements F»bomcn l & % — City of South Miami - City Eogiucuz and Project K4auVgoc responsible for the plan covicn', bidding and construction services administration for the roadway overlay and exfiltration trench system construction in the residential area of Snapper Creek. Priority Basin #8, 9, 12 & 13 Drainage Improvements, City of North Miami - Senior Engineer responsible for the engineering design for the roadway nui||iug and resurfacing and exDb,atiou trench yyo1cm construction in I9aoiom 8" 9, 12, 8i 13 io the City nf North Miami. Priority Basin #5 Drainage Improvements, City of North Miami - 3eukx Engineer ruoyouaUde for the engineering design and construction mcrvkc*a uduboia1ntioo for the coudn'uy milling and resurfacing and exfiltration trench system and pump station construction in the Basin 5 area of North Miarni. City ofOpa LocknCanal and Stormwmter O&M- Engineer responsible for the investigation, reporting, and preparation of the Master Canal Cleanup and Maintenance Plan as well as the City-wide System Drainage and Maintenance Plan, Bonaventure Master Plan, City of Weston - Project Manager responsible for the preparation of the neighborhood master plan to establish minimum guidelines/standards for inbastructureimprovements within the community to upgrade existing facilities and create a more uniform appearance. UIV 181 Puxe CITY OF SOUTH MIAMI I 0.S,Civi} Engineering, Florida International Ooheoitv 1994 Palm Engineering Group, Inc. Drainage Engineer Florida P.E. No. 55489 General Contractor, State of Florida C.G.0 No. l5O5307 Florida Department of Environmental Protection Stormwater Management Inspector No. 5317 National Society ofProfessional American Society of Civil Engineers Le Mr. Rolle co-founded Palm Engineering Groupinc.and currently serves as President of the firm. Since l994 he has been involved in uhii engineering design and construction o[municipal and private engineering projects pertaining to land development, nn1cr, sewer, and paving and drainage. Mr. Rolle has been involved in all phases o[ work from conceptual planning and site evaluation through construction. The types uf projects bcbomouoouged include aviation, commercial, residential, industrial, mixed-use, and environmental p 'ecte. Engineering Plan Reviewer — South Browurd Drainage District - Review and approval of over 500 grading and drainage o1uoa submitted to SBI)D for permitting. Umommnkaleo Sburnmvratmr Plan - Supervised cost estimating, nuop preparation and preliminary ioveahoobuu services including data collection for the stormwater plan for the entire Immokalee area, Dural 8torompvatmr Master Plan - Supervised planning and nnup yccpozo1iun and preliminary investigation services, and cost estimates for City ntI)orul0torowatec Master Plan. XrDIMA/DKDRM Rnudpvuy and Drainage Improvement Projects, Miami \0mdz County ]0uymrtnmmot of Environmental RmmoorcmmMumagomomut - y 'ectMunugur/MueterCouyn|1autiookargco[p}uozuviuw,ruuidcu1 engineering inspection, and construction nouuugcmczt services for various countywide rnodp/uy and drainage improvement projects. Eastern Miramar Infrastructure Improvements, City of Miramar - Construction ucrvioux administration for the $5.0 million drainage, water, and sewer improvement project iu the City ofMiramar, Priority Basin #0, 9, 12 & 13 Drainage Improvements, City of North Miommi - EogiucerofRcunrdccnpnomih]c for the engineering design for the roadway milling and resurfacing and ezfi||zationtrcuub myatczn uonabocbou in 8aoiuo #` 9` 12, 8t 13 io the City n[ North Miami. Priority Basin #5 Drainage Improvements, City of North Miami - Engineer of Record ncnponoihic for the engineering dcxiQu and construction services odooioioba1iou for the roadway milling and resurfacing and cxb|b.o1ioub.onub system and pump station construction iu the Basin 5 area ofNorth Miami. 9'nmoy Stoduo S-4 and S-5, South ]0ron'ard Drainage l0tmtrix{ (S]00U0) - Project Manager in charge of the engineering design, bidding, and construction services for the construction of new mtnon vvu1er pomp mtuLimo within 8BD[) drainage basins S-4 and S-5. I^mmy Station S-3 Renovation, South ]0rnwmrd Drainage District (S|0|0l0) - Project Manager in charge of the engineering design set vices for the rehabilitation of the existing x1onm water pump station. Runr Water Well Rehabilitation #20 and #2I, City of Hollywood - Project Manager zcxyoomibic for the engineering design for the rehabilitation of two raw water wells and associated piping. T�'& 93 Tur Education Robert J. Ross, PE, LEED-AP Ross Engineering, Ine. W(iter Resources Engineer Master o[Civil Engineering, Florida International University, Miami, Florida, 2003 Bachelor of Civil Engineering, Florida International University, Mimoi` Florida, 2OVO Bachelor o[ Engineering Technology, University of Central Florida, Orlando, Florida, 1994 Registrations Professional Fk`dduLiccumc#594O5 Professional Affiliations American Society of Civil Engineers, Water Environment Federation 1[ra|mtog Certifications Ad-ICPIl(1I6bl| Model) Training, 1996,|IIIC-K/\8 Training, 1999 >[P-SWMM (Stoonwa1ux Management Model) Training, 2002' 2004 FI)UP Qualified S[ormvva1cr Management Inspector, Inspector #53l8 IfBC23—Stream Stability and Scour o1 Hydraulic Structures, 20O3 Professional ow Mr. Ross is a Water Rrmooruua Engineer with over 16 years of experience in Transportation Engineering, Hydraulics and Hydrology: Surface Water and Ground water modeling, drainage design and loud development, flood corUzn|, environmental roaooccc permitting, okxnmvater master planning studies, canal-culvert dcnk/n and stormwater management plan review. He was the Central Broward Water Control District's (CBWCD) Plans Review Engineer. Project Experience SFWMD 8-824 Gated Culvert Replacement Project (2009) - of Record for the S-124 structure replacement project )0001ed l3 miles west of Ft. Lauderdale on the I-35/\ borrow canal north m[ the junction of the borrow canal and the North New River Canal inBmward County. The structure imwithin the Ft. Lauderdale Field Station service area iuBron'ard County (Section 5, Township 50, Range 40), and is owned and operated by the 8FWMD. U is yod of the C-13 and North Nov River basins. In addition to the civil design drawings, Mr. Iloay was renp6uuib\c to complete u very detailed hydraulic design report using io{bnuodoo from the District's l)M-Hydro dn1aboac to atatioUou1|y model the new mbnotoo: using historical Don and stage data, both ivatao1mu0000 and daily. /\ levee road ramp was designed with compensating treatment for water quality volume handled in retention avvalom on the cuyt side of the onuo1. The hydraulic design report concluded that three 8`x6` CIP box culverts were sufficient to pass the required 550cfs of discharge under extreme event conditions. A by- pass flow-way was designed to allow for construction in the wet season under equally severe conditions. Hobe Sound National W8dbQc Refuge Hydrologic Evaluation of F2 & K73 Impoundments (2009) - Sr. Engineer for the hydrologic evaluation for impoundments F2 and F3 existing hydrologic exchange capacity based on impoundment geometry and omimpliOsd ruprceoutu1ioo of tidal dynamics. Assumptions for the evaluation were that and flow velocities at hydrologic exchange points do not vary with depth, space or time during an ebb or flood tide. Our evaluation utilized both mathematical calculations and field observations. Tbetido|- prioonvo|uozo and cross-sectional area of hydrologic exchange points (breaches or culverts) were estimated based on the survey data provided by S£S. Flow vo|oobv at surveyed hydrologic exchange points were gathered from field observations. The nnouaorcd Dovv velocity was compared to the Oovv velocity Uzoorubcu||v oencoaury to buusrod the full tidal prism volume ouonxo the surveyed hydrologic exchange points, to gooccatc an co{izuo1e of hydrologic restriction present in the impoundment. An ICPR nuodci was built and n1i]ixcd to uuu|vru the hydrology and provided results of the exchange. T�k 13 CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDA' . . . ..... City of North Miami Basin 5 Drainage Improvements, City of North Miami, Florida 8) - Responsible Engineer for best management practices for water quality and flood mitigation for 7 city streets with problem arcmy. Performed the analysis, design and yooniUhng for two drainage wuUm on NB l4tb /\vcmuc, u atonon'otur pon/y aiu1ioo on 136tb Ave (F[l/GI|l, y\lK8PS) with u 7.5 ]ly pump and 400 [F of force main. Additionally, wo analyzed and designed o l5If9 pump station with force main ooN[I 142nd Street. BUmc Lagoon Volumetric Analysis, Miami-Dade County, ]P8^ (2007) - We performed }(y-SWMK4 flood cmuino) modeling and created a volumetric aoa]Iuio zcyori utilizing K4iunzi-[)odc County Deyucbnco1 of Environmental Resource Management (D8KM) C-4 numdo|o for the 5, 10, 25, 50 and lO0 year events. /\ total of 40 model runs were performed for three alternative scenarios for existing conditions and [btoru conditions. The onndc|iug report was Lbo/ nymouzbled to xnppnd o Miooui-T)udu County Eonzomuwuy project, 8K 036 (Dolphin) Ramp widening, to obtain an ERP permit with SFWMD. The ramp widening was proposed to fill in a portion of the blue lagoon located m6aueo1Lo Miami International Airport. City nyDural Stormavvatmr Master Plan, City of30mrul, Florida (2086) - Deputy project cuonugoruudoneo[the key modelers on the project. Scope included Data Collection, Existing Conditions continuous simulation modeling, oulihrutno of 5, lO, 25 and |UO year storm zvcuiu' /\|tcnzubvco Modeling and Analysis, Alternative Designs, Conceptual design and permitting. Project was finished iu the lot quarter of2OO6. S.Xr,W.M.80,Big Cypress Basin (0C]0),KmmuoobuleeStornmwmtor Master Plan (2004—%K&5)- Project K4aoagor and Lead Engineer for the |n0000ku|co Siorouwaicz Master Plan Study. Scope includes Data cnUcciiou` SYVMy0 Modeling (including groundwater recharge and event mean concentration water quality modeling) that simulates the full hydrologic cycle, ooud000uy oimnim1ioo modeling of long 1ccm zuinto|) (oelog 0D-Hydro Database and 2;CB gauges ) as part of the calibration and verification of the model, water quality assessment report, engineering evaluation, environmental evaluation, flood control improvement plan, wetland flowway improvement plan, water guaibv improvement plan, alternatives mzy|yaim for 6 options, uoucc9bua| design of chosen option, conceptual ERP master plan permit and easement identification, and funding method analysis. Central U8rnwmrd Water Control District, Western C-11 Stormuvruter Master Plan, ]0rnvvard County, Florida (2802-2003) - Participated in the kzci|diux oommicr plan update of S9WM0"o Western C-|| Drainage Basin that included data collection of hydraulic structures and data collection of basin land uses, }{9-SYVK4M modeling and calibration to Iloo'icauo Irene (1999) and No DJuoze Storm (2000) ` Flood Plain Buczouobozoo1 Modeling for the lOO year 3 day storm (18.5 ioubeu of Rainfall) to ustuhUub 100 year Flood Plain Elevation Criteria for all undeveloped land , and the planning for alternative design improvements (Culvert Replacements at key locations, Pump Stations, and Dreduing). The model included h5 Central [)rnp/n,dYY.C.O. Sub-basins, South Brov/ord Drainage District basins and pump station, the City of YVee1oo`a basin and ii"m two pump a(u1ioua, South Florida Water Management's S-9 Pump Station, S-l3A unobo] xbuoioro, and Levee Seepage (groundwater flow) data. SFWM)0West Palm Beach Office, Comprehensive Everglades Restoration Plan (CERP) (2000-2001) - Data Compilation for the Lake Belt &[3]N Pilot Project, WooLMiuoui-Z)adeCono1y,F|oddn.Pr'cctcuginccrIbr1be data compilation on the Lake Belt and L-3lN pilot projects. The two pilot projects areheiog000dodcdinordur to address nocoduiotiva prior to [uU-sou|u iogzleoocuiution of their onuooio1ud components. Was responsible to contact yoh/m1u and nuh|io ugouoioa and obtain applicable modeling data, QA/QC the data for applicability, /\uuuoicm that data was retrieved and reviewed: US Corps of Engineers, S[WM0, DEl0M, WASI), LTS[}5, Everglades National Pork, ]BP/\' Florida [)cpm1oucni of Environmental Protection, Florida Geological Survey, N0&A` UM, FIU and FAU. Central Brnwurd Water Control District, District 8ZaAtuuur Contract, Brnwurd County, Florida (2000 - 2803)- Lead engineer for the review o[ drainage design and related modeling for construction projects p/hbiotbu district. Plato` Paving-Grading-8c Drainage piona, and Lake-Canal-Drainage /\o-Buiha were zcvimvcd and recommended to the District Board for /\onrovo|. puomittcoa included pTlOI District l\/` yDOT Turnpike I)iobicL` Bro`rnrd County Engineering, Town of Davie, Town of 8ouihn'cmL Iluuubca` Cooper City, City of Hollywood, City of Sunrise, Bnovvord County School Board, [}uopuk-BB/\, Louuor Donoou, G[ Uonuoa, Centex lIozocm` Rick Case Honda, Pob|ix, St. &8urka Church. � ���� � o|rusc ��� �� Education 9bI] Environmental Engineering, Vanderbilt University, Nashville, TN 1998 Master ofChemical Engineering, Vanderbilt University, Nashville, ]N|997 MS/BS of Civil Engineering, VIAS, Sofia 1.988 Georgio J. Tachiev, PE, PhD Ross Engineering, Inc. Water Resources Engineer Registrations Engineering in Training (E|7) #l]868 State u[Iowa Professional Florida, License #67520 Professional Affiliations American Society o[ Civil Engineers, Water Environment Federation Training Certifications Professional Certificate iu Project Monagemooi,FlodduIotcruutinoaJl|nivorokx,2OO5 Project Experience Project Manager (2O07)- Transport Properties o[UXOin Tropical Soils. Investigation no the transport behavior o[D}{O cbcmioo|o in (nopiuo| xoUa' which focuses on nhryicocbuonicu| ubuzuctcrvdom of chemicals. Tovezmc enhnoizutimu methods are used to mmdzom10 the dispersion, adsorption, and biu1zonabonuo1ion pozaoze1crm and subsequently applied into 3D models to predict the fate of nitroaromatic compounds in the environment. Project Manager (2005-2007) - Interinediate-scale Field Studies and Modeling of Contaminant Fate Processes in the Unsaturated Zone: This investigation supported the field testing validation of unsaturated flow and transport modeling muypud of the cuoduUug efforts by the US Department of Energy to develop ato1e-o['tbu-md computer codes. loq7odmnt contribution in the development ofcontrolled data bases that can hcused for future oomeanozout o{ flow and transport models. Project - Investigation on the effect of hydrodynamic dispersion yaranuetera on process optimization ofS-l09 partial waste retrieval using support from DOE. Pilot scale experimental studies are used to determine <ounapmt parameters of ooabno. 3[) numerical nuodc|y are used to siozo|a1c the behavior of the contaminants. SFWMD C41 Impoundment Design Mike-She /Mike 11 Modeling, Palm ]0caub County, Florida - Worked as Senior Hydraulic Engineer as o sub consultant to B&C Consulting and completed u detailed Hydraulics and Hydrology analysis inorder to provide better management of available surface water and wetland resources within the 0rbrhLnu Seminole Indian Reservation located ou the west side of Lake Okeechobee oEzceoo Water Storage Reservoir (BWBK) was designed on 488 uocey. The model used for the analysis was I}DI^VMI}CB-S}lh/ MIKE l|`oo Integrated Surface and Sub Surface Model. Transport Properties of0XOio Tropical Soils Honolulu, Hawaii - Principal investigator and preject mariugez of the project. Investigation on the truuypm1 behavior of [JX[) chemicals in tropical soils, nddob fbonmoo on phvxicoobennicu| obaruo1edmdoo of chemicals. Inverse optimization cnctbndm are used to estimate the dispersion, adsorption, and biotnu}a1boou]ioo pozumotor* and subsequently applied into 3D models to predict the fate of nitro-aromatic onog»onoda in the environment, Optimization o[ the Retrieval oƒ Waste from Hanford Tank S-109 through Numerical Modeling, Hanford, Washingtoo- Investigation on the effect of hydrodynamic dispersion parameters on process optimization o[S- 109 partial waste retrieval using support from [)D2. Pilot scale experimental studies are used 10 dc1ooniuo �� �� ��� ��� RZ 221puuo III OF SOUTH MIAMI jt STORM WATER MANAGEMENT PROGRAM UPDATE RFP # SM- 2011 -17 -P transport parameters of cesium. 3D numerical models are used to simulate the behavior of the contaminants. MDX Blue Lagoon Infill XP -SWMM H &H Volumetric Analysis, Miami -Dade County, Florida - Mr. Tachiev worked as Environmental Engineer on a project that included performing XP -SWMM flood control modeling and a volumetric analysis report utilizing Miami -Dade County Department of Environmental Resource Management (DERM) C -4 models for the 5, 10, 25, 50 and 100 year events. The modeling report was then assembled to support a Miami -Dade County Expressway project, SR 836 (Dolphin) Ramp widening, to obtain an ERP permit with SFWMD. Synergistic Activities Leading a group for advanced modeling in engineering using finite difference packages (Modflow, Mike SHE), Finite Element Modeling (Comsol Multiphysics, Femwater), FIU, http: / /comsol.fiu.edu (2007- present) Created and leading the first group in FIU for Sustainability of the Environment, http: / /star.fiu.edu with more than 20 professionals and graduate students (2006) Conducting a research program which involves in average 4 -6 graduates and 4 -8 undergraduate students per year (total number of students since 2003 —14 graduate and 22 undergraduate (2003- present) Conducting a summer workshop in parallel computing for the Department of Defense with average of 10 -15 participants from HBCMU (accessible at litttn:llwww:hcet.fiu.edu /hpcl (2003- present) Conducting an extensive outreach program to K -1.2 by giving presentations to Miami Northwestern High School about the dangers of mold contamination and methods for remediation (2003 - present) T14 IV -t 231Page OVAXWOCK OVA04 VYP # SM-2011-17-PW Education Herman W. Taube, III, PG, CFEA, REPA Ross Engineering, Inc. Hydrologist Florida Environmental Assessor Short Course Florida Short Courses, Geology of Florida, 1998 IBM PC Applications in Ground Water Pollution and Hydrology, 1996 MBA-MIS: Pacific Lutheran University, Tacoma, WA (initiated) BA Geology, Occidental College, Los Angeles, CA, 1982 Registrations State of Florida Professional Geologist License No. 2023 Certified Florida Environmental Assessor # 305 Registered Environmental Property Assessor (REPA) IAQA Certified Indoor Environmentalist Certification Number 01336 Training Certifications National Registry of Environmental Professionals Florida Environmental Assessor's Association National Ground Water Association Florida Association of Environmental Professionals Professional Experience Twenty years of experience as a soil and groundwater Geologist and Environmental Projects Manager, including seven years of service U.S. Army Field Artillery. Mr. Taube is expert in analyzing soil and groundwater conditions for the purpose of designing optimal water resource usage. His design includes developing comprehensive three dimensional computer models for predicting groundwater flow and hydrogeological impacts as the basis for securing proper regulatory permitting. He is fluent in the requirements of the Florida DEP, Water Management District, and other regulatory agencies for successfully obtaining required permits. Mr. Taube routinely assesses sites for environmental contamination. His combined understanding of industrial activities and the behavior of contaminants in soil and groundwater provide a unique capacity to recognize and identify potential environmental liability. Once such potential is identified, Mr. Taube quantifies the contamination and oversees corrective action to remove the liability. Mr. Taube possesses the qualification to design and oversee the installation of water wells for the purpose both investigating site conditions and providing appropriate water supply needs. Groundwater modeling experience includes an EPA Superfund site, saline water intrusion, hydrogeology investigations, and water use permitting- compliance for dewatering, reverse osmosis, and effluent disposal systems. Mr. Taube has served as expert witness for cases concerning groundwater flow and groundwater mounding and has presented groundwater modeling concepts regarding eustatic changes and the Floridian Aquifer. Software/Hardware Use of common office software and special design and graphics applications. Groundwater Modeling - Various numerical and analytical applications including MODFLOW, MODBRANCH, Rockworks, etc. Projects Experience City of Doral Stormwater Master Plan, City of Doral, Florida - Lead Hydro geologist for the project. Scope included data collection of underlying soil properties within the watershed. We reviewed existing soil data from the Soil Survey of Collier County published by the United States Department of Agriculture (USDA) Soil Conservation Services, Miami-Dade GIS System, and the SFWMD DB-HYDRO, In addition, we reviewed the geologic and topographic information from appropriate Quadrangle Maps published by the United States Geological Survey (USGS) and other reliable data. U. 93 RZ 24 1 P a g e PG&E Indiantown Cogeneration Plant: Well Hydraulics, Water Quality and Groundwater Modeling - Contracted hv PG&E iw answer questions from PI)EPoothe impact n[ the cone n[ depression oua nearby user, pudiuo|ar|r a moprrfbod site (Amcristee| Site) north of the plant, We modeled the gcoubunzinby and the geology to determine the groundwater flow 000ua. Created contour maps of the groundwater flow and calculated the amount of druwdown on the Surface Aquifer System (SAS) from pumping the Floridian Aquifer. We tbcu modeled the groundwater Dun/ produced in the Surface Aquifer Syuicnu (SAS). Groundwater vvu1cr qoa]hv conditions were then evaluated based ou modeling output. K8rmwmrd County Regional Park Mnd@ovv Groundwater Model - Reasonable assurance was provided by conducting groundwater modeling. Scope included: Conducted u site vicinity environmental characterization using Federal, 0|nto, and Incui government database searches hz ideotifvpu{cutiu| and existing contaminated altcm; Identified existing legal noem and existing legal domestic users. Conducted supplemental irrigation volume calculations; Cmombootod MQDpLD0/ gcouodx'n1cr ouoJo|a of the proposed g7ooudn'a1cr vvidbdrov'a| and demonstrated drmvdmp/u with ccapcc1 in ooutanoiuu1cd sites, existing legal users, existing legal domestic oxcra, surface water bodi:m, uod mo/aiiivn ozoom. Ib� modeling impact ayacaxnucutu were conducted for the proposed vvitbdrun'ul alone and the proposed withdrawal with the accumulative drmwdovvo of all existing legal users and pending applications, Proposed locations of recharge vvcUa and surface water pumps, irrigation schedules honud on need, wells and surface water withdrawals were simulated. Parkland Western Park Phase 11 Modflow Groundwater Model / Water Use Permit - Reasonable assurance was provided by conducting groundwater modeling. Scope included: Conducted o site vicinity covir0000eu1u| oburuu1ecizuhoo using Federal, State, and local government database searches 10 identify potential and existing contaminated ydum; Identified existing |ogu] ueon and existing legal domestic users. Conducted mnpp|oocutal irrigation volume ou|uo|udous; Constructed MOI)FLOW groundwater models of the proposed groundwater vvitbdzon'nl and demonstrated dru-wdopru with respect 1n contaminated sites, existing legal users, existing legal doouomiiu users, surface water bodies, and sensitive orouy. The groundwater noodc| was created using Visual M0UPlL{)VV 4.1, odbzco-diouuoainou| finite difference modeling moUn'aru that utilizes 1beLT.8.G.S. K4OL)F[U0/ 2000 for groundwater Dow simulation. Calibration of the cuodc] was not included. The grnnudvvu1ur model predicted potential groundwater dxovvdovon and potential nuliuc water io1o/eioo hueod on aquifer parameters and the site specific water use and bydrog*ology. Environmental/ Geology xu ^ Senior ^ Principal ucv/vgmt ° ocmvgiwnyumgeomgicmvcmugaoona ~ Pbomo | and Phase U Environmental Site Assessments ° Indoor air quality and mold assessments. Principal of Florida licensed geology / environmental consulting business. ° Expert witness. Rvdrogoology and storm water iaooem for county eminent domain \ihgm1inu. ° Three-dimensional finite difference groundwater Dovr and oouam transport modeling of rool|i-apouinm groundwater contamination for [TSEP/\SnpccIbodsite, ~ Property Transaction Phase I and Phase lI Environmental Site Assessments. ° PVC Lake lining and subsurface impermeable barrier inotol|o1innu. ^ ]ovcobgutioo and fresh water recovery with the occurrence of saline water intrusion. ~ General and individual n/u1cr use permitting. lou|odcu nuodoUug and monitoring of several major construction sites requiring dewatering near salt water with various environmental concerns. ° Groundwater monitoring programs for water use permit and contamination assessment investigations. ^ Hydrological investigations for several golf course developments. ° Monitor and recovery well installations; well abandonment. ^ Well uctp/odc installation and monitoring for approximately 35 aguurc coi|c bydrogco|ogic vva1urybed investigation ~ Contamination naauoncoon|a, o|oouupm, monitoring, and reporting. Phase l and Phase OEnvironmental Site ���� ��� �� zx|puxo ��� �� �� CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP # SM-2011-17-PW Thompson & Associates., Inc. will review our proposed Scope of Work with the City of South Miami and will work with the City to negotiate a final scope that will meet the City's budget and timeline. TA26 1 P a g e CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP 9 SM-2011-17-PW 11 1 I'll, 11 1 1 11 "1 1 1 1 1111 0 #00'ravivillm U.", A RZ 271Page TlVjkWW-XTY,97 ItTP # SM-2011-1,7-PW fe �avar� of Shahii IS LICENSED AS A PROFESSIONAL ENGINEER UNDER CHAPTER 471, FLORIDA STATUTES EXPIRATION: 2/28/2013 P.E. Lic. No: JAMES F. THompsON PROFESSIONAL ENGINEERS LICENSE TA" 93 RiL 281P a .- e CITY OF SOUTH MIAMI WFP # SM-2011-17-PW Plaurtt of Paim tatutes, to offer engineering services is authorized under the provisions of se,cllhll,i, to tile ptjbl ic th rough a Profess ional Fligill, der Chapter 471, Florida Statutes. Certificate of Authorization EXPIRATION: 2/28/2013 AUbIT NO: 228201301146 A<ftl-1 4 A. Lic. No: 9483 1 of �avurb of 93 R Z. 29 1 P a g e CITY OF SOUTH MIAMI STORMWATER MANAGEMENT PROGRAM UPDATE RFP # SM-2011-17-PW � � � � \ Nil -K 13 kki� 30Rage CITY OF SOUTH MIAMI STORMWATER MANAGLMENT PROGRAM UPDAJ SM-2011-17-PW I Own" I klel If .2 3k e FL-OTUDW-bTATUTEG ExPIRATION: 2/28/2013 AuDIT No: 228201310567 59485 ROBERT J. Ross PROFESSIONAL ENGINEERs LiCENSE Is, G=9NATAX, TAn, 93 RZ � 311 P a g e CITY OF SOUTH MIAMI f STORMWATER MANAGEMENT PROGRAM UPDATE s ' RFI` # SM- 2011 -17 -PW Client#: 11394 THOMASS31 ACOnD,M CERTIFICATE OF LIABILITY INSURANCE DATE9123!20(MM/DD11 IYYYY) 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: Ifthecertificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may requite an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu-of such endorsement(s). PRODUCER ISU Suncoast Insurance Assoc NAME: PHONE 813 289 5200 813-289-4561 No Est): A/C No): P.O. BOX 22668 -M ADDRESS: Tampa, FL 33622 -2668 PRODUCER CUSTOMER 103: 813 289 -5200 INSURER(S) AFFORDING COVERAGE NAIC3 INSURED INSURERA: Phoenix Insurance Company 25623 Thompson and Associates, Inc. INSURERS: Travelers Indemnity Company 25658 PC BOX 22396 INSURERC: XL Specialty Insurance Company 37885 Fort Lauderdale, FL 33335 INSURER 0: $5,000 INSURER E: $1,000,000 INSURER F : 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. Lis TYPE OF INSURANCE POLICY NUMBER MMl 0 B y POLICY XP LIMITS ,p GENERAL LIABILITY 660528OP526 1108/2011 0110812012 EACH OCCUPkENCE $1,000,000 X COMIAERCIALGENERALLIABILITY l CLAIhiS -MADE O OCCUR ' -A.I, IQ Rt7Y PREMISES (Eaoccurreno) $1,000,000 MED E:P (Ary=ene rersnnj $5,000 PERSONAL &.4DV INJ.IRY $1,000,000 GENERAL,AGGREGA;E $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS- COMPtOR AGO $2000000 i POLICY 17 PRO- E LOC i $ AUTOMOBILE LIABILITY 1 COMBINEDSWOLELIMIT (Ea aadde+rlt) $ ANY ALTO I BODILY IN4tIR1 iPerp—on} $ .ALL CONED AUTOS I BODILY M:.URY (PSras,7deM) $ SCHEOt11ED AU T OS HIREDAUTOS i PROPERTY DAFM.GE (Per emdent) $ $ NON -OWNED AUTOS � I $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS-MADE ; DEDUCTIBLE $ __ $ RETENTION li B WORHERB COMPENSATION ANOEMPLOYERS'LIABILITY ANY PROFRIETOFIPARTNERIEXECUTIVEY� OrTn ERAAEMBER EXCLUDED' (Mandatory in NH) N/A UB3770TO37 09/0112011 I I 091017201 X v+a Tu- orH- i YLMI R E. L. EACHA"CIDENT $1,000,000 E.L. DISEASE - E.A EMPLOYEE $1,000,000 ff DESCRIPTION OF OPER -IONS IN- ' E.L. DISEASE- POLIC'YL -IT 11,000,000 C Professional DPS9694028 b610112011 061011201 $1,000,000 per claim Liabiii $1,000,000 annl ag9r. DESCRIPTION OF OPERATIONS ILOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarke Schedule, if more space Is required) Professional Liability coverage is written on a claims -made and reported basis. CERTIFICATE HOLDER CANCELLATION For Proposal Purposes SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0 06—Wa 01988.2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S3420537M337831 NLH CERTIFICATE OF INSURANCE x 321Page STORMWATER MANAGEMENT PROGRAM UPDATE NON-COLLUSION AFFIDAVIT Storinwater Management Program Update STATE OF FLORIDA COUNTY OFMIAM|-DADE James F. Thonipsoli, PE being first duly sworudeposesandstates (/)HemxelThey"saethe Pfesident (Owner, Partner, Officer, Representative or Agent) of Thouipsori & Associates. hie the PROPOSER that has submitted the attached BID; (2) nemxelney is/are fully informed with respect tv the preparation and contents o( the attached BID -And oY all pertinent circumstances concerning such BID; (y) Stich BID /s genuine and is not a collusive orshamBID; (4) Neither the said PROPOSER not, any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPOSER, firm, or person to submit a Collusive 01' sham BID in connection with the Work for which the attached BID has been Submitted; or to refrain from PROPOSING in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or odmdou or communication, or conference with any PROPOSER, firm, or person tofix any overhead, profit, or cost elements of the BID n,of any other PROPOSER, or to 8x any overhead, profit, ur cost elements of the D0 Price or the 0D Prue of any other PROPOSER, or to secure through any Cd|vdun, conspiracy, connivance, or vn|a*fU| agreement any advantage against (Kec|pieot),m, any person interested in the proposed Work; (5) The price mprices quoted mthe Attached BID are fair and proper and are not tainted by any uNmum, conspiracy, connivance, or unlawful agreement on the pan of the PROPOSER or any other of its agents, representatives, owners, employees or B�6tles of interest, ii�*jcling this affiint. Signed, sealed 8 delivered in the presence of: BY: Xnature Print Name and Title Subscribed and sworn to before methis 30 Cc.) || of 'Novelilber - 120 11 My STEPHO 1E L. FLAHERTY Commission # DD 99717.9 Expires September 30, 2�1,4 Bonded Thru Tit � Fain Insurance 800,385- U19 ���, �m� ��^ ss|pog, ��� �� � CITY OF SOUTH MIAMI PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Stormwater Management Program Update Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded to perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to City of South 1\4iami [print name of the public entity] by James F. Thompson, PE - President [print individual's name and title] for ' fhompson & Associates, Inc., Civil Engineering [print name of entity submitting sworn statement] whose business address is 5860 SW 89th Court, 1\4iami, Florida 33173 [print full mailing address] and (if applicable) its Federal Employer Identification Number (FEIN) is 59- 3823672 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: } 2. 1 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 or with an agency or political subdivision of any other state or of 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. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by © thomasfpepe- 09 -28 -1 I TABLE OF CONTENTS Page 16 .. wsM, 341P age indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (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 any 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. S. 1 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 any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies] X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. X The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] © thomasfpepe- 09 -28 -1 I TABLE OF CONTENTS Page 17 wl i 1 M in �t � �i �—t 351Page A, CITY OF SOUTH MIAMI RFP # SM-2011-17-PW I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signed, sealed & delivered in the presence of. By: Si ture el antes F Thom ps , PE, President Print Name and Vitle Subscribed and sworn to before me this 30 day Nove Aber 10 11 Notary P blic (Signature) My Commission Expires: . . . . . . . . @ thomasfpepe-09-28-1 I TABLE OF -CONTENTS STEPHANIE L. FL Commission # DD Page 18 TA' 93 koili-� 36 1 P a g e CITY OF SOUTH-MIAMI RFP # SM-2011-17-PW DRUG FREE WORKPLACE Stormwater Management Program Update Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions 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 shall 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: 1) 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 shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee 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 such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDER'S Signature Print Name: antes F Thom psoli. "Zg/ideiit Date: November 30, 2011 FAILURE TO COMPLETE. SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE O thomasfpepe-09-28-1 I TABLE OF CONTENTS Page 19 Qli g N19 371P a g e CITY OF SOUTH MIAMI RFP # SM-2011-17-PW ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS Stormwater Management Program Update TO THE CITY OF SOUTH MIAMI We, Thompson & Assoc., Inc. Civil Engineering, (Name of Contractor), hereby acknowledge and agree that as Contractors for the Stormwater Management Program Update, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): Not Applicable to comply with such act or regulation. President Title 10 1 1XeM1ffV-11%Na44*""R1* a • I • orml 0 va 0 1 2MM0161 kv a:$l @ thornasfpepe-09-28-1 I !ABLE OF CONTENTS Page 20 T* 93 RZ 38 1 P a g e I'I'I' OF SOUTH MIAMI , M STORM WATER MANAGEMENT PROGRAM UPDATE RPP# SM- 2011 -17 -PW k. ADDENDUM No. 1 Project Name: STORMWATER MANAGEMENT PROGRAM UPDATE Date: October 27, 2011 Sent: Fax/E -mai I /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued BID Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid Form. 1. The last sentence of the Advertisement is deleted in its entirety and is replaced with the following paragraph: "The City shall negotiate a contract with the most qualified firm for professional services at compensation which the City determines are fair, competitive, and reasonable. In making such determination, the City shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. The City shall then undertake negotiations with qualified firms and will continue in accordance with Section 287.055 of the Florida Statutes until an agreement is reached" 2. The project is design specific and does not have any construction component associated with this management plan. The selected vendor must abide to all insurance and indemnification requirements listed in Page 30 of the document. THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM. 1011i SOTl pson & Associates, Inc. SIGNATURE. DATE: � ovember 3 .20 � k. 93 ,1 391Page CITY OF SOUTH MIAMI S—t *• RFP # SM-2011-17-PW ADDENDUM No. 2 Project Name: STORMWATER MANAGEMENT PROGRAM UPDATE Date: November 7, 2011 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued BID Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid Form. 1.) The date of the pre-proposal meeting has been changed from November 9, 2011 to Wednesday, November 16, 2011. The time and meeting place remains the same, City Chamber at 2:00 P.M. located at 6130 Sunset Drive, South Miami 33143. 2.) The date of the Bid-Proposal Opening has been changed from November 18, 2011 to Friday, December 2, 2011. The time and meeting place remains the same, at 10:00 A.M. in the City Commission Chambers located at 6130 Sunset Drive, South Miami 33143. THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM. NAME OF FIRM: Thompson & Associates, Tric, SIGNATURE: DATE: or" Nove2jb �3, 2011 ITk 40 1 P a .- e in CITY OF SOUTH MIAMI 0-1u, RFP 4 SM-2011-17-PW ADDENDUM No. 3 Project Name: STORMWATER MANAGEMENT PROGRAM UPDATE Date: November 14, 2011 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposal (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid Form. NOTE: ANY AND ALL QUESTIONS FOR THIS PROJECT, MUST BE SUBMITTED TO THE CITY CLERK, IN WRITING: Maria Menendez, City Clerk, City of South Miami Email Address: mmenendez@southmiamifl.gov 1. The reference number for this project is RFP # SM -201 1- 17 -PW. a. There are no construction components associated with this project. b. As this is a design-oriented project, a Bid Bond or Payment/Performance Bond, or related sections of the document as it pertains to construction, is not required. c. As this is not a Design/Built project, Section #9 on Page 35 does not apply. d. The information provided in the 1997 Stormwater Management Plan does not contain a hydrologic and hydraulic model report. It is the responsibility of the selected vendor to prepare a modeling report along with other deliverables as stated in the Scope of Services, during the design phase of the project. 2. The last paragraph of the Advertisement is deleted in its entirety and is replaced with the following paragraph: "The City shall negotiate a contract with the most qualified firm for professional services at compensation which the City determines are fair, competitive, and reasonable. In making such determination, the City shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. The City shall then undertake negotiations with qualified firms and will continue in accordance with Section 287.055 of the Florida Statutes until an agreement is reached." 3. The Fourth paragraph of the advertisement shown below, is deleted in its entirety: "The work involved with the project shall include, but may not be limited to, the furnishing of all labor, materials, tools, equipment, machinery, superintendence and services necessary for the complete in place construction of the project," TIA" R R 411 P a g e CITY }... SOUTH MIAMI RFP # SM- 201:1- 1.7 -PWW 4. Sections of the RFP, Table of Contents and related documents, are deleted in its entirety: • Instructions to Bidders except items I through 3. • Bidder Qualification Statement • List of Proposed Subcontractors /Principal Suppliers • Notice of Award Contract • Notice to Proceed S. In the CONTENTS OF PROPOSAL Section in Page 1, the proposal shall be written in the order listed below: • Cover Page • Table of Contents Executive Summary • Executive Summary • Scope of Services • Previous Experience and Performances • Budget and Timelines 6. Page 2 of the Scope of Services: Timelines — The paragraph and title is deleted in its entirety and replaced with the following: "BUDGET AND TIMELINES The budget for this project is an amount not to exceed $85,000. Estimated timelines for services shall be indicated in the proposal for each of the tasks stated in CONTENTS OF PROPOSAL. The preferred completion timeline is for 180 days or 6 months pursuant to the issuance of the Notice to Proceed." T Pages 3 and 30 of the document as it relates to Insurances and Indemnification. Evidence of Certificates of Insurance shall be submitted at the time of the RFP. During the Contract Execution phase prior to commencement, Certificates of Insurance must be submitted listing the City of South Miami as additional insured. This into ensure that the City will be receiving up -to -date information in regards to this requirement. 8. As a clarification, it is the City's Intent to select and negotiate with a vendor that performs within the Budget and Timelines of this project. Applicants are encouraged to emphasize the level of service that addressed Stormwater and Capital Improvement related matters. Fees and compensation of services associated with this project are to be discussed during the negotiation phase. Do not submit a fee amount associated with this proposal. THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM. NAME OF FIRM: T n cis associate SIGNATURE: DATE: tv o leniber 30, 2 TA., 421Page